Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Southland Roofing, Inc. - 2025-08-19
RECEIVED BY: CITY CLERK RECEIPT COPY Return DUPLICATE to h n I M e h �1 City Clerk's Office (Name) after signing/dating q1 12c (Date) CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION as TO: City Treasurer FROM: City Clerk DATE: SUBJECT: Bond Acceptance I have received the bonds for I _ Crl_' I N 'rte . (Company Name) CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. ,' 11 42- I/i5 Payment Bond (Labor and Materials) Bond No. WC IV 1' S 210� Warranty or Maintenance Bond No. TRACT AND DEVELOPMENT Faithful Performance Bond No. Labor and Material Bond No. Guarantee and Warranty Bond No. Monument Bond No. Franchise Bond No. Letter of Credit Bond No. Other Re: Tract No. Approved 31110,035. (Council Approval Date) 1 Ci CC No. ? ( l Agenda Item No. �S-�2� MSC No. City Clerk Vault No. 100 C. 51) Other No. SIRE System ID No. 1b(L- g:/forms/bond transmittal to treasurer iNc 2000 Main Street, of o'"°„„trP., Huntington Beach,CA ` 0 92648 City of Huntington Beach N oQ APPROVED 7-0 —CUNTV p File#: 25-628 MEETING DATE:8/19/2025 REQUEST FOR CITY COUNCIL ACTION SUBMITTED TO: Honorable Mayor and City Council Members SUBMITTED BY: Travis Hopkins, City Manager VIA: Chau Vu, Director of Public Works PREPARED BY: Frank Drevdahl, Capital Projects Administrator Subject: Accept the lowest responsive and responsible bid and authorize execution of a construction contract with Southland Roofing, Inc. in the amount of $138,000.00 for the City-Owned Building (dba. Park Bench Café) Roofing and Siding Improvements, CC-1789; approve supplemental construction costs; and authorize 15% in contingency funds Statement of Issue: On June 16, 2025, bids were publicly opened for the City-Owned Building (dba. Park Bench Café) Roofing and Siding Improvements Project. City Council action is requested to award the construction contract to Southland Roofing, Inc., the lowest responsive and responsible bidder. Financial Impact: The estimated project cost is $139,295.60 which includes the construction contract with Southland Roofing, Inc., supplemental expenses (lead and asbestos testing), and a 15% contingency. The project budget includes $139,295.60 of Infrastructure Fund from Account No. 31440024.82200. Recommended Action: A) Accept the lowest responsive and responsible bid submitted by Southland Roofing, Inc.in the amount of$120,000.00; and, B) Reject bids 1 - 3, as non-responsive due to bid violations; and, C) Authorize the Director of Public Works to approve change orders up to 15% contingency in potential construction change orders; and, D) Authorize the Mayor and City Clerk to execute a construction contract with Southland Roofing, Inc. in a form approved by the City Attorney. Alternative Action(s): Reject all bids and provide staff with alternative direction. City of Huntington Beach Page 1 of 3 Printed on 8/14/2025 powered by Legistarm 1480 File#: 25-628 MEETING DATE: 8/19/2025 Analysis: The City of Huntington Beach ("City") owns the building located at 17732 Goldenwest Street, also known as Park Bench Café, which is situated in Central Park East and operates as a leased facility. The building's roof is aged and has experienced leaks. The flat roof lacks proper drainage, resulting in water pooling and deterioration of the building's wood siding. The sloped portion of the roof will be replaced, with non-visible substrate and baseboard evaluated and replaced as needed. The flat portion of the roof will be replaced entirely, including the installation of a roof drain and a new pitch to direct water into the drain. The wood siding above the flat roof will also be fully replaced due to damage from prior water pooling. While construction is underway, City staff and the contractor will assess potential damage to the fascia, awning, and paint to determine the best final outcome. Costs for these evaluations and repairs have been included in the overall project budget. Park Bench Café remains an active business, and City staff and the contractor will coordinate closely with the tenant to minimize disruption to normal operations. Bids were opened on June 16, 2025, with the following results: Bidder's Name Submitted and Verified Bid 1 Solar Roofing and Energy Storage $83,247.00 2 Premo Construction, Inc. $83,675.00 3 Storm Guard Construction $98,399.85 4 Southland Roofing, Inc. $120,000.00 5 JNH Construction, Inc. $121,985.00 6 AME Builders, Inc. $128,922.00 7 Estate Design and Construction $149,800.00 After a thorough review, it was determined that the three lowest bidders did not meet the contract.. requirements. Below are the following reasons: Bidder 1. Violation of the not-to-exceed lump sum mobilization requirement of 5%, as explicitly stated in Section C of the Bid Packet and pursuant to Public Contract Code Section 10254(a). Bidder 2. Failure to submit a bid bond, as required by Public Contract Code Section 10167(a)(b) (c)• Bidder 3. Failure to maintain active Department of Industrial Relations (DIR) registration at the time of bid submission, pursuant to Labor Code Section 1771.1(a). All three bidders have been notified of their disqualification. No further action has been taken. Based on the low bid received, the total estimated construction cost of this project is $138,000.00. . and total estimated total project cost is $139,295.60, as itemized below: City of Huntington Beach Page 2 of 3 Printed on 8/14/2025 powered by LegistarTM 1481 - File#: 25-628 MEETING DATE: 8/19/2025 Item Amount Bid submitted by Southland Roofing, Inc. $120,000.00 15% Contingency $18,000.00 TOTAL CONSTRUCTION COST $138,000.00 Supplementals (lead and asbestos testing) $1,295.60 TOTAL PROJECT COST $139,295.60 Funds for this project are available in the current fiscal budget as follows: Infrastructure Fund Acct. 31440024.82200 $139,295.60 Total Funds Available: $144,000.00 Staff recommends awarding a contract to Southland Roofing, Inc. in the amount of $138,000.00. Southland Roofing, Inc. has successfully completed similar roofing projects before. The total project. cost is estimated to be $139,295.60, which includes the construction contract, supplemental costs, and construction contingency. Environmental Status: This project is exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15031c under Class 1 of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment. Strategic Plan Goal: Non Applicable -Administrative Item For details, visit www.huntingtonbeachca.gov/strategicplan. . Attachment(s): 1. Construction Contract 2. PowerPoint Presentation • • City of Huntington Beach Page 3 of 3 Printed on 8/14/2025. powered by LegistarTm 1482 CITY FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND SOUTHLAND ROOFING,INC. FOR 17732 GOLDENWEST STREET (DBA PARK BENCH CAFE) ROOFING AND SIDING IMPROVEMENTS- CC1789 THIS AGREEMENT ("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY," and SOUTHLAND ROOFING,INC. , a corporation, hereinafter referred to as "CONTRACTOR." WHEREAS, CITY has solicited bids for a public works project, hereinafter referred to as "PROJECT," more fully described as 17732 Goldenwest Street, (dba Park Bench Cafe) Roofing and Siding Improvements-CC1789 in the City of Huntington Beach; and CONTRACTOR has been selected to perform said services, NOW, THEREFORE, in consideration of the promises and agreements hereinafter made and exchanged the parties covenant and agree as follows: 1. STATEMENT OF WORK; ACCEPTANCE OF RISK CONTRACTOR shall complete and construct the PROJECT pursuant to this Agreement and the Contract Documents (as hereinafter defined) and furnish, at its own cost and expense, all labor, plans, tools, equipment, supplies, transportation, utilities and all other items, services and facilities necessary to complete and construct the PROJECT in a good and workmanlike manner. CONTRACTOR agrees to fully assume the risk of all loss or damage arising out of the nature of the PROJECT, during its progress or prior to acceptance by CITY, from the action of the elements, from any unforeseen difficulties which may arise or be encountered in the 1 16-5195/City Funded Construction Contract.docx—revised 04/2016 prosecution of work, and for all other risks of any description in connection with the work, including, but not limited to, all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as are herein expressly stipulated to be borne by CITY, and for well and faithfully completing the work within the stipulated time and in the manner shown and described in this Agreement, and in accordance with the requirements of CITY for the compensation set forth in the accepted bid proposal. 2. ACCEPTANCE OF CONDITIONS OF WORK; PLANS AND SPECIFICATIONS CONTRACTOR acknowledges that it is fully familiar with all the terms,conditions and obligations of this Agreement and the Contract Documents (as defined below in this Section), has inspected the location of the job site, and the conditions under which the work is to be performed, and that it enters into this Agreement based upon its thorough investigation of all such matters and is relying in no way upon any opinions or representations of CITY. It is agreed that the Contract Documents are incorporated into this Agreement by this reference, with the same force and effect as if the same-were set forth at length herein, and that CONTRACTOR and its subcontractors, if any, shall be bound by the Contract Documents insofar as they relate in part or in any way, directly or indirectly, to the work covered by this Agreement. "Contract Documents" as defined herein mean and include: A. This Agreement; B. Bonds covering the work herein agreed upon; C. The CITY's standard Plans and Specifications and special contractual provisions, including those on file in the office of the Department of Public Works of CITY, and any revisions, amendments or addenda thereto; 2 16-5195/City Funded Construction Contract.docx—revised 04/2016 D. The edition of Standard Specifications for Public Works Construction, published by Builders'News,Inc., 10801 National Boulevard,Los Angeles, CA 90064, and all amendments thereto, written and promulgated by the Southern California chapter of the American Public Works Association and the Southern California District Associated General Contractors of the California Joint Cooperative Committee as specified in the particular Plans, Specifications, Special Provisions and Addendum applicable to the Project; E. Bid documents including the Notice Inviting Bids, the Special Instructions to Bidders and the CQNTRACTOR's proposal, (which is attached hereto as Exhibit "A" and incorporated herein by this reference); F. The particular Plans, Specifications, Special Provisions and Addenda applicable to the PROJECT. Anything mentioned in the Specifications and not indicated in the Plans or indicated in the Plans and not mentioned in the Specifications, shall be of like effect as if indicated and mentioned in both. In case of a discrepancy between any Plans, Specifications, Special provisions, or Addenda, the matter shall be immediately submitted by CONTRACTOR to the Director of Public Works of CITY or his or her written designee (hereinafter referred to as "DPW"), and CONTRACTOR shall not attempt to resolve or adjust the discrepancy without the decision of DPW, save only at its own risk and expense. Should there be any conflict between the terms of this Agreement and the bid or proposal of CONTRACTOR, then this Agreement shall control and nothing herein shall be considered as an acceptance of the terms of the bid or proposal which is in conflict herewith. 3 16-5195/City Funded Construction Contract.docx—revised 04/2016 3. COMPENSATION CITY agrees to pay and CONTRACTOR agrees to accept as full compensation for the faithful performance of this Agreement, subject to any additions or deductions made under the provisions of this Agreement or the Contract Documents, a sum not to exceed One Hundred Forty Four Thousand Dollars ($ 144,000.00 ), as set forth in the Contract Documents, to be paid as provided in this Agreement. 4. COMMENCEMENT OF PROJECT CONTRACTOR agrees to commence the PROJECT within ten (10) working days after the Notice To Proceed is issued and diligently prosecute the PROJECT to completion within forty-five ( 45 ) consecutive Working days from the day the Notice to Proceed is issued by DPW, excluding delays provided for in this Agreement. 5. TIME OF THE ESSENCE The parties hereto recognize and agree that time is of the essence in the performance of this Agreement and each and every provision of the Contract Documents. CONTRACTOR shall prepare and obtain approval as required by the Contract Documents for all shop drawings, details and samples, and do all other things necessary and incidental to the prosecution of its work in conformance with the progress schedule set forth in the Contract Documents. CONTRACTOR shall coordinate its work with the work of all other contractors, subcontractors, and CITY forces working on the PROJECT in a manner that will facilitate the efficient completion of the PROJECT and in accordance with the terms and provisions of this Agreement. CITY shall have complete control of the premises on which the work is to be performed and shall have the right to decide the time and order in which the various portions of the work shall be performed and the priority of the work of other contractors, 4 16-5195/City Funded Construction Contract.docx—revised 04/2016 subcontractors and CITY forces and, in general, all matters concerning the timely and orderly conduct of the work of CONTRACTOR on the premises. 6. CHANGES CONTRACTOR shall adhere strictly to the plans and specifications set forth in the Contract Documents unless a change therefrom is authorized in writing by DPW. CONTRACTOR agrees to make any and all changes, furnish materials and perform all work necessary within the scope of the PROJECT as DPW may require in writing. Under no condition shall CONTRACTOR make any changes without the prior written order or acceptance of DPW, and CITY shall not pay any extra charges made by CONTRACTOR that have not been agreed upon in writing by DPW. When directed to change the work, CONTRACTOR shall submit immediately to DPW a written cost proposal reflecting the effect of the change. Should DPW not agree to such cost proposal, the work shall be performed according to the changes ordered in writing by DPW and the proper cost thereof shall be negotiated by the parties upon cost and pricing data submitted by CONTRACTOR; thereupon, CITY will promptly issue an adjusted change order to CONTRACTOR and the contract price will be adjusted upward or downward accordingly. 7. NOTICE TO PROCEED No work, services, material, or equipment shall be performed or furnished under this Agreement unless and until a Notice to Proceed has been given to CONTRACTOR by CITY. CITY does not warrant that the work will be available on the date the Notice to Proceed is issued. In the event of a delay in commencement of the work due to unavailability of the job site, for any reason,relief to CONTRACTOR shall be limited to a time extension equal to the delay due to such unavailability. 5 16-5195/City Funded Construction Contract.docx—revised 04/2016 8. BONDS Only bonds issued by California admitted sureties will be accepted. CONTRACTOR shall, prior to its performance of this Agreement, furnish the following two (2) bonds approved by the City Attorney: One in the amount of one hundred percent (100%) of the contract price to guarantee the CONTRACTOR's faithful performance of the work, and one in the amount of one hundred percent of the contract price to guarantee payment of all claims for labor and materials furnished. In addition, CONTRACTOR shall submit to CITY a bond in the amount of one hundred percent (100%) of the final contract price, including all change orders, to warrant such performance for a period of one (1) year after CITY's acceptance thereof within ten (10) days of filing of the Notice of Completion. 9. WARRANTIES CONTRACTOR unconditionally guarantees all work done under this Agreement including, but not limited to, any workmanship, installation, fabrication, material or structural facilities constructed. CONTRACTOR, within ten (10) days after notice by CITY of any defect in the work, shall have the option to make appropriate repairs or replace the defective item or items. Upon expiration of such ten (10) day period, CITY may then make appropriate repair or replacement at CONTRACTOR's risk and own cost and expense. 10. INDEPENDENT CONTRACTOR It is understood and agreed that CONTRACTOR is, and shall be, acting at all times hereunder as an independent contractor and not an employee of CITY. CONTRACTOR shall secure at its own cost and expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll 6 16-5195/City Funded Construction Contract.docx—revised 04/2016 deductions for CONTRACTOR and its officers, agents and employees and all business licenses, if any, in connection with the PROJECT and/or the services performed hereunder. 11. LIQUIDATED DAMAGES/DELAYS It is agreed by the parties hereto that in case the total work called for hereunder is not in all parts and requirements finished or completed within the number of calendar days as set forth herein, damage will be sustained by CITY; and that it is, and would be, impractical and extremely difficult to ascertain and determine the actual damage which CITY would sustain in the event of and by reason of such delay. It is, therefore, agreed that CONTRACTOR will pay to CITY, as liquidated damages and not as a penalty, the sum of One Thousand Dollars ($ 1,000 ) per each calendar day's delay in completing the work in excess of the number of working/calendar days set forth herein, which represents a reasonable endeavor by the parties hereto to estimate a fair compensation for the foreseeable damages CITY would sustain in the event of and by reason of such delay; and CONTRACTOR agrees to pay these damages herein provided, and further agrees that CITY may deduct the amount thereof from any monies due or that may become due to CONTRACTOR hereunder. CONTRACTOR will be granted an extension of time and will not be assessed damages for any portion of the delay in the completion of the work due to unforeseeable causes beyond the control and without the fault or negligence of CONTRACTOR, including, but not limited to, acts of God or of the public enemy, fire, floods, epidemics, quarantine restrictions, strikes, unsuitable weather, or delays of subcontractors due to such causes. CONTRACTOR shall, within fifteen (15) days from the beginning of any such delay(unless DPW shall grant a further period of time),notify DPW in writing of the cause of the 7 16-5195/City Funded Construction Contract.docx—revised 04/2016 delay and CITY shall extend the time for completing the work if, in its judgment, the findings of fact thereon justify the delay; and the decision of DPW shall be conclusive on the parties hereto. Should CONTRACTOR be delayed in the prosecution or completion of the work by the act, neglect or default of CITY, or should CONTRACTOR be delayed by waiting for materials required by this Agreement to be furnished by CITY, or by damage caused by fire or other casualty at the job site for which CONTRACTOR is not responsible, or by the combined action of the workers, in no way caused by or resulting from default or collusion on the part of CONTRACTOR, or in the event of a lockout by CITY, then the time herein fixed for the completion of the work shall be extended by the number of days CONTRACTOR has thus been delayed,but no allowance or extension shall be made unless a claim therefor is presented in writing to CITY within fifteen (15) days of the commencement of such delay. No claims for additional compensation or damages for delays, irrespective of the cause thereof, and including without limitation the furnishing of materials by CITY or delays by other contractors or subcontractors will be allowed and an extension of time for completion shall be the sole remedy of CONTRACTOR. 12. DEMANDS FOR ADDITIONAL TIME OR MONEY. A. Definitions. (1) "Change Order" means a document signed by the CONTRACTOR and CITY which authorizes an addition, deletion or revision in the work, or an adjustment in the Compensation under Section 3, or the Completion Time specified at Section 4. (2) "Demand" means a written demand for a Change Order by the CONTRACTOR for any of the following: (a) A time extension; 8 16-5195/City Funded Construction Contract.docx—revised p4/2016 (b) Payment of money or damages arising from work done by, or on behalf of, the CONTRACTOR pursuant to this Agreement and payment of which is not expressly permitted pursuant to Section 3 of this Agreement; (c) Payment of an amount the CITY disputes; (d) Any disputes and other matters relating to the acceptability of the work performed or the interpretation of the Contract Documents; (e) A request for a time extension or additional payment based upon differing site conditions, such as subsurface or latent physical conditions at the job site differing materially from those indicated in this Agreement or the Contract Documents, or unknown physical conditions at the job site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent to work of the PROJECT; or (f) A request for a time extension or additional payment based upon acts of neglect by CITY or due to fires, floods, labor disputes, epidemics, abnormal weather conditions or acts of God. B. A Demand for a time extension or payment of money or damages may only be granted by a Change Order. C. No Change Order may be granted except where the Contractor has submitted a Demand to the DPW (or his or her written designee). All Demands shall be submitted promptly, but in no event later than thirty(30) days after the occurrence of the event giving rise to the Demand. The Demand shall be in writing and include all documents necessary to substantiate the Demand. The DPW shall act on the Demand within fifteen (15) days after receipt, including by requesting additional information from the CONTRACTOR to determine whether to approve the Change Order the Demand seeks. The DPW shall act on the Demand within fifteen (15) days 9 16-5195/City Funded Construction Contract.docx—revised 04/2016 after receipt of the additional information or within a period of time no greater than the time the CONTRACTOR took to produce the additional information requested, whichever is greater. D. Notwithstanding the thirty (3Q) days to submit a Demand under Subparagraph C, in the case of differing or unknown site conditions, immediately upon encountering the conditions, CONTRACTOR shall notify the DPW in writing of the conditions, so that the CITY may promptly investigate the conditions. E. If the CONTRACTOR disputes the DPW's written response on the Demand, or the CITY fails to respond within the time prescribed, the CONTRACTOR may so notify the City Engineer, in writing, either within fifteen(15)days of receipt of the City Engineer's response or within fifteen (15) days of the DPW's failure to respond within the time prescribed, respectively, and request an informal conference to meet and confer for settlement of the Demand. Upon the CONTRACTOR's request,the DPW shall schedule a meet and confer conference within thirty (30) days to seek to resolve. F. CITY and CONTRACTOR shall execute appropriate Change Orders covering changes to the time or price by executing the Change Order by mutual agreement. If the -CITY and CONTRACTOR are unable to reach a mutual agreement, then the City Engineer shall issue a written decision on the claim within a reasonable time. G. Following the meet and confer conference, if the Demand remains in dispute,the CONTRACTOR may file a claim with the City as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the CONTRACTOR submits his 1Q 16-5195/City Funded Construction Contract.docx—revised 04/2016 or her Demand until the Demand is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. 13. VARIATIONS IN ESTIMATED QUANTITIES The quantities listed in the bid schedule will not govern final payment. Payment to CONTRACTOR will be made only for the actual quantities of contract items used in construction of the PROJECT, in accordance with the plans and specifications. Upon completion of the PROJECT, if the actual quantities used are either more than or less than the quantities listed in the bid schedule, the bid price shall prevail subject to the provisions of this Section. DPW may, at its sole discretion, when warranted by the facts and circumstances, order an equitable, adjustment, upwards or downwards, in payment to CONTRACTOR where the actual quantities used in construction of the PROJECT are in variation to the quantities listed in the bid schedule. No claim by CONTRACTOR for an equitable adjustment in price or time for completion shall be allowed if asserted after final payment under this Agreement. If the quantity variation is such as to cause an increase in the time necessary for completion, DPW shall ascertain the facts and circumstances and make such adjustment for extending the completion date as in its sole judgment the findings warrant. 14. PROGRESS PAYMENTS Each month DPW will make an estimate in writing of the work performed by CONTRACTOR and the value thereof. From each progress estimate, five percent (5%) will be deducted and retained by CITY and the remainder of the progress estimate, less the amount of all previous payments since commencement of the work, will be paid to CONTRACTOR. When CONTRACTOR has, in the judgment of DPW, faithfully executed fifty percent(50%) or more of the value of the work as determined from the bid schedule, and if DPW finds that satisfactory progress has been and is being made, CONTRACTOR may be paid such 11 16-5195/City Funded Construction Contract.docx—revised 04/2016 sum as will bring the payments of each month up to one hundred percent (100%) of the value of the work completed since the commencement of the PROJECT,as determined in its sole discretion by DPW, less all previous payments and less all previous retained amounts. CITY's final payment to CONTRACTOR, if unencumbered, or any part thereof unencumbered, shall be made thirty-five (35) days after the acceptance of the work and the filing of a Notice of Completion by CITY. Provided, however,that in the event of a dispute between CITY and CONTRACTOR, CITY may withhold from the final payment an amount not to exceed 150 percent of the value of any disputed amount of work. Payments shall be made on demands drawn in the manner required by law, each payment to be accompanied by a certificate signed by DPW, affirming that the work for which payment is demanded has been performed in accordance with the terms of the Agreement and that the amount stated in the certificate is due under the terms of the Agreement. Partial payments on the contract price shall not be considered as an acceptance of any part of the work. 15. WITHHELD CONTRACT FUNDS, SUBSTITUTION OF SECURITIES At the request and at the sole cost and expense of CONTRACTOR,who shall retain beneficial ownership and receive interest, if any thereon, CITY shall permit the substitution and deposit therewith of securities equivalent to the amount of any monies withheld by CITY to ensure performance under the terms of this Agreement. 16. AFFIDAVITS OF SATISFACTION OF CLAIMS After the completion of the work contemplated by this Agreement, CONTRACTOR shall file with DPW its affidavit stating that all workers and persons employed, all firms supplying materials and all subcontractors working upon the PROJECT have been paid in full and that there are no claims outstanding against the PROJECT for either labor or material, except certain items, if any,to be set forth in CONTRACTOR's affidavit covering disputed claims, 12 16-5195/City Funded Construction Contract.docx—revised 04/2016 or items in connection with Notices to Withhold, which have been filed under the provisions of the statutes of the State of California. 17. WAIVER OF CLAIMS The acceptance by CONTRACTOR of the payment of the final certificate shall constitute a waiver of all claims against CITY under or arising out of this Agreement. A. The CITY has ascertained from the Director of Industrial Relations of the State of California the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which the work is to be performed for each craft or type of work needed to execute this Agreement, and the same has been set forth by resolution on file in the office of the City Clerk of CITY. CONTRACTOR and any subcontractor under it shall pay not less than said prevailing wage rates to all workers employed on this public works Agreement, as required by California Labor Code Sections 1771 and 1774. In accordance with the provisions of Section 3700 of the California Labor Code, CONTRACTOR agrees to secure payment of compensation to every employee. B. Pursuant to this Agreement and in accordance with Section 1774 and 1775 of the California Labor Code, CONTRACTOR shall, as penalty to CITY, forfeit twenty-five dollars ($25) for each calendar day or portion thereof for each worker paid (either by CONTRACTOR or any of its subcontractors) less than the prevailing wage rate established for that particular craft or type of work. 18. CALIFORNIA PREVAILING WAGE LAW A. The CITY has ascertained from the Director of Industrial Relations of the State of California the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which the work is to be performed for each craft or type of work needed to execute this Agreement, and the same has been set forth by 13 16-5195/City Funded Construction Contract.docx—revised 04/2016 resolution on file in the office of the City Clerk of CITY. CONTRACTOR and any subcontractor under it shall pay not less than said prevailing wage rates to all workers employed on this public works Agreement, as required by California Labor Code Sections 1771 and 1774. In accordance with the provisions of Section 3700 of the California Labor Code, CONTRACTOR agrees to secure payment of compensation to every employee. B. Pursuant to this Agreement and in accordance with Section 1774 and 1775 of the California Labor Code, CONTRACTOR shall, as penalty to CITY, forfeit twenty-five dollars ($25) for each calendar day or portion thereof for each worker paid (either by CONTRACTOR or any of its subcontractors) less than the prevailing wage rate established for that particular craft or type of work. 19. CALIFORNIA EIGHT-HOUR LAW A. California Labor Code, Sections 1810 et seg,shall apply to the performance of this Agreement; thereunder, not more than eight(8) hours shall constitute one day's work and CONTRACTOR and each subcontractor employed by its hereunder, shall not require more than eight(8) hours of labor per day or forty (40)hours per week from any one person employed by it hereunder, except as stipulated in California Labor Code Section 1815. CONTRACTOR and each subcontractor employed by it hereunder shall, in accordance with California Labor Code Section 1812, keep an accurate record, open to inspection at all reasonable hours, showing the name and actual hours worked each calendar day and each calendar week by each worker employed in connection with'the PROJECT. B. Pursuant to this Agreement and in accordance with California Labor Code Section 1813, CONTRACTOR shall, as a penalty to CITY, forfeit twenty-five dollars ($25) for each worker employed hereunder by CONTRACTOR or any subcontractor for each calendar day during which such worker is required or permitted to work more than eight (8) hours in any one 14 16-5195/City Funded Construction Contract.docx—revised 04/2016 (1) calendar day or forty (40) hours in any one (1) calendar week in violation of California Labor Code Section 1815. 20. PAYMENT OF TRAVEL AND SUBSISTENCE ALLOWANCE Section 1773.8 of the California Labor Code, regarding the payment of travel and subsistence allowance is applicable to this PROJECT. 21. EMPLOYMENT OF APPRENTICES Section 1777.5 of the California Labor Code, regarding the employment of apprentices is applicable to this PROJECT. 22. PAYROLL RECORDS CONTRACTOR agrees to keep accurate payroll record showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice or worker employed by it in connection with the PROJECT and agrees to require each of its subcontractors to do the same. CONTRACTOR further agrees that its payroll records and those of its subcontractors, if any, shall be available at all reasonable times to the CITY, and the employee or his representative, and the Division of Labor Standards Enforcement and the Division of Apprenticeship Standards, and to comply with all of the provisions of California Labor Code Section 1776, in general. 23. INDEMNIFICATION, DEFENSE, HOLD HARMLESS CONTRACTOR hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents, and volunteers from and against any and all claims, damages, losses, expenses, judgments, demands, defense costs, and consequential damage or liability of any kind or nature, however caused, including those resulting from death or injury to CONTRACTOR's employees and damage to CONTRACTOR's property, 15 16-5195/City Funded Construction Contract.docx—revised 04/2016 arising directly or indirectly out of the obligations or operations herein undertaken by CONTRACTOR, caused in whole or in part by any negligent act or omission of the CONTRACTOR, any subcontractors, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, including but not limited to concurrent active or passive negligence, except where caused by the active negligence, sole negligence, or willful misconduct of the CITY, its officers, elected or appointed officials, employees, agents, and volunteers. CONTRACTOR will conduct all defense at its sole cost and expense and CITY shall approve selection of CONTRACTOR's counsel. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by CONTRACTOR. 24. WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE Pursuant to California Labor Code Section 1861, CONTRACTOR acknowledges awareness of Section 370Q et seq. of this Code, which requires every employer to be insured against liability for workers' compensation; CONTRACTOR covenants that it will comply with such provisions prior to commencing performance of the work hereunder. CONTRACTOR shall obtain and furnish to City workers' compensation and employer's liability insurance in an amount of not less than the State statutory limits. CONTRACTOR shall require all subcontractors to provide such workers' compensation and employer's liability insurance for all of the subcontractors' employees. CONTRACTOR shall furnish to CITY a certificate of waiver of subrogation under the terms of the workers' compensation and employer's liability insurance and CONTRACTOR shall similarly require all subcontractors to waive subrogation. 16 16-5195/City Funded Construction Contract.docx—revised 04/2016 25. INSURANCE In addition to the workers' compensation and employer's liability insurance and CONTRACTOR's covenant to defend, hold harmless and indemnify CITY, CONTRACTOR shall obtain and furnish to CITY, a policy of general public liability insurance, including motor vehicle coverage covering the PROJECT. This policy shall indemnify CONTRACTOR, its officers, employees and agents while acting within the scope of their duties, against any and all claims arising out or in connection with the PROJECT, and shall provide coverage in not less than the following amount: combined single limit bodily injury and property damage, including products/completed operations liability and blanket contractual liability, of One Million Dollars ($1,000,000) per occurrence. If coverage is provided under a form which includes a designated general aggregate limit,the aggregate limit must be no less than One Million Dollars ($1,000,000) for this PROJECT. This policy shall name CITY, its officers, elected or appointed officials, employees, agents,and volunteers(the"Additionally Insured Parties")as Additional Insureds,and shall specifically provide that any other insurance coverage which may be applicable to the PROJECT shall be deemed excess coverage and that CONTRACTOR's insurance shall be primary and non-contributory with any other valid and collectible insurance or self-insurance available to the Additionally Insured Parties. Any available insurance proceeds in excess of the minimum coverage amount specified herein shall be available to the Additionally Insured Parties. All coverage available to CONTRACTOR shall also be available to the Additionally Insured Parties. Under no circumstances shall said above-mentioned insurance contain a self-insured retention without the express written consent of CITY; however an insurance policy "deductible" of Five Thousand Dollars ($5,000.00) is permitted. CONTRACTOR shall be responsible for causing all Subcontractors to maintain the same types and limits of insurance coverage as that required of CONTRACTOR by this Agreement. 17 16-5195/City Funded Construction Contract.docx—revised 04/2016 26. CERTIFICATES OF INSURANCE; ADDITIONAL INSURED ENDORSEMENTS Prior to commencing performance of the work hereunder, CONTRACTOR shall furnish to CITY certificates of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverages as required by this Agreement; the certificates shall: 1. Provide the name and policy number of each carrier and policy; 2. State that the policy is currently in force; and 3. Promise to provide that such policies will not be canceled or modified without thirty (30) days' prior written notice of CITY. CONTRACTOR shall maintain the foregoing insurance coverages in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverages shall not derogate from the CONTRACTOR's defense, hold harmless and indemnification obligations as set forth under this Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of all the policies of insurance. CONTRACTOR shall pay, in a prompt and timely manner,the premiums on all insurance hereinabove required. CONTRACTOR shall provide a separate copy of the additional insured endorsement to each of CONTRACTOR's insurance policies, naming CITY, its officers, elected and appointed officials, employees, agents and volunteers as Additional Insureds, to the City Attorney for approval prior to any payment hereunder. 27. NOTICE OF THIRD PARTY CLAIM Pursuant to Public Contracts Code §9202, CITY shall provide notice to CONTRACTOR of receipt of any claim filed with CITY or a court of competent jurisdiction which arises out of performance of this agreement within ten(10)days of receipt of such claim or claims. 18 16-5195/City Funded Construction Contract.docx—revised 04/2016 28. DEFAULT AND TERMINATION If CONTRACTOR fails or refuses to prosecute the work hereunder with diligence, or fails to complete the work within the time specified, or is adjudged bankrupt or makes an assignment for the benefit of creditors or becomes insolvent, or violates any provision of this Agreement or the Contract Documents, CITY may give CONTRACTOR notice in writing of its intention to terminate this Agreement. Unless the violation is cured within ten(10)days after such Notice of Intention has been served on CONTRACTOR, CITY may, without prejudice to any other remedy it may have, terminate this Agreement upon the expiration of that time. Upon such default by CONTRACTOR, CITY may elect not to terminate this Agreement; in such event CITY may make good the deficiency in which the default consists and deduct the resulting costs from the progress payments then or to become due to CONTRACTOR. If it is subsequently determined by a court of competent jurisdiction that CITY's termination of this Agreement under this Section was wrongful, such termination shall be converted to a termination for convenience under Section 29 and any damages shall be assessed as set forth in Section 29. 29. TERMINATION FOR CONVENIENCE CITY may terminate this Agreement for convenience at any time with or without cause, and whether or not PROJECT is fully complete upon seven(7)calendar days written notice to CONTRACTOR. In the event of termination, under this Section CITY shall pay CONTRACTOR for value of work in place on the PROJECT through the termination period less all such payments already made. In case of such termination for convenience,the CONTRACTOR shall be entitled to receive payment for work executed, and costs incurred by reason of such termination. In no event shall CONTRACTOR be entitled to recover overhead, profit or CONTRACTOR's fee on work not performed. Such payment by CITY shall be CONTRACTOR's 19 16-5195/City Funded Construction Contract.docx—revised p4/2016 sole and exclusive remedy for termination by CITY for its convenience and CITY shall have no further obligation to CONTRACTOR. 30. DISPOSITION OF PLANS, ESTIMATES AND OTHER DOCUMENTS CONTRACTOR agrees that upon completion of the work to be performed hereunder, or upon expiration or earlier termination of this Agreement, all original plans, specifications, drawings, reports, calculations, maps and other documents pertaining to this Agreement shall be delivered to CITY and become its sole property at no further cost. 31. NONASSIGNABILITY CONTRACTOR shall not sell, assign, transfer, convey or encumber this Agreement,or any part hereof,or any right or duty created herein,without the prior written consent of CITY and the surety. 32. CITY EMPLOYEES AND OFFICIALS CONTRACTOR shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation of the California Government Code. 33. STOP NOTICES; RECOVERY OF ADMINISTRATIVE COSTS CITY shall be entitled to all reasonable administrative costs and necessary disbursements arising out of the processing of Stop Notices, Notices to Withhold, or any similar legal document. This obligation shall be provided for in the labor and materials payment bond required of CONTRACTOR. CITY may charge an administrative fee of One Hundred Dollars ($100)for every Stop Notice filed in excess of two(2),regardless of whether or not CITY is named in an action to enforce such stop notices. CITY may set off any unreimbursed cost or expense so incurred against any sum or sums owed by CITY to CONTRACTOR under this Agreement. 20 16-5195/City Funded Construction Contract.docx—revised 04/2016 34. NOTICES Any notices, certificates, or other communications hereunder shall be given either by personal delivery to CONTRACTOR's agent (as designated in Section 1 hereinabove) or to CITY as the situation shall warrant,or by enclosing the same in a sealed envelope,postage prepaid, and depositing the same in the United States Postal Service, to the addresses specified below; provided that CITY and CONTRACTOR may designate different addresses to which subsequent notices, certificates or other communications will be sent by notifying the other party via personal delivery, reputable overnight carrier or U. S. certified mail-return receipt requested: TO CITY: TO CONTRACTOR: City of Huntington Beach SOUTHLAND ROOFING, INC. ATTN:Director of , Public Works ATTN: Pier Pjerin Prenga 2000 Main Street 9127 S. Western Avenue Huntington Beach, CA 92648 Los Angeles, CA 90047 35. SECTION HEADINGS The titles, captions, section, paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and are included solely for convenience of reference only and are not representative of maters included or excluded from such provisions,and do not interpret,define, limit or describe,or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 21 16-5195/City Funded Construction Contract.docx—revised Q4/2016 36. IMMIGRATION CONTRACTOR shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of United States Code Section 1324a regarding employment verification. 37. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONTRACTOR and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services, and that such legal services are expressly outside the scope of services contemplated hereunder. CONTRACTOR understands that pursuant to Huntington Beach City Charter Section 309, the City Attorney is the exclusive legal counsel for CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONTRACTOR. 38. ATTORNEY'S FEES In the event suit is brought by either party to construe, interpret and/or enforce the terms and/or provisions of this Agreement or to secure the performance hereof, each party shall bear its own attorney's fees, such that the prevailing party shall not be entitled to recover its attorney's fees from the non-prevailing party. 39. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according.to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the 22 16-5195/City Funded Construction Contract.docx—revised 04/2016 context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement which is hereby affected shall be curtailed and limited only to the extent necessary to bring it within the requirements of the law. 40. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. 41. DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals, each of which so executed shall, irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. 42. CONSENT Where CITY's consent/approval is required under this Agreement, its consent/approval for one transaction or event shall not be deemed to be consent/approval to any subsequent occurrence of the same or any other transaction or event. 43. SURVIVAL Terms and conditions of this Agreement, which by their sense and context survive the expiration or termination of this Agreement shall so survive. 44. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 23 16-5195/City Funded Construction Contract.docx—revised 04/2016 45. SIGNATORIES Each undersigned represents and warrants that its signature hereinbelow has the power, authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify CITY fully for any injuries or damages to CITY in the event that such authority or power is not, in fact, held by the signatory or is withdrawn. 46. ENTIRETY The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation, and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations, inducements,promises, agreements or warranties, oral or otherwise, have been made by that party or anyone acting on that party's behalf, which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement, promise, agreement, warranty, fact or circumstance not expressly set forth in this Agreement. This Agreement, and the attached Exhibit "A", contain the entire agreement between the parties respecting the subject matter of this Agreement, and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof. 24 16-5195/City Funded Construction Contract.docx—revised 04/2016 IN WITNESS WHEREOF,the parties hereto have caused this Agreement to be executed by and through their authorized officers on littict , 20 25 . CONTRACTOR: CITY OF HUNTINGTON BEACH,a municipal corporation the State o alifornia By: M or (print name) 06416 *Pie- ITS: Chairman/President/Vice-President City Clerk /.25- (circle one) INITIATED R V AND By: Director of Public Works (print name) REVIEWED AND APPROVED: ITS: Secretary / Chief Financial Officer / Asst. Secretary/Treasurer (circle one) City anager APPROVED S TO FORM: City Attorney COUNTERPART 25 16-5195/City Funded Construction Contract.docx—revised 04/2016 IN WITNESS WHEREOF,the parties hereto have caused this Agreement to be executed by and through their authoritcd officers on Apr 2 q , 20 25__. AV9113gaiiiti MI6 CAt.A .11 /71 g 9-O2. CONT` . / CITY OF I IElNTINOTON BEACH,a municipal ��— corporation or the State of California 1 e ram, nw_ a Mayor (print name) ITS: Chairman I President I Vice-President City Clerk (circle ont9 INrriATFD AND APPROVED: AND Scr►-i� �S d t)e . I)irek.'t0r of Public. 1\ork (print name) REVIEWED AND APPROVED: rrS: Secretary / Chief Financial OftMeer 1 Asst, Secretary/`I reasurer (eircle me) City Manager APPROVED 4S TO FORM: City Attorney COUNTERPART 25 16=3193/Clty Funded Ctrnstreation Contraet.Ioe 041201a SECTION C PROPOSAL for the construction of CITY OWNED BUILDING LOCATED AT 17732 GOLDENWEST STREET(dba.PARK BENCH CAFÉ) ROOFING AND SIDING IMPROVEMENTS CC No. 1789 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting ELECTRONIC Bids,the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within 45 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses,taxes, royalties, fees, etc.,and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts,and words shall govern over figures. c-I • If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER,the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find Bidder's Bond in the amount of 10% which said amount is not less than 10%of the aggregate of the total bid price,as required by the Notice Inviting ELECTRONIC Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for % ",as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Signature N/A N/A N/A C-2 CITY OF HUNTINGTON BEACH PARK BENCH CAFE—ROOFING AND SIDING IMPROVEMENTS CONTRACTOR BID SCHEDULE PROSPECTIVE CONTRACTOR SHALL ITEMIZE BID UTILIZING THIS SCHEDULE . BASE BID Item No. Description of Work Unit Estimated Unit Price($) Total($) Quantity 1 Mobilization $ Lump Sum $ a,c t 3•00 $ )_; r t)1•0 0 2 Demolition and Hauling(Sloped Roof) SF 1,100 $ 2.i •,{sC) $ —211 ' f:\.) •01) 3 Demolition and Hauling(Flat Roof) SF 300 $ 7 C) $ f COO C'Ci 4 Demolition and Hauling of Siding(upper SF 350 $ t .00 $ Co, 300 •()C` level only) 5 Abatement(asbestos),per report. $ Lump Sum $ (1 +i�,0,CC:, $ l 1_i 100 .0 0 6 Furnish and Install Siding(demo portion SF 350 $ �,) L $ 03,3,,00 co only) 7 Furnish and Install Flat Roof SF 300 $ (4 ()`s $ t?r 4 'L•`� ' . B Furnish and Install Sloped Shingle Roof SF 1,100 $ l,,._0Z? $ I(\ , -Q•"0.00 9 Furnish and Install Drain $ Lump Sum $ 1 , q L;, tz $ l i c 0`'• (3{' 10 Furnish and Install Fabric Awning $ Lump Sum $ c r 6 0.,E .Qi,� $ ''; . 00t. uU Replacement 11 Furnish and Install Facia.Replacement LF 300 $ _)(� UC) $ $, 1-{01) •fit) 12 Prime and Paint Replacement Siding SF 350 $ c • t $ 2., i 0w (furnish and install) Total in Numbers: $ 9?-0, 000 •C�> Total in Words: V s Yti k' lq.0Otti fit) cJ g1 .\t. Z;1_k(,AV>> , ADDITIVE BID-COST BREAKDOWN (REQUIRED) Unit Price($) Item No. Description of Work Per SF 1 Roofing Base Board Replacement $ (this includes removal,replacement,materials,and labor) k., ,0 0 Siding Replacement 2 (this includes removal,replacement,materials,and labor) $ `j ..0-0 3 Painting/Priming } (this includes materials and labor) $ L C-3 Note: Bidders must provide pricing for every bid item.The lump sum amount for Mobilization shall not exceed five percent (5%)of the total amount of the bid, unless the bid documents indicate otherwise. Compensation for items of work not specifically identified in these bid items shall include all labor, materials,tools, equipment, safety measures, and supervision required to complete the work to grades and dimensions shown on the Plans or staked in the field.There shall be no compensation except for the bid items specified in the Proposal. The cost of all work shown in the Plans and Specifications but not specifically identified as a bid item or described within a bid item shall be included in related bid items, and no additional compensation shall become due the Contractor. • • C-4 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or$10,000,whichever is greater, and the portion of the work to be done by such subcontractor. Bid Name and Address of State Class DIR PW C Dollar %of Item(s) Subcontractor License Registration# Amount Contract Number ASB/Lead Superior Environmental 975961 C-22 1000035531 $12,000.00 10% Removal Asb/Haz JJ&S Environmental Services 975044 B,C-22 1000834731 $12,000.00 10% mat. removal By submission of this proposal,the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-5 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on o6/12/2025 at Los Angeles , CA Date City State Pier Pjerin Prenga , being first duly sworn, deposes and says that he or she is President of Southland Roofing Inc the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership,company,association,organization,or corporation;that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price,or that of any other bidder,or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further,that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. • Southland Roofing Inc Name of Bidd rl'-:-T`` • �- ' - • • vS' nre of Sddei 9127 S Western Ave., Los Angeles, CA 90047 Address of Bidder C-6 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the CITY OWNED BUILDING LOCATED AT 17732 GOLDEN WEST STREET(dba. PARK BENCH CAFE) ROOFING AND SIDING IMPROVEMENTS, (i)(we)(it) will employ and utilize only qualified persons,as hereinafter defined,to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person"is defined in Title 8,California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Southland Roofingiic • Contractor 7/ t � Pier Pjerin Prenga • President Title Date: 06/12/2025 C-7 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162,the Bidder shall complete,under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes ®No If the answer is yes,explain the circumstances in the space provided. N/A • Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-8 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Southland Roofit ..Inc\ Contractor - Pier Pjerin Prenga • • • • President Title Date: 06/12/2025 • C-9 BIDDER'S INFORMATION BIDDER certifies that the following information is true and co�rrect: / • Bidder Name C) 9I;2 (9 .; -- e -fin 40 c'. • Business Address 1-05 4,1 Ue 1<5:;.'3 CI tOrli 7 City, -> State Zip (>(,LJ) ��U�3 - C S _� �. is .�.�c:_1 S"`v-ILA(�-1 C�G v� � � 1�r�; Ce>�.� Telephone Number Email Address State Contractor's License No. and Class C.20/02-/.2—Dik. Original Dated Issued 0-/,2) i(2 02 t Expiration bate The work site was inspected by r/c.)t i. e.(3c-,42_.i of our office on (.L,/.tX I ,202 5. cJ The following are persons, firms,and corporations having a principal interest in this proposal: Cr„-1 .. r7 f The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise,to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth.fd^ 0-0,, e 41.4/ s Gad. Company Name • Signattrre.of-B-idde, f7 Printed or Typed Signature C-I0 NOTARY CERTIFICATE Subscribed and sworn to before me this j.L day of 3JNe , 2023 . 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 .�/d ) il County of f.,.,�. /1-v,y . � ; ) On b//Z/2023 before me, Ales. F°419C.�«Va MgtrktI / is.j4G,`1 1'JS(i< Month, Day,and Year Insert Name and Title of Notary personally appeared rhev (rei.cac, Name( of SignerN who proved to me on the basis of satisfactory evidence to be tile,.. erson(ss,L whose names, is re scribed to the within instrument and acknowled to me that le heat), executed the same in h their authorized capacity(►t, and that by tis their signature on the instrument the L persons) 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 myhand and official seal. °°r� ALFJ(RUBALCAVAMARTEL ,r�_�{aR; Notary Public•California i W�:,. i Los Angeles County E y<vii r, • Commission N 2451867 ..L My Comm.Expires Jun 29,2027 Signature Of"- 7-`'W4+ Signature of Notary Public (PLACE NOTARY SEAL ABOVE) c-11 Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of {Describe specific work and experience necessary for project. For example,"Sanitary sewer line installation of at least of 1,000 of 8-inch and greater in public right- of-way. Sanitary sewer lift stations of similar size, project work within public streets, an area containing high ground water and pipeline construction in high ground water regions with trench depths of 8-feet to the invert."}. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names,address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: 1. Barstow Unified School District 1551 Avenue H, Barstow, CA 92311 Name and Address of Public Agency • Name and Telephone No. of Project Manager: Julie Williams J 909-476-0590 $609,280.00 WeatherWeld Roof Retrofit 11/15/2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Full roof retrofit of Barstow M&O Building with WeatherWeld System 2. Walnut Valley USD 1880 S Lemon Ave., Walnut,CA 91789 Name and Address of Public Agency Name and Telephone No. of Project Manager: Jeffrey Roule 1909-595-1261 $450,000.00 Roof Retrofit 02/29/2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Full roof retrofit and AC ducting sealant with Tremco system 3. City of Vernon 14305 S Santa Fe Ave., Vernon,CA 90058 Name and Address of Public Agency Name and Telephone No. of Project Manager: Kenneth Jackson 1323-583-881 1 $411,500.00 New roof 06/10/2025 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: C-12 C-13 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. Pier Pjerin Prenga Name of proposed Project Manager Telephone No. of proposed Project Manager: 818-667-7768 Barstow M&O Roofing $609,280.00 Roof retrofit 11/15/2025 Project Name&Contract Amount Type of Work Date Completed Walnut High School Gym $395,000.00 Roof retrofit 02/29/2024 Project Name& Contract Amount Type of Work Date Completed City Hall Roof Replacement $411,500.00 New Roof 06/10/2024 Project Name& Contract Amount Type of Work Date Completed 2. Ramon Flores • Name of proposed Superintendent Telephone No. of proposed Superintendent: 323-690-7104 Barstow M&O Roofing $609,280.00 Roof retrofit 11/15/2025 Project Name& Contract Amount Type of Work Date Completed Walnut High School Gym $395,000.00 Roof retrofit 02/29/2024 Project Name&Contract Amount Type of Work Date Completed City Hall Roof Replacement $411,500.00 New Roof 06/10/2024 Project Name&Contract Amount Type of Work Date Completed C-14 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854(citing Labor Code Section 1771.1(a)), passed by the California State Senate on June 20,2014,established a new public works Contractor Registration Program,which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR). Currently the annual non-refundable registration fee for Contractors is $400. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 DIR's Contractor Registration Link—Call (844) 522-6734 DIR's Contractor Registration searchable database: I am aware and will comply with the provisions of Labor Code Section 1771.1(a) which states: "A contractor or subcontractor shall not be qualified to bid on,be listed in a bid proposal,subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code,provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid. Southland R ofing Inc Contractor/ • ,mot',.�^/1 / .�Pier Pjerin Prenga By/r • pier,a@Sout llandroofinginc.com Email - President Title Date: 06/12/2025 PWC Registration#: 1000648643 c-I5 10/06/2025,10:21 1000648643-Southland Roofing Inc. ' SUM e caofflua •It Departmnt Public Works Support Log in al e of Indust/fel Relations Contractor Registration Search Project Registration Search Register Hgme > .cygg,,,,,,,,,,, ,,,,,,,,,,, , > 1000648643-Southland Roofing Inc. 1000648643- Southland Roofing Inc. Customer Account Lookup PWCR 1000648643 Contractor Status DIR Approved CSLB Business Phone 310-903-0536 Ext https://services.dir.ca.gov/gsp?id=dir_public form&ta ble=x_cdoi2_csm_portal_customer account_lookup&sys_id=eba2d3elfbd30250a371f89ebeefdc... 1/3 10/06/2025,10:21 1000648643-Southland Roofing Inc. Mailing Address-Zip 90036 Mailing Address-Country United States of America Physical Address 145 S Fairfax Avenue,#200 Physical Address-City - ---------- Los Angeles Physical Address-State Physical Address-Zip 90036 Physical Address-Country United States of America Related Lists Regiattation.Datea.06. Terms&Condjt..ons Privacy Policy, Disclaimer Nondiscrimination Notice Copyright 2024 State of California Accessibility dir.ca.gov https://services.dicca.gov/gsp?Id=dir public form&table=x cdoi2_csm_portal_customer_account_lookup&sys_id=eba2d3e1fbd30250a371f89ebeefdc... 3/3 CONTRACTOR'S SWORN STATEMENT AND WARRANTY REGARDING CONTINUING INSURANCE OBLIGATIONS FROM: avIh & Jl co— i PROJECT: ark_ 6°µC,T` (Contractor Name) • a�P[7 r2:1 g S r�'` ^-r• /12 5, We5 3 14vP / �/ (Street Address) G-os 4,,„e� c CA /00ti 1 (City,State and Zip) TO: CM'OF HUNTINGTON BEACH DECLARATION Attached hereto Is a true and correct copy of the current Certificate of Insurance and Additional Insured Endorsement CG 2010 1185, which Certificate complies with the insurance requirements of the Contract by and between the City of Huntington Beach("City')and the above-named Contractor("Contractor')for the above-described project("Project"), • declare Linder penalty of perjury under the laws of the State of California that the above state is true and conect Signed on C2/�/ 2-9/ 2025at G-Of Av7 ' • Z°' Il(p ) te) A .'vi..,.:::• Making Declaration) WARRANTY contractor hereby warrants and agrees to maintain Products and Completed Operations Insurance in compliance with the Insurance requirements of the Contract for the Project. Said Insurance shall be maintained through and until the expiration of all Warranties provided by Contractor, Said insurance shall contain Additional Insured Endorsement CG 2010 118S,naming City as an additional Insured, Contractor shall supply to City,on at least an annual basis,a Certificate of Insurance and the aforementioned Endorsement evidencing continued coverage which meets the Contract requirements. Signed on Oy f Z$ ,za�at Los 1t-e /S Oats) (Olt/State) CONTRACTOR: ,lzf t,a(g (: Sy t Ie4" a LK Cre,"Narft Title; • 7.77012 ' l ®A ?D® CERTIFICATE OF LIABILITY INSURANCE DATE(MMlDD/YYY`O 08/21/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTNAME: Kathy Kathy Hingpit - Thrive Risk Management Insurance Solutions PHONE FAX (A/C No.Ex1): 818.271-1204 WC.No): 15910 Ventura Blvd Suite 1012 kin ESS: kathy@thriverisk.com Encino, CA 91436 INSURER(S)AFFORDING COVERAGE NAIC# INSURER A: PartnerRe Insurance Solutions Bermuda Ltd. AA-3191504 INSURED INSURER B: Vantage Risk Sp_esiaity Insurance Company 32077 Southland Roofing Inc INSURERC: National Casualty Company 18805 9127 S Western Ave INSURERD: Los Angeles, CA 90047 INSURERS: INSURER F COVERAGES CERTIFICATE NUMBER: 00000101-250717134713 REVISION NUMBER: 41 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED RY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUER POLICY EFF POLICY EXPD/Y LIMITS LTR INSR WVD POLICY NUMBER IMMIDYYY1 (MMIDD(YYYYI A X COMMERCIAL GENERAL LIABILITY Y Y VCP2025155-01 07/27/2025 07127/2026 EACH OCCURRENCE $ 1,000,000 DAMAGE 1 CLAIMS-MADE X OCCUR PRE M SESO(EaENTED occurrence) S 50,000 MED EXP(My one person) S 5,000 PERSONAL&ADV INJURY S 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X 1 JECT LOC PRODUCTS-COMPIOP AGG S 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ _Lea accidemL_ ANY AUTO BODILY INJURY(Per person) S OWNED SCHEDULED BODILY INJURY(Per accident) S AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE , AUTOS ONLY AUTOS ONLY (Per accident) B UMBRELLA LIAB X OCCUR Y Y P03XC0000087810 07/27/2025 07/27/2026 EACH OCCURRENCE S 5000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE $ 5,000,000 DED RETENTIONS S C WORKERSAND COMPENSATION' IABILITY Y WCC336634A 07/17/2025 07/17/2026 X STA UTE OTH- ER EMPLOYERS ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N�/1 N A E.L.EACH ACCIDENT $ 1,000,000 OFFICERrMEMBER EXCLUDED? ( I (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If es,descnbe under DE CRIP7 ON OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached II more space Is required) City of Huntington Beach is added as additional insured with respect to the GewctikpjaalygiotrOftftillariroary and Non-Contributory basis.Waiver of Subrogation applies with respect to the General Liability and Workers'Compensation if required by written contract. By MICHAEL J.VIGLIOTTA CITY ATTORNEY CITY OF HUNTINGTON BEACH CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN City of Huntington Beach ACCORDANCE WITH THE POLICY PROVISIONS. 2000 Main Street Huntington Beach, CA 92648 AUTHORIZED REPRESENTATIVE /RIGU/U yS7irvt�"" (KLH) ©1988- 015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD Printed by KLH on 08/21/2025 at 09:15AM 0 DATE(MMIDDIYYTY) AcoRU CERTIFICATE OF LIABILITY INSURANCE `----- 09/05/2025 . THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(les)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Auto Insurance Specialists NAME"°T Nicole Moreno PO BOX 10160 WC. No.Ext):866-570-7335 FAA No);800-498-3293 Santa Ana CA 92711.0730 Mass:commercial@aisinsurance.com INSURER(S)AFFORDING COVERAGE NAIL 0 INSURERA:California Automobile Insurance Company 38342 INSURED Southland Roofing Inc. INSURERS: 9127 S Western Ave INSURER C: Los Angeles CA 90047 INSURER 0: INSURER S: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUER POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INS: WILD POLICY NUMBER (MMIDDIYYYY) IMMIODIYYYY) LIMITS COMMERCIAL GENERAL LIABILITY L EACH OCCURRENCE $ DAMAGE TO RENTED I CLAIMS-MADE El OCCUR PREMISES Es occurrence) $ MED EXP(Any one person) $ — PERSONAL&ADV INJURY $ — ���G'''E'''))IN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY PROT ❑LORC PRODUCTS-COMP/OP AGG $ JEC OTHER: n $ AUTOMOBILELIABILITY I II I COMBINEDt SINGLE LIMIT $1,000,000 `/-ANY AUTO BODILY INJURY(Per person) $ A I— OWNED SCHEDULED BA040000062922 11115/2024 11/1512025 BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) $ UMBRELLALIAB OCCUR Lill I EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED I I RETENTION S ,$ WORKERS COMPENSATION r AND EMPLOYERS'LIABILITY t--r I STATUTE 1 1 ERH- ANYPROPRIETORfPARTNERIEXECUTIVE I—1 N!A E.L.EACH ACCIDENT $ OFFICERIMEMBEREXCLUDEDT (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE S If yes,describe under DESCRIPTION OF OPERATIONS berm EL.DISEASE-POLICY LIMIT $ rn 00 LJ I 1 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) CERTIFICATE HOLDER CANCELLATION City of Huntington Beach 2000 Main Street SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Huntington Beach,CA 92648 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 01988.2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: VCP2025155-01 COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s)Of Covered Operations City of Huntington Beach, its officers, elected or All locations required by written contract. appointed officials, employees, agents and volunteers Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section II -Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for"bodily injury", "property This insurance does not apply to "bodily injury" or damage" or "personal and advertising injury" "property damage"occurring after: caused, in whole or in part,by: 1. All work, including materials, parts or 1. Your acts or omissions;or equipment furnished in connection with such 2.The acts or omissions of those acting on your work, on the project(other than service, behalf; maintenance or repairs)to be performed by or in the performance of your ongoing operations for on behalf of the additional insured(s)at the the additional insured(s) at the location(s) location of the covered operations has been designated above. completed;or However: 2. That portion of"your work"out of which the injury or damage arises has been put to its 1. The insurance afforded to such additional intended use by any person or organization insured only applies to the extent permitted by other than another contractor or subcontractor law;and engaged in performing operations for a 2. If coverage provided to the additional insured is principal as a part of the same project. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 10 0413 0 Insurance Services Office, Inc., 2012 Page 1 of 2 C.With respect to the insurance afforded to these 2.Available under the applicable Limits of additional insureds, the following is added to Insurance shown in the Declarations; Section III-Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agreement, the most we applicable Limits of Insurance shown in the will pay on behalf of the additional insured is the Declarations. amount of insurance: 1.Required by the contract or agreement;or Page 2 of 2 ©Insurance Services Office, Inc.,2012 CG 20 10 0413 POLICY NUMBER: VCP2025155-01 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Location And Description Of Completed Or Organization(s) Operations City of Huntington Beach, its officers, elected or All locations required by written contract. appointed officials,employees, agents and volunteers Where required by written contract. All locations required by written contract. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II - Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III -- Limits Of Insurance: with respect to liability for "bodily injury" or If coverage provided to the additional insured is "property damage" caused, in whole or in part, by required by a contract or agreement, the most we "your work" at the location designated and will pay on behalf of the additional insured is the described in the Schedule of this endorsement amount of insurance: performed for that additional insured and included in the "products-completed operations 1. Required by the contract or agreement; or hazard". 2. Available under the applicable Limits of However: Insurance shown in the Declarations; 1. The insurance afforded to such additional whichever is less. insured only applies to the extent permitted This endorsement shall not increase the applicable by law; and Limits of Insurance shown in the Declarations. 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 04 13 ©Insurance Services Office, Inc.,2012 Page 1 of 1 POLICY NUMBER: VCP2025155-01 COMMERCIAL GENERAL LIABILITY CG20010413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLTED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1)The additional insured is a Named Insured under such other insurance;and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. CG 20 01 04 13 ©Insurance Services Office, Inc.,2013 Page 1 of 1 POLICY NUMBER:VCP2025155-01 COMMERCIAL GENERAL LIABILITY CO 24 04 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS SCHEDULE Name Of Person(s)Or Organization(s): Where required by written contract. Information required to complete this Schedule,if not shown above,will be shown in the Declarations. The following is added to Paragraph 8.Transfer Of Rights Of Recovery Against Others To Us of Section IV-Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s)shown in the Schedule above. CO 24 04 12 19 ©Insurance Services Office, Inc.,2018 Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 06 (Ed.04-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 2 % of the California workers' compensation premium otherwise due on such remuneration. SCHEDULE PERSON OR ORGANIZATION JOB DESCRIPTION NY PERSON(S) OR ORGANIZATIONS) WITH WHOM YOU HAVE AGREED TO SUCH WAIVER, IN A VALID WRITTEN CONTRACT OR WRITTEN AGREEMENT THAT HAS BEEN EXECUTED PRIOR TO LOSS This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 07-17-25 Policy No.WCC336634A Endorsement No. Insured SOUTHLAND ROOFING INC Premium $ INCL. Insurance Company NATIONAL CASUALTY COMPANY Countersigned By ©1998 by the Workers'Compensation Insurance Rating Bureau of California. All rights reserved. From the WCIRB's California Workers'Compensation Insurance Forms Manual© 1999. Insured Copy ENDORSEMENT 11 POLICY CHANGE SUMMARY Endorsement Number: 27 Policy Number: P03XC0000087810 Named Insured: Southland Roofing Inc Endorsement effective 12:01 AM: July 27, 2025(local time at Insured's address shown in the Declarations) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. It is agreed that: EX 10002 0122 ENDORSEMENT 11 ADDITIONAL INSURED is added to the policy per attached All other terms and conditions of this Policy remain unchanged. IL 00036 0224 'VANTAGE Page 1 of 1 ENDORSEMENT // ADDITIONAL INSURED Endorsement Number: 28 Policy Number: P03XC0000087810 Named Insured: Southland Roofing Inc. Endorsement effective 12:01 AM:July 27, 2025(local time at address shown in Item 1 of the declarations) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. It is agreed that: 1. Solely with respect to any claim otherwise covered under this Policy, any entity or natural person listed on the SCHEDULE below is an Additional Insured under this Policy but only if and while such claim is made and continuously maintained against both an Additional Insured and an Insured, other than an Additional Insured, and only to the extent such claim against such Additional Insured for alleged wrongdoing by an Insured other than an Additional Insured. 2. Coverage by reason of this Endorsement shall only apply to defense costs incurred by such Additional Insured and shall not apply to any settlements,judgments or other loss incurred by Additional Insured. 3. This Endorsement does not restrict coverage for Insureds (other than the Additional Insureds)that would have otherwise been available under this Policy absent this Endorsement. 4. Coverage by reason of this Endorsement for any claim against an Additional Insured shall be subject to such Additional Insured using as defense counsel in such claim the same defense counsel as is used by one or more other Insureds(exclusive of the Additional Insureds)in such claim unless such joint representation is prohibited by applicable law or ethical rules. SCHEDULE City of Huntington Beach, its officers,elected or appointed officials, employees, agents and volunteers All other terms and conditions of this Policy remain unchanged. EX 10002 0122 VANTAGE Page 1 of 1 Bond No.WCN7482995 PAYMENT BOND (LABOR AND MATERIALS) KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS,City of Huntington Beach(hereafter referred to as"City") has awarded to Southland Roofing,Inc. 9127 S Western Avenue,Los Angeles, CA 90047 (name and address of Contractor) (hereinafter referred to as"Principal"),a contract("Contract")for the work described as follows: _17732 Goldenwest Street(DBA Park Bench Cafe) Roofing and Siding.Improvements- CC17R9 (Project Title) WHEREAS, Principal is required under the terms of the Contract and the California Civil Code to furnish a bond to secure the payment of claims of laborers,mechanics,materialmen,and other persons as provided by law, by a duly admitted surety insurer under the laws of the State of California (hereinafter referred to as "Surety"); and Surety is certified and listed in the U.S. Department of the Treasury Circular 570, and has provided proof of sufficient bonding limitation, as shown in said circular to provide bonds in the amount required by said Contract; and Surety has provided financial strength ratings from reputable companies,such as from A.M. Best, Moody's or Standard &Poor's,to validate that Surety has positive ratings of being secure or stable;and Surety is registered and listed with the California Department of Insurance. NOW THEREFORE,we,the undersigned Principal,and Old Republic Sure Company 6 Jenner,Suite 230,Irvine,CA 92618 (name and address of Surety) as Surety,are held and firmly bound unto City in the penal sum of One Hundred Forty Four Thousand and 00/100 _ dollars($ 144,000.00 ),this amount being not less than one hundred percent(100%)of the total price set forth in the Contract,in lawful money of the United States of America,for the payment of which sum,well and truly to be made.we bind ourselves,and each of our heirs, executors, administrators,successors,and assigns,jointly and severally,firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT,if the Principal,his, her,or its heirs,executors, administrators,successors or assigns,or subcontractors shall fail to pay any of the persons named in Section :3181 of the California Civil Code("Claimants") for all labor,materials or services used or reasonably required for use in performance of the work described in the Contract,or any amounts due under the Unemployment Insurance Code with respect to work or labor performed by any such Claimant,or prevailing wages due and penalties incurred pursuant to Sections 1774, 1775, 1813 or 1815 of the Labor Code,or any amounts required to be deducted,withheld and paid over to the Employment Development Department from the wages of employees of the Principal and Subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to the work or labor performed under the Contract,Surety will pay for the same, in an amount not exceeding the penal sum specified in this bond;otherwise,this obligation shall be null and void. This bond shall inure to the benefit of any of the persons named in Section 3181 of the California Civil Code so as to give a right of action to such persons or their assigns. In case any action is brought upon this bond, Surety further agrees to pay all court costs and a reasonable attorney's fee in an amount fixed by the court. PAYMENT BOND Page 1 of 2 I5-45g411173S7 Surety stipulates and agrees,for value received,that no change,extension of time,alteration, addition or modification to the terms of the Contract,or any contract document or any work to be performed thereunder,whether made after notice or not,shall in any way affect, impair or release the obligations of Surety under this bond. Surety hereby waives notice of any such change, extension of time,alteration,addition,or modification to the terms of the Contract, the contract documents or the work thereunder. Surety also waives the provisions of California Civil Code§§ 2845 and 2849. IN WITNESS WHEREOF,each party represents and warrants that this instrument has been duly • executed by Principal and Surety,on the date set forth below,that the name of each corporate party being affixed hereto is such party's proper legal name and that the individuals signing this instrument have been duly authorized pursuant to the authority of its governing body. Surety, by execution of this bond,waives any defense which Surety has or may have by reason of any failure of the Principal to execute or properly execute this bond. Dated: August 21,2025 ATTEST Southland Roofing,Inc. (Corporate Seal) (Principal Name) By: Name: `4&% . k• fl Title: ATTEST /7 —.--- Old Republic Surety Company (Corporate al) (Surety Nai By: 74 I . i."-- Name: Andrew Sysn,A orney-in-Fact (Signature of Attorney-in-Fact for Surety) (Attach Attorney-in-Fact Certificate) L_)_ 909-253-7752 (Area Code&Telephone Number foi Surety) APPROVED AS TP""rercM: By: ,' { less' '' Whael E.Gates,'•City Attorney 6. • Note: This bond must be executed in duplicate and dated,all signatures must be notarized,and evidence of the authority of any person signing as attorney-in-fact must be attached. PAYMENT Fi()ND Page.2 of 2 15-584f117:57 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 �r/cfe:4Itrs. . ia—n.-rc ,er_ ,iKr� s �-car o�rrn .. _&i c < f E•C<cf> , .. s:wS = �5 c Cs e 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 AUG 2 1 2025 before me, Maria Sysyn,Notary Public Date Here Insert Name and Title of the Officer personally appeared Andrew Sysyn Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph • is true and correct. y<•L-0`1h MARIA SYSYN WITNESS my hand and official seal. �.s Notary Public-California �� ;�-�� m Orange County F. Commission#2468022 Signature 00 ','•a•''� My Comm.Expires Nov 7,2027 Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑ Partner — ❑Limited ❑ General ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑Attorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee ❑ Guardian or Conservator ❑Trustee ❑ Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: eiiQ%C�:��.�C:`f-�"u."h`�_k._ __. __ _ _ _ _•__. -Q'_-_t.F�'s�=c'`�R-?�,`�'�.?�:.:. _. _:_•mac,:. •__ .:.,.- •_ _ .. __ _c�:4;�i:�Q�'�L�zSe:�'� ©2016 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 **** * OLD REPUBLIC SURETY COMPANY POWER OF ATTORNEY KNOVV ALL MEN BY THESE PRESENTS:That OLD REPUBLIC SURETY COMPANY.a Wisconsin stock insurance corporation.does make,constitute and appoint: Andrew Sysyn of San Juan Capistrano. CA its true and lawful Attorney(s)-in-Fact, with full power and authority for and on behalf of the company as surety, to execute and deliver and affix the seal of the company thereto (if a seal is required), bonds. undertakings, recognizances or other written obligations in the nature thereof, (other than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, asbestos abatement contract bonds, waste management bonds,hazardous waste remediation bonds or black lung bonds),as follows. ALL WRITTEN INSTRUMENTS and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys-in-Fact, pursuant to these presents, are ratified and confirmed This appointment is made under and by authority of the board of directors at a special meeting held on February 18.1982. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18.1982. RESOLVED that: the president, any vice-president or assistant vice president, in conjunction with the secretary or any assistant secretary, may appoint attorneys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case,for and on behalf of the company to execute and deliver and affix the seal of the company to bonds, undertakings.recognizances,and suretyship obligations of all kinds: and said officers may remove any such attorney-in-fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER,that any bond,undertaking,recognizance,or suretyship obligation shall be valid and binding upon the Company (i) when signed by the president.any vice president or assistant vice president. and attested and sealed (if a seal be required)by any secretary or assistant secretary:or (n) when signed by the president,any vice president or assistant vice president,secretary or assistant secretary,and countersigned and sealed (if a seal be required)by a duly authorized attorney-in-fact or agent:or (iii) when duly executed and sealed (if a seal be required) by one or more attorneys-in-fact or agents pursuant to and within the limits of the authority evidenced by the Power of Attorney issued by the company to such person or persons. RESOLVED FURTHER that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond,undertaking.recognizance.or other suretyship obligations of the company,and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer,and its corporate seal to be affixed this 9th day of October 2020 , s"RF;: OLD REPUBLIC SURETY COMPANY •-'C ,yDnrone,F 3 SEAL „. • ., ,.,,aril secrete President STATE OF WISCONSIN,COUNTY OF WAUKESHA-SS On this 9th day of October 2020 ,personally came before me, Alan Pavlic and Karen J Haffner ,to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally depose and say:that they are the said officers of the corporation aforesaid,and that the seal affixed to the above instrument is the seal of the corporation,and that said corporate seal and(heir signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. I 1 "Ka:4kt H•R.•P•. K. • Bzykso4A- Notary Public !F tN5',d My Commission Expires: September 28, 2022 CERTIFICATE (Expiration of notary's commission does not invalidate this instrument) I tile undersigned, assistant secretary of the OLD REPUBLIC SURETY COMPANY, a Wisconsin corporation, CERTIFY that the foregoing and attached Power of Attorney remains ill full force and has not been revoked: and furthermore. that the Resolutions of the board of directors set forth in the Power o Attorney,are now in force. SURc,-; .. coRODRA,f ' 21st August 2025 74 7199 5 SEAL : Signed and sealed at the City of Brookfield.WI this day of , , .• %e % .[ Ili;; •, * --�� :yf•,:.'.luyl l --... Artisan Bonding & Ins Services LLC RESOLUTION OF THE BOARD OF DIRECTORS OF SOUTHLAND ROOFING, INC. AUTHORIZING TEMPORARY DELEGATION OF AUTHORITY The undersigned,being all the members of the Board of Directors of Southland Roofing, Inc., a corporation organized and existing under the laws of the State of California (the "Corporation"), do hereby adopt the following resolution by unanimous written consent pursuant to California Corporations Code §307(b): • WHEREAS, due to the temporary unavailability of certain officers and directors, it is necessary and appropriate for the Corporation to delegate limited authority to a designated individual to act on behalf of the Corporation in order to ensure the continuous operation and administration of its affairs. • NOW, THEREFORE, BE IT RESOLVED, that the Board of Directors hereby appoints and designates: Mark Prenga who resides 1964 Park Grove Ave. Los Angeles CA 90007 (hereinafter, the "Authorized Representative"), to temporarily exercise and perform, .on behalf of the Corporation,the following powers and duties: 1. To sign, execute, and deliver contracts, agreements, instruments, and other documents on behalf of the Corporation, including but not limited to financial, operational, administrative, and legal matters,subject to the limitations of applicable law. 2. To represent the Corporation•'before any governmental body, regulatory authority, financial institution, vendor, customer, or other third party in connection with corporate matters; 3. To endorse. checks, authorize wire transfers, and execute any necessary banking transactions in the ordinary course of business; 4. To take all such actions as may be necessary, appropriate, or desirable in the judgment of the Authorized Representative for the continued operation of the Corporation, subject to any specific limitations imposed by the Board or the bylaws of the Corporation. • FURTHER RESOLVED, that the foregoing delegation of authority shall be strictly limited in duration to the period beginning on August 8, 2025, and ending on September 8, 2025, unless earlier revoked or extended by further written resolution of the Board of Directors; • FURTHER RESOLVED, that any and all acts taken by the Authorized Representative within the scope of the authority delegated herein during the effective period of this Resolution are hereby ratified, confirmed, and approved in all respects as acts of the Corporation; • • FURTHER RESOLVED; that the officers of the Corporation are hereby authorized and directed to take all such further actions and to execute all such documents as may be necessary or advisable to carry out.the intent and purpose of the foregoing resolutions. CERTIFICATION OF SECRETARY The undersigned, being the duly elected and acting Secretary of Southland Roofing, Inc., a California corporation, does hereby certify that the foregoing is a true and correct copy of a resolution duly adopted by unanimous written consent of the Board of Directors in accordance with California Corporations Code §307(b) and the Bylaws of the Corporation, and that said resolution is now in full force and effect. Executed this- day of ' ijc'5(- , 2025. ,( [Name of Secretary] i A Ri.6F, -,..1. Secretary,Southland Roofing,Inc. [CORPORATE SEAL,if applicable] Bond No.WCN7482995 PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS,City of Huntington Beach(hereafter referred to as"City")has,by written agreement dated >�4g1Ac.h 1 ,20' rJentered into a contract with Southland Roofing,Inc. 0 9127 S Western Avenue Los Angeles,CA 90047 (name and address of Contractor) (hereinafter referred to as"Principal"),for performance of the work described as follows: .17732 Goldenwest Street(DBA Park Bench Cafe) Roofing and Siding Improvements- C;C1789 —-- — (Project Title) -- —------ — WHEREAS, said contract, and all documents referenced therein (hereinafter collectively "Contract"), are incorporated herein by this reference made a part hereof as though set forth herein in full;and Said Principal is required under the terms of the Contract to furnish a bond guaranteeing the prompt,full and faithful performance of said Contract, by a duly admitted surety insurer under the laws of the State of California(hereinafter referred to as"Surety");and Surety is certified and listed in the U.S. Department of the Treasury Circular 570 and has provided proof of sufficient bonding limitations as shown in said circular to provide bonds in the amount required by said Contract;and Surety has provided financial strength ratings from reputable companies,such as from A.M.Best, Moody's,or Standard & Poor's,to validate that Surety has positive ratings of being secure or Stable; and Surety is registered and listed with the California Department of Insurance, NOW,THEREFORE,we,the undersigned,as Principal,and Old Republic Surety Company 6 Termer,Suite 230,Irvine,CA 92618 (name and address of Surety) as Surety,are held and firmly bound unto City in the penal sum of One Hundred Forty Four— Thousand and 00/100 Dollars ($144,000.00 ), this amount being not less than one hundred percent of the price set forth in the Contract,in lawful money of the United States,for the payment of which sum,well and truly to be made, we bind ourselves,our heirs,executors, administrators and successors,jointly and severally,firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT if the Principal shall promptly,fully and faithfully perform each and all of the covenants,obligations and things to be done and performed by the Principal in strict accordance with the terms of the Contract as said contract may be altered,amended or modified from time to time;and if the Principal shall indemnify and save harmless City and all of City's officers,agents and employees(hereinafter collectively referred to as"Obligees")fromany and all losses, liability and damages, claims,judgments,stop notices,fees and costs of every description,whether imposed by law or in equity. which may be incurred by the Obligees by reason of the failure or default on the part of the Principal in the performance of any or all of the terms or the obligations of the Contract,including all alterations, amendments arid modifications thereto,and any warranties or guarantees required thereunder,then this obligation shall be void; otherwise,it shall be and shall remain in full force and effect. Surety stipulates and agrees,for value received,that no adjustment of the time or price in the Contract or any alteration,change,deletion, addition or other modification to the Contract,or the work to be performed thereunder,shall in any way affect, limit,restrict,impair or release the obligations of the Surety under this Bond. Surety waives notice of any adjustment of contract or contract price,and any other alteration,change, deletion,addition or other modification to the Contract, or the work to be performed thereunder,and agrees 15-4 54/117174 Bond No.WCN7482995 • to automatically adjust the penal sum of this Bond to reflect such adjustments, alterations,changes, deletions,additions or other modifications. Surety agrees to provide written confirmation of such adjustments in the penal sum to City on not less than a quarterly basis. Surety also waives the provisions of Civil Code§§2845 and 2849. The obligations of this Bond shall survive the completion of the work described in the Contract as to all obligations and liabilities of the Principal which survive completion of the work. IN WITNESS WHEREOF,each party represents and warrants that this instrument has been duly executed by Principal and Surety,on the date set forth below,that the name of each corporate party being affixed hereto is such party's proper legal name and that the individuals signing this instrument have been duly authorized pursuant to the authority of its governing body. Surety, by execution of this bond,waives any defense which Surety has or may have by reason of any failure of the Principal to execute or properly execute this bond. Dated: August 21,2025 • ATTEST Southland Roofing,Inc. • - (Corporate Seal) r A/Principal Name) • By: Name: 114AK QF C Title: • ATTEST Old Republic Surety Company (Corporate Seale (Surety Na By: Name:sAndrew Sysyn, Attorney-in-F9.ct (Signature of Attorney-in-Fact for Surety) (Attach Attorney-in-Fact Certificate) ( ) 909-253-7752 (Area Code&Telephone Number for Surety) APPROVED AS TO FORW, Michael E.Gates,City Attorney i `0� Note: This bond must be executed in duplicate and dated,all signatures must he notarized,and evidence of the authority of any person signing as attorney-in-fact must be attached. PERFORMANCE BOND Page 2 of 2 15-4584/1 1 7 1 74 • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 'tid:ex.Y2!.,7z2, •.cY>'c •rG'. c�''. _ .. �::5"ry._SS�6:Cti`�"f?_ 6Y� CSC- ' 'S�'`46Y%.,Eli '6 t',F`C.`.iY%,M.r<. .C'S.Y6�'64C'C('�.0 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 oo�� On A U G 2 1 2O2 before me, Maria Sysyn, Notary Public Date Here Insert Name and Title of the Officer personally appeared Andrew Sysyn Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. 4 y,.•,=�.,,f MARIA SYSYN WITNESS my hand and official seal. Notary Public-California Orange County Commission+<2468022 My Comm.Expires Nov 7,2027 Signature Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑Attorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee ❑ Guardian or Conservator ❑Trustee ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: _ _•_: .:. •_. -- • •_• -•- _ Yee uc zz ©2016 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item #5907 err*** �r �r OLD REPUBLIC SURETY COMPANY *** POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That OLD REPUBLIC SURETY COMPANY.a Wisconsin stock insurance corporation.does make,constitute and appoint: Andrew Sysyn of San Juan Capistrano. CA its true and lawful Attorney(s)-in-Fact, with full power and authority for and on behalf of the company as surety, to execute and deliver and affix the seal of the company thereto (if a seal is required), bonds, undertakings, recognizances or other written obligations in the nature thereof. (other than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, asbestos abatement contract bonds, waste management bonds,hazardous waste remediation bonds or black lung bonds),as follows: ALL WRITTEN INSTRUMENTS and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys-in-Fact, pursuant to these presents, are ratified and confirmed. This appointment is made under and by authority of the board of directors at a special meeting held on February 18,1982. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18.1982. RESOLVED that. the president, any vice-president or assistant vice president, in conjunction with the secretary or any assistant secretary, may appoa.: attorneys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case.for and on behalf of the company to execute and deliver and affix the seal of the company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and said officers may remove any such attorney-in-fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER,that any bond,undertaking,recognizance,or suretyship obligation shall be valid and binding upon the Company (i) when signed by the president,any vice president or assistant vice president. and attested and sealed (if a seal be required)by any secretary or assistant secretary:or (it) when signed by the president,any vice president or assistant vice president,secretary or assistant secretary,and countersigned and sealed(if a seal be required)by a duly authorized attorney-in-fact or agent;or (iii) when duly executed and sealed (if a seal be required) by one or more attorneys-in-fact or agents pursuant to and within the limits of the authority evidenced by the Power of Attorney issued by the company to such person or persons. RESOLVED FURTHER that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney of certification thereof authorizing the execution and delivery of any bond.undertaking,recognizance.or other suretyship obligations of the company. and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer,and its corporate seal to be affixed this 9th day of October 2020 OLD REPUBLIC SURETY COMPANY QJ SEAL • = lJ/�rC C "4:, _ Assi,,,ant Secrela President STATE OF WISCONSIN,COUNTY OF WAUKESHA-SS On this 9th day of October 2020 .personally came before me, Alan Pavlic and Karen J Haffner ,to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY wno executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally depose and say:that they are the said officers of the corporation aforesaid,and that the seal affixed to the above instrument is the seal of the corporation,and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. r(•@ 4.f ' r e OOKOVAAP(r. • eccosoiet- . UBL�G'r r Notary Public My Commission Expires: September 28, 2022 CEr=TIFICATE (Expiration of notary's commission does not invalidate this instrument) the undersigned, assistant secretary of the OLD REPUBLIC SURETY COMPANY, a Wisconsin corporation, CERTIFY that the foregoing and attached Pointer of Attorney remains in full force and has not been revoked; and furthermore that the Resolutions of the board of directors set forth in the Power of l.\rorney. ire now in force., �G SURET` J O`•. 21 • st August 2025 74 7199 SEAL ' - Signed and sealed at the City of Brookfield.WI this day of V213�i3-05j *ir 4 ?,ssls.y.11 Secret --_..-- Artisan Bonding & Ins Services LLC RESOLUTION OF THE BOARD OF DIRECTORS OF SOUTHLAND ROOFING, INC. AUTHORIZING TEMPORARY DELEGATION OF AUTHORITY The undersigned,being all the members of the Board of Directors of Southland Roofing, Inc., a corporation organized and existing under the laws of the State of California (the "Corporation"), do hereby adopt the following resolution by unanimous written consent pursuant to California Corporations Code§307(b): • WHEREAS, due to the temporary unavailability of certain officers and directors, it is necessary and appropriate for the Corporation to delegate limited authority to a designated individual to act on behalf of the Corporation in order to ensure the continuous operation and administration of its affairs. • NOW, THEREFORE, BE IT RESOLVED, that the Board of Directors hereby appoints and designates: Mark Prenga who resides 1964 Park Grove Ave. Los Angeles CA 90007 (hereinafter, the "Authorized Representative"), to temporarily exercise and perform, 'on behalf of the Corporation, the following powers and duties: 1. To sign, execute, and deliver contracts, agreements, instruments, and other documents on behalf of the Corporation, including but not limited to financial, operational, administrative,and legal matters,subject to the limitations of applicable law. 2. To represent the Corporation before any governmental body, regulatory authority, financial institution, vendor, customer, or other third party in connection with corporate matters; 3. To endorse. checks, authorize wire transfers, and execute any necessary banking transactions in the ordinary course of business; 4. To take all such actions as may be necessary, appropriate, or desirable in the judgment of the Authorized Representative for the continued operation of the Corporation, subject to any specific limitations imposed by the Board or the bylaws of the Corporation. • FURTHER RESOLVED, that the foregoing delegation of authority shall be strictly limited in duration to the period beginning on August 8, 2025, and ending on September 8, 2025, unless earlier revoked or extended by further written resolution of the Board of Directors; • FURTHER RESOLVED, that any and all acts taken by the Authorized Representative within the scope of the authority delegated herein during the effective period of this Resolution are hereby ratified, confirmed, and approved in all respects as acts of the Corporation; • • FURTHER RESOLVED, that the officers of the Corporation are hereby authorized and directed to take all such further actions and to execute all such documents as may be necessary or advisable to carry out the intent and purpose of the foregoing resolutions. CERTIFICATION OF SECRETARY The undersigned, being the duly elected and acting Secretary of Southland Roofing, Inc., a California corporation, does hereby certify that the foregoing is a true and correct copy of a resolution duly adopted by unanimous written consent of the Board of Directors in accordance with California Corporations Code §307(b) and the Bylaws of the Corporation, and that said resolution is now in full force and effect. Executed this-5 day of gjc2S(-- , 2025. / (-;'.7 1 [Name of Secretary] ci-t LA �-?t.e,�), c) Secretary, Southland Roofing, Inc. [CORPORATE SEAL,if applicable] • ( Z ) CITY OF HUNTINGTON BEACH Lisa Lane Barnes I City Clerk September 8, 2025 Southland Roofing; Inc. Attn: Pier Pjerin Prenga 9127 S. Western Avenue Los Angeles, CA 90047 Re: 17732 Goldenwest Street (DBA Park Bench Café) Roofing and Siding Improvements— CC-1789 - The City Council awarded the bid to your company for the above referenced project. Enclosed is a copy of the executed contract with the City of Huntington Beach. A Certification of Compliance with Title VII of the Civil Rights Act, Certification of Compliance with Prevailing Wage Laws and Contractor's Certificate form must be returned to this office after the project is completed but prior to the release of retention funds. In addition, the following item must also be on file, with this office before the City can release any retention funds: A warranty bond guaranteeing the final amount of work and materials for one year. If your performance bond does not include specific wording for a one-year warranty, then a rider or separate bond must be submitted. Should you have any questions or concerns regarding the enclosures or items that must be on file in this office prior to release of retention funds, please call the Public Works Department at 714-536-5517. Sincerely, Lisa Lane Barnes City Clerk LLB:ds Enclosure • Office: (714)536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov RECEIVED BY: CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office (Name) after signing/dating (Date) CITY OF HUNTINGTON BEACH is INTERDEPARTMENTAL COMMUNICATION TO: City Treasurer FROM: City Clerk DATE: 0 f 8.126 SUBJECT: Bond Acceptance I have received the bonds for Sn 1."11 I61('1/t, C-04 (Company Name) CAPITAL PROJECTS (Includes CC's and MSC's)Performance Bond No. V�� VMK V-415 Payment Bond (Labor and Materials) Bond No. W `I 6 Warranty or Maintenance Bond No. TRACT AND DEVELOPMENT Faithful Performance Bond No. Labor and Material Bond No. Guarantee and Warranty Bond No. Monument Bond No. Franchise Bond No. Letter of Credit Bond No. Other Re: Tract No. Approved gj/I o1)ZD (Council //Approval Date) CC No. Agenda Item No. MSC No. City Clerk Vault No. IUD D. 5(0 Other No. SIRE System ID No. � g:/forms/bond transmittal to treasurer BID BOND FORM - *Must adhere to Article 2. Bid Security of Instructions to Bidders KNOW ALL MEN BY THESE PRESENT that we, the undersigned, (hereafter called "Principal"), and United Fire& Casualty Company (hereafter called "Surety"), are hereby held and firmly bound unto the Orange Unified School District (hereafter called "District") in the sum of Ten Percent of amount bid ($ 10% of Bid ) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors, and assigns. SIGNED this 30th day of April , 20 25 . The condition of the above obligation is such that whereas the Principal has submitted to the District a certain Bid, attached hereto and hereby made a part hereof, to enter into a Contract in writing for the construction of BID NO. 2425-950 - ROOFING REPLACEMENT AT VILLA PARK ELEMENTARY SCHOOL NOW,THEREFORE, a. If said Bid is rejected, or b. If said Bid is accepted and the Principal executes and delivers a Contract or the attached Agreement form within five (5) calendar days after acceptance (properly completed in accordance with said Bid), and furnishes bonds for his faithful performance of said Contract and for payment of all persons performing labor or furnishing materials in connection therewith, Then this obligation shall be void; otherwise, the same shall remain in force and effect. Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Contract, or the call for bids, or the work to be performed thereunder, or the specifications accompanying the same, shall in anyway affect its obligation under this bond, and it does hereby waive notice of any such change, extension of time, alteration, or addition to the terms of said Contract, or the call for bids, or the work, or to the specifications. In the event suit is brought upon this bond by the District and judgment is recovered, the Surety shall pay all costs incurred by the District in such suit, including without limitation, attorneys' fees to be fixed by the court. Bid No.2425-950 Roofing Rplcmnt at Villa Park ES Bid Bond Form Orange Unified School District Page 26 01105 34.00018 258822328.1 IN WITNESS WHEREOF, Principal and Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, on the day and year first set forth above. Southland Roo n By (Corporate Seal) Pr i ipal's Signature Typed or Prins d Ne R-/°Sl c. *2 Pr' • 's Title By (Corporate Seal) Sure s Signature Andrew Sysyn Typed or Printed Name Attorney-in-Fact Title United Fire&Casualty Company (Attached Attorney in Fact Certificate) Surety's Name 925 Highland Pointe Drive#450, Roseville, CA 95678 Surety's Address 800-343-9131 Surety's Phone Number Bid No.2425-950 Roofing Rplcmnt at Villa Park ES Bid Bond Form Orange Unified School District Page 27 n00834.00018 25882328.1 IMPORTANT: Surety companies executing bonds must possess a certificate of authority from the California Insurance Commissioner authorizing them to write surety insurance defined in California Insurance Code section 105, and if the work or project is financed, in whole or in part,with federal, grant, or loan funds, it must also appear on the Treasury Department's most current list(Circular 570 as amended). THIS IS A REQUIRED FORM. Any claims under this bond may be addressed to: (Name and Address of Surety) United Fire&Casualty Company 925 Highland Pointe Drive#450, Roseville, CA 95678 (Name and Address of agent or representative for service of process in California if different from above) (Telephone Number of Surety and agent or representative for service of process in California). Surety 800-343-9131 Bid No.2425-950 Roofing Rplcmnt at Villa Park ES Bid Bond Form Orange Unified School District Page 28 000834.00018 25882328.1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 :r=K`�A,c�C.�h�.�h•.rh..�:C`,�l',cal'.ere�C,Fc^.,e'l'.�F)e�C.rY,r�.c:N,c-P-,Ff�,M.�.l�',c�A',rAx=�lrm'.ca0-,c-�.c:C.�C-,c�.�:(`.c�(`.e:f'.n'>c:rc=;C'.i-C`.dX>rlSi�C`.e�c`.rC.c=:ISc�C:� A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness,accuracy,or validity of that document. State of California County of Orange On A PR . 3 0 2075 before me, Maria Sysyn,Notary Public Date Here Insert Name and Title of the Officer personally appeared Andrew Sysyn Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ti�•�°;r� MARIASYSYN WITNESS my hand and official seal. Notary Public-California Orange County . Commission R 2468022 •'' My Comm.Expires Nov 7,2027 Signature --� ''"°e Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑General ❑Partner — ❑ Limited ❑General ❑Individual ❑Attorney in Fact ❑Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee 0 Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: ©2016 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 fge UNITED FIRE&CASUALTY COMPANY,CEDAR RAPIDS,IA Inquiries: Surety Department UNITED FIRE&INDEMNITY COMPANY,WEBSTER,TX 118 Second Ave SE FINANCIAL PACIFIC INSURANCE COMPANY,LOS ANGELES,CA Cedar Rapids,IA 52401 NsuRaNC- CERTIFIED COPY OF POWER OF ATTORNEY I (original on file at Home Office of Company-See Certification) KNOW ALL PERSONS BY THESE PRESENTS,That United Fire&Casualty Company,a corporation duly organized and existing under the laws of the Stale of Iowa; United Fire & Indemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and Financial Pacific Insurance Company,a corporation duly organized and existing under the laws of the State of California(herein collectively called the Companies),and having their corporate headquarters in Cedar Rapids,State of Iowa,does make,constitute and appoint ANDREW SYSYN, INDIVIDUALLY their true and lawful Attomey(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $50,000,000.00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney,puusuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted shall expire die 12t h day of February, 2027 unless sooner revoked by United Fire&Casualty Company,United Fire&Indemnity Company,and Financial Pacific Insurance Company. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted by the Boards of Directors of United Fire&Casualty Company,lJnited Fire&indemnity Company,and Financial Pacific insurance Company. "Article VI—Surety Bonds and Undertakings" Section 2.Appointment of Attorney-in-Fact. "The President or any Vice President,or any other officer of the Companies may, from time to time, appoint by written certificates attorneys-in-fact to act in behalf of the Companies in the execution of policies of insurance,bonds,undertakings and other obligatoy instruments of like nature. The signature of any officer authorized hereby,and the Corporate seal,may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authoited hereby: such signature and seal,when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies,to be valid and binding upon the Companies with the same force mid effect as though manually affixed. Such attorneys-in-fact,subject to the limitations set of firth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal the Companies thereto. The President or any Vice President,the Board of Directors or any other officer of the Companies may at ally time revoke all power and authonw pies iously gis en to ally attorney-in-fact. IN WITNESS WHEREOF,the COMPANIES have each caused these presents to be signed by its o, `•"�: "„T, F,';'Ng`�f, °`51 I Slj vice president and its corporate seal to be hereto affixed this 12th day of February, 2025 COIIPORAIG :,S. ? CORPORATE°' :a° '0',C_ UNITED FIRE&CASUALTY COMPANY 5 e Q sue?, :oe UNITED FIRE&INDEMNITY COMPANY j _�— _ —�— ,. c 5.% 1333 :�5 St AL - • SEAL �_ �:r, .�,... FINANCIAL PACIFIC INSURANCE COMPANY • qF `9lFOP.: <'. ''','/ihtng,rvo;'`` '''',,,fll111111\�`\````` '''�grbnlnuUUa,°\�': By: 1,44,...- 4L State of Iowa,County of Lim,ss: Vice President On 12th day of February, 2025, before me personally came Kyanna M. Saylor to me known,who being by me duly sworn,did depose and say;that she resides in Cedar Rapids,State of Iowa; that she is a Vice President of United. Fire & Casualty Company, a Vice President of United Fire& Indemnity Company, and a Vice President of Financial Pacific Insurance Company the corporations described in and which executed the above instrument; that she knows the seal of said corporations; that the seal affixed to the said instument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that she signed her manse thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporations. 4.iuLa, Patti Waddell C24661 1 a - $ Iowa Notarial Seal ,°`'.' • Commission number 713274 Notary Public arr. My Commission Expires 10/26/2025 My commission expires: 10/� ._h1/_0_5 h,Mary A.Bertsch,Assistant Secretary of United Fire&Casualty Company and Assistant Secretary of United Fire&Indemnity Company,and Assistant Secretary of Financial Pacific Insurance Company,do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney,with the ORIGINALS ON FiLE.IN Ti-IF I 10ME OFFICE.OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations this 30th day of April ,20 25 . l a=G,,,,w)a lil p",p11 T .5Wc ''''. c `4`guotrrty/!/ d,06F 9 ``` ' ``� ' ` POR4y, a K CORPORATE ° CORPORATE _Q: LY 22, 6'.O- BY: �.// (/ /lJ/ A C�� T. ��— .L_ a —�— _ Q. 19362s ' � % SEAL =Z'o P'2 �� t„ sru a ,,.•,gLiross' :' - Assistant Secretary, °%`'�k,+,,P,�s C,i�`.57r,.6;‘A''' ' ' ,°'' OF&C& UF'&1&EPIC rrr vs\ ft/MllM rrIr111111,,,,, //I1111111� it i'UA 0045 122017 Pt/ C(Igyep 5'67 5 zoz �`�� �,,,�� c � ,� � , °l �/ci � ova uua 2auOug op0m a.4nd ,77 � (• 3 ts9rn \/T/° z� y gv)2,31, cur 4_,L>.;) ui c 0 07 06) v,oiy � so 5 alb Bond No.WCN7472919 • PERFORMANCE BOND /. KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS,City of Huntington Beach(hereafter referred to as"City")has, by written agreement dated ,20_,entered into a contract with Southland Roofing,Inc. 9127 S Western Avenue Los Angeles,CA 90047 • (name and address of Contractor) (hereinafter referred to as"Principal"),for performance of the work described as follows: 17732 Goldenwest Street(DBA Park Bench Cafe) Roofing and Siding Improvements- CC'1789 / / (Project Title) WHEREAS, said contract, and all documents referenced therein (hereinafter collective"Contract"), are incorporated herein by this reference made a part hereof as though set forth herein in full;and Said Principal is required under the terms of the Contract to furnish a bond guar teeing the prompt, full and faithful performance of said Contract, by a duly admitted surety insurer u der the laws of the State of California(hereinafter referred to as"Surety");and • Surety is certified and listed in the U.S. Department of the Treasury Cir99 lar 570, and has provided proof of sufficient bonding limitations as shown in said circular to provide b fids in the amount required by said Contract; and . Surety has provided financial strength ratings from reputable com anies,such as from A.M.Best,Moody's,or Standard&Poor's,to validate that Surety has positive ratings o being secure or Stable; and • Surety is registered and listed with the California Depart -nt of Insurance, NOW,THEREFORE,we,the undersigned,as Princip:l,and Old Republic Surety Company 6 lenner,Suite 230,Irvine,CA 92618 (name .'d address of Surety) as Surety,are held and firmly bound unto C., in the penal sum of One Hundred Forty Four Thousand and 00/100 Dollars($ 144,000.00 ),this am• nt being not less than one hundred percent of the price set forth in the Contract,in lawful money of the U 'ed States,for the payment of which sum,well and truly to be made, we bind ourselves,our heirs,execut. s, administrators and successors,jointly and severally,firmly by these presents. THE CONDITION OF THIS OB GATION IS SUCH THAT if the Principal shall promptly,fully and faithfully . perform each and all of the co•enants,obligations and things to be done and performed by the Principal in strict accordance with the to s of the Contract as said contract may be altered,amended or modified from time to time;and if the Pri ipal shall indemnify and save harmless City and all of City's officers,agents and • employees(hereinafter c.11ectively referred to as"Obligees")fromany and all lossesHiability and damages, claims,judgments,stop notices,fees and costs of every description,whether imposed by law or in equity, which may be incurr-• by the Obligees by reason of the failure or default on the part of the Principal in the performance of any.r all of the terms or the obligations of the Contract,including all alterations, amendments and modifications ereto,and any warranties or guarantees required thereunder,then this obligation shall be void;otherwise, shall be and shall remain in full force and effect. . Surety stipul- es and agrees,for value received,that no adjustment of the time or price in the Contract or any alteration, r ange, deletion, addition or other modification to the Contract,or the work to be performed thereund: ,shall in any way affect,limit, restrict,impair or release the obligations of the Surety under this Bond. ". rety waives notice of any adjustment of contract or contract price, and any other alteration,change, deleti. ,addition or other modification to the Contract,or the work to be performed thereunder,and agrees 4584/117174 • B and No.W CN7472919 to automatically adjust the penal sum of this Bond to reflect such adjustments,alterations,changes, deletions,additions or other modifications. Surety agrees to provide written confirmation of such adjustments in the penal sum to City on not less than a quarterly basis. Surety also waives the provisions of Civil Code§§2845 and 2849_ The obligations of this Bond shall survive the completion of the work described in the Contract as to all obligations and liabilities of the Principal which survive completion of the work. IN WITNESS WHEREOF,each party represents and warrants that this instrument has been duly executed by Principal and Surety,on the date set forth below,that the name of each corporate party being affixed hereto is such party's proper legal name and that the individuals signing this instrument have been duly authorized pursuant to the authority of its governing body. Surety, by execu'on of this bond,waives any defense which Surety has or may have by reason of any failure oft - Principal tO execute or properly execute this bond. Dated: April 29,2025 ATTEST Southland Roofin;,Inc. (Corporate Seal) Piipal Name) .t Title: rr ATTEST 01• Republic Surety Company (Corporate Seal) (Surety Name • By:, Name:Andrew Sysyn,Attorney-in-Fact • (Signature of Attorney-in-Fact for Surety) (Attach Attorney-in-Fact Certificate) ( ) 909-253-7752 (Area Code&Telephone Number for Surety) APPROVED AS TO F By: Michael E.Gates,City Attorney • Note: This ,ond must be executed in duplicate and dated,all signatures must be notarized,and evidence of the authority+'any person signing as attorney-in-fact must be attached. PERFORMANCE BOND Page 2of2 15-4584/117174 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1 :9 `(' w w w . . . •w. - w.w w_w.w w•.w•_"- .w:w.o,•_w_w_w_w._w- _w _ _ .si.w_ w_ w w w w w_w.w A notary public or other officer completing this certificate verifies only the identity of the individual who s'.ned the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that docu -nt. State of California County of Orange On A PR 2 9 2025 before me, Maria Sysyn,Notary Public Date Here Insert Name and T.le of the Officer personally appeared Andrew Sysyn Name(s) of Signer(s who proved to me on the basis of satisfactory evidence to be he person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me at he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their si_.nature(s)on the instrument the person(s), or the entity upon behalf of which the person(s) acted, execu -d the instrument. I certify .nder PENALTY OF PERJURY under the laws of the state of California that the foregoing paragraph is tr - and correct. W NESS my hand and official seal. ,,,•�Z r,. MARIA SYSYN = _ Notary Public•California Orange County :` ...F Commission q 2468022 Signature My Comm.Expires Nov 7,2027 LIFOPM`w Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, ompleting this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Do ment Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than N. ed Above: Capacity(ies) Claime,, by Signer(s) Signer's Name: Signer's Name: ❑Corporate Offic- — Title(s): 0 Corporate Officer — Title(s): ❑ Partner — ❑ mited ❑General ❑ Partner — ❑ Limited ❑General ❑Individual ❑Attorney in Fact 0 Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑Guardian or Conservator ❑Other: 0 Other: Signer Is -epresenting: Signer Is Representing: = • �z�c ��zez �e� ce< zecFezzcz cezQ cez ce; zzZcz c z� ©201 F. National Notary Association • www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 * OLD REPUBLIC SURETY COMPANY POWER OF AT ORNEY KNOW ALL MEN BY THESE PRESENTS:That OLD REPUBLIC SURETY COMPANY,a Wisconsin stock insurance corporation,does ma constitute and appoint: Andrew Sysyn of San Juan Capistrano, CA its true and lawful Attorney(s)-in-Fact, with full power and authority for and on behalf of the company as surety, to execute and deliver and affix the seal of the company thereto (if a seal is required), bonds, undertakings, recognizances or other written obi' ations in the nature thereof, (other than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees .' installment paper and note guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, asbestos ab• ement contract bonds, waste management bonds,hazardous waste remediation bonds or black lung bonds),as follows: ALL WRITTEN INSTRUMENTS and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys-in-Fact, pursua to these presents, are ratified and confirmed. This appointment is made under and by authority of the board of directors at a special meeting held on Februa 18,1982. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resol,ions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18,1982. RESOLVED that, the president, any vice-president or assistant vice president, in conjunction w'h the secretary or any assistant secretary, may appoint attorneys-in-fact or agents with authority as defined or limited in the instrument evidencing the a..ointment in each case,for and on behalf of the company to execute and deliver and affix the seal of the company to bonds, undertakings,recognizance and suretyship obligations of all kinds; and said officers may remove any such attorney-in-fact or agent and revoke any Power of Attorney previously gra ed to such person. RESOLVED FURTHER,that any bond,undertaking,recognizance,or suretyship obligati. shall be valid and binding upon the Company (i) when signed by the president,any vice president or assistant vice president,and . ested and sealed(if a seal be required)by any secretary or assistant secretary;or (ii) when signed by the president,any vice president or assistant vice president, •cretary or assistant secretary,and countersigned and sealed (if a seal be required)by a duly authorized attorney-in-fact or agent;or (iii) when duly executed and sealed (if a seal be required) by one or mor- attorneys-in-fact or agents pursuant to and within the limits of the authority evidenced by the Power of Attorney issued by the company to such per on or persons. RESOLVED FURTHER that the signature of any authorized officer and t e seal of the company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond,u dertaking,recognizance,or other suretyship obligations of the company;and such signature and seal when so used shall have the same force and effect. though manually affixed. IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY 'as caused these presents to be signed by its proper officer,and its corporate seal to be affixed this 9th day of October 2020 e� 'suRfr`., OLD REPUBLIC SURETY COMPANY QJ LO�POFIT � O4. 14 SEAL •�_O D i4u4C4.6 0 2 x ram Assistant Secrets. * President P„� STATE OF WISCONSIN,COUNTY OF WAUKESHA-SS On this 9th day of Octob:• 2020 ,personally came before me, Alan Pavlic and Karen J Haffner ,to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the above instrument, and they eac acknowledged the execution of the same, and being by me duly sworn, did severally depose and say:that they are the said officers of the corporation afores:id,and that the seal affixed to the above instrument is the seal of the corporation,and that said corporate seal and their signatures as such officers were duly-•lxed and subscribed to the said instrument by the authority of the board of directors of said corporation. gion,s0A.. Notary Public ';✓`. My Commission Expires: September 28, 2022 CERTIFICATE (Expiration of notary's commission does not invalidate this instrument) I, the undersigned, assi- ant secretary of the OLD REPUBLIC SURETY COMPANY, a Wisconsin corporation, CERTIFY that the foregoing and attached Power of Attorney remains n full force and has not been revoked; and furthermore, that the Resolutions of the board of directors set forth in the Power of Attorney,are now in forc- stoic•••,„ 0, SEAL ;>': Signed and sealed at the City of Brookfield,WI this 29th day of April 2025 74 7199 9 t za ORSC 22262(3-06) ll Secrets Artisan Bonding & Ins Services LLC Bond No.WCN7472919 PAYMENT BOND (LABOR AND MATERIALS) KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS,City of Huntington Beach(hereafter referred to as"City")has awarded to Southland Roofing,Inc. 9127 S Western Avenue,Los Angeles,CA 90047 (name and address of Contractor) (hereinafter referred to as"Principal"),a contract("Contract")for the work described as folio :: 17732 Goldenwest Street(DBA Park Bench Cafe)Roofing and Siding Improv'ments- CC1789 (Project Title) WHEREAS, Principal is required under the terms of the Contract and the Califor'a Civil Code to furnish a bond to secure the payment of claims of laborers,mechanics,materialmen,and o her persons as provided by law, by a duly admitted surety insurer under the laws of the State of Califo is (hereinafter referred to as "Surety");and Surety is certified and listed in the U.S. Department of the Treasury Cir. lar 570, and has provided proof of sufficient bonding limitation, as shown in said circular to provide bu ds in the amount required by said Contract;and Surety has provided financial strength ratings from reputable co zanies,such as from A.M. Best, Moody's or Standard&Poor's,to validate that Surety has positive ratings o •eing secure or stable;and Surety is registered and listed with the California Departmen of Insurance. NOW THEREFORE,we,the undersigned Principal,and/Old Republic Surety Company 6 Jenner,Suite 230,Irvine, CA 92618 ,(name and :ddress of Surety) as Surety,are held and firmly bound unto City in t%e penal sum of One Hundred Forty Four Thousand an.'00/100 dollars($ 14A,000.00 ),this amount being not less than one hundred percent(100%)of the total price t forth in the Contract,in lawful money of the United States of America,for the payment of which sum, ell and truly to be made,we bind ourselves,and each of our heirs, • executors, administrators,successors, •.nd assigns,jointly and severally,firmly by these presents. THE CONDITION OF THIS OBLIG ION IS SUCH THAT,if the Principal, his,her,or its heirs,executors, administrators,successors or assi• s,or subcontractors shalt fail to pay any of the persons named in Section 3181 of the California Civil Code 'Claimants")for all labor,materials or services used or reasonably required for use in performance of the work described in the Contract,or any amounts due under the Unemployment Insurance Code with respect work or labor performed by any such Claimant,or prevailing wages due and penalties incurred pursuant ,. Sections 1774, 1775, 1813 or 1815 of the Labor Code,or any amounts required to be deducted, , hheld and paid over to the Employment Development Department from the wages of employees of tre Principal and Subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with r-, pect to the work or labor performed under the Contract,Surety will pay for the same, in an amount not exc:-ding the penal sum specified in this bond;otherwise,this obligation shall be null and void. This bond shall I,ure to the benefit of any of the persons named in Section 3181 of the California Civil Code so as to give a ght of action to such persons or their assigns. In case any action is brought upon this bond, Surety further-grees to pay all court costs and a reasonable attorney's fee in an amount fixed by the court. PAYMENT BOND Page 1 of 2 I'-4584/117357 • Surety stipulates and agrees,for value received,that no change,extension of time,alteration, / addition or modification to the terms of the Contract,or any contract document or any work to be performed thereunder,whether made after notice or not,shall in any way affect,impair or release the obligations of Surety under this bond. Surety hereby waives notice of any such change, extension of time,alteration,addition,or modification to the terms of the Contract,the contract documents or the work thereunder. Surety also waives the provisions of California Civil Code§§ 2845 and 2849. IN WITNESS WHEREOF,each party represents and warrants that this instrument has been duly executed by Principal and Surety,on the date set forth below,that the name of each corporate pa-y being affixed hereto is such party's proper legal name and that the individuals signing this instru- ent have been duly authorized pursuant to the authority of its governing body, Surety, by executi. of • this bond,waives any defense which Surety has or may have by reason of any failure of the' Principal to execute or properly execute this bond. Dated: April 29, 2025 ATTEST Southland Roofin• c. (Corporate Seal) Pal•.41,`��- .ame: Title: 17 -,44/1 ATTEST Old ' -.ublic Sure Com.an (Corpor e Seal) (Surety Na y: �`'G.� Name: Andrew Sysyn,Attorney-in-Fact (Signature of Attorney-in-Fact for Surety) (Attach Attorney-in-Fact Certificate) ( ) 909-253-7752 (Area Code&Telephone Number for Surety) APPROVED AST M: By: hael E.Gates, ity Attorney Note: This b•nd must be executed in duplicate and dated,all signatures must be notarized, and evidence of the authority o any person signing as attorney-in-fact must be attached. PAYMENT BOND Page 2 of 2 15-4584/117357 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL C E§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individ I who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of th document. State of California County of Orange r� On APR 2 c� 202d before me, Maria Sysyn,Notary Pu. is Date Here Insert Nam: and Title of the Officer personally appeared Andrew Sysyn Name(s) of 'gner(s) who proved to me on the basis of satisfactory evidence o be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged . me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/ eir signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s) acted„-xecuted the instrument. I .-rtify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. MARIASYSYN / WITNESS my hand and official seal. yZ.: Notary Public•California ?.T Orange County / � �- n Commission 412468022 i Si nature �/�Lcj� 4LIF•i* My Comm.Expires Nov 7,2027 g Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is opt'.nal, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attache, Document Title or Type of Docu rent: Document Date: Number of Pages: Signer(s) Other T rn Named Above: Capacity(ies) C imed by Signer(s) Signer's Nam . Signer's Name: ❑Corporate fficer — Title(s): ❑Corporate Officer — Title(s): ❑Partner ❑Limited ❑General ❑ Partner — ❑ Limited ❑General ❑Individ al ❑Attorney in Fact ❑ Individual ❑Attorney in Fact ❑Trust ❑Guardian or Conservator ❑Trustee ❑Guardian or Conservator ❑Oth : ❑ Other: Sign Is Representing: Signer Is Representing: cz• ;c: z 2016 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 * is * OLD REPUBLIC SURETY COMPANY ***** POWER OF AT ORNEY KNOW ALL MEN BY THESE PRESENTS:That OLD REPUBLIC SURETY COMPANY,a Wisconsin stock insurance corporation,does mak , constitute and appoint: • Andrew Sysyn of San Juan Capistrano, CA its true and lawful Attorney(s)-in-Fact, with full power and authority for and on behalf of the company as surety, to execute and deliver and affix the seal of the company thereto (if a seal is required), bonds, undertakings, recognizances or other written obli ions in the nature thereof, (other than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, asbestos abat• ent contract bonds, waste management bonds,hazardous waste remediation bonds or black lung bonds),as follows: ALL WRITTEN INSTRUMENTS and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys-in-Fact, pursuant/these presents, are ratified and confirmed. This appointment is made under and by authority of the board of directors at a special meeting held on February 1 1982. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resoluti s adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18,1982. RESOLVED that, the president, any vice-president or assistant vice president, in conjunction with e secretary or any assistant secretary, may appoint attorneys-in-fact or agents with authority as defined or limited in the instrument evidencing the appoj tment in each case,for and on behalf of the company to execute and deliver and affix the seal of the company to bonds, undertakings, recognizances, ap suretyship obligations of all kinds; and said officers may remove any such attorney-in-fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER,that any bond,undertaking,recognizance,or suretyship obligation s'all be valid and binding upon the Company (i) when signed by the president, any vice president or assistant vice president,and atte ed and sealed(if a seal be required) by any secretary or assistant secretary;or (ii) when signed by the president,any vice president or assistant vice president,se ary or assistant secretary,and countersigned and sealed (if a seal be required)by a duly authorized attorney-in-fact or agent;or , (iii) when duly executed and sealed (if a seal be required) by one or more a,irneys-in-fact or agents pursuant to and within the limits of the authority evidenced by the Power of Attorney issued by the company to such person •r persons. RESOLVED FURTHER that the signature of any authorized officer and the "al of the company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond,und/z, aking,recognizance,or other suretyship obligations of the company;and such signature and seal when so used shall have the same force and effect as/•ough manually affixed. IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY ha-/Caused these presents to be signed by its proper officer,and its corporate seal to be affixed this 9th day of October 2020 . .:,p\•\� SUREr.•., OLD REPUBLIC SURETY COMPANY L ' 4 W •�OIIPORATE�.O�. / yr.4... SEAL =` >O IC9\ TGanet?fr ' * President ",r,u,nn,,o' STATE OF WISCONSIN,COUNTY OF WAUKESHA-SS On this _ 9th day of October 2020 ,personally came before me, Alan Pavlic and Karen J Haffner / ,to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the above instrument, and they each ."knowledged the execution of the same, and being by me duly sworn, did severally depose and say:that they are the said officers of the corporation aforesaid,and that the seal affixed to the above instrument is the seal of the corporation,and that said corporate seal and their signatures as such officers were duly affi ed and subscribed to the said instrument by the authority of the board of directors of said corporation. i ..-"4"- r A<ANcr.„1( . &I:A:AA'''. pL81.o'+:P' Notary Public My Commission Expires: September 28, 2022 CERTIFICATE (Expiration of notary's commission does not invalidate this instrument) I, the undersigned, assist. t secretary of the OLD REPUBLIC SURETY COMPANY, a Wisconsin corporation, CERTIFY that the foregoing and attached Power of Attorney remains it full force and has not been revoked; and furthermore, that the Resolutions of the board of directors set forth in the Power of Attorney,are now in force. °°^"°"•rt •;a 29th April 2025 74 7199 : • SEAL >'o = Signed and sealed at the City of Brookfield,WI this day of , 0700,• !T`-ORSC 22262(3.061 ''''''',,ii*iiii,iive jKIA V cr Assis,..,il S Secrets Artisan Bonding & Ins Services LLC 11111111 IIII III 1111111 III IIII I III1III.IIIII IIII IIIII IIIII.IIIII IIIII IIIII IIIII IIIII IIIII IIIII 11111 1111 II ujui BA20250492968 u, 0 ,ta.xk of rMF STATE OF CALIFORNIA For Office Use Only ti' Office of the Secretary of State ko ��� '�i*m STATEMENT OF INFORMATION FILEDko - "� T. CORPORATION California Secretary of State File No.:BA20250492968 0 ` O�� W 150011th Street Date Filed:3/7/2025 o Sacramento,California 95814 0 J (916)657-5448 . . . tJ o N ui Entity Details co Corporation Name SOUTHLAND ROOFING INC. (xi Entity No. 4116362 b Formed In ' CALIFORNIA Street Address of Principal Office of Corporation n Principal Address 9127 S WESTERN AVENUE a LOS ANGELES, DC 90047 C- m Mailing Address of Corporation ¢' Mailing Address. 9127 S WESTERN AVENUE tr LOS ANGELES, DC 90047 Attention a Street Address of California Office of Corporation rHt, • Street Address of California Office 9127 S WESTERN AVENUE H n LOS ANGELES,CA 90047 0 Officers � CD En Officer Name Officer Address Position(s) ED Pjerin Prenga 9127 SWESTERN AVENUE Chief Executive Officer,Chief Financial Officer,Secretary cao LOS ANGELES, DC 90047 rr 0 n Additional Officers O I t, Officer Name Officer Address Position Stated Position En None Entered Pict rt m Directors • Director Name Director Address Pjerin Prenga 9127 SWESTERN AVENUE LOS ANGELES, DC 90047 The number of vacancies on Board of Directors is:0 Agent for Service of Process Agent Name PJERIN PRENGA Agent Address 9127 S WESTERN AVENUE LOS ANGELES,CA 90047 Type of Business Type of Business . - ROOFING CONTRACTOR Email Notifications Opt-in Email Notifications Yes, I opt-in to receive entity notifications via email. Labor Judgment No Officer or Director of this Corporation has an outstanding final judgment issued by the Division of Labor Standards Enforcement or a court of law,for which-no appeal therefrom is pending,for the violation of any wage order or provision of the Labor.Code. Page 1 of 2 w tr Electronic Signature 0 ►�� By signing, I affirm that the information herein is true and correct and that I am authorized by California law to sign. H Pjerin Prenga 03/07/2025 Signature Date lJl co Ul ro m a tr K c-s 0 tra a rfi cn Page 2 of 2 Park froT IN\\ 7.0 • RPQ�ArF • •,\ a eRoofing . , o •. �A__-- •. - and Sg 1� 4,.....defikix---;,-. ,/ ,, •. c, __ ,,,,, , ,,,,,, , ,,,,,„ , , 1/ r( , --.- - - - -- • ilk Improvements _.___ _ ..,.=.....,._ _ ___ ,_ • _ ___ . __ _ _ , • ---,--00.------>r'--1, , •-•„-- -:---'-- -- -- • 'Cr e -,: .4,, tv _ . ,____ __ ___, • ,�- . 0 C - 1 789 • ______ _ , _ .. , $ . ._ . /4., .. ... _.:T _____ • •. _____ . . ,,,••.„ ,-„, 0 .. . ,-, ,0 .„ ses„„,* 77, 1 9 0` 1 toe k c)r)-"••••••••-• 1PAugust 19, 2025 CityCouncil Meeting 0r •.. / g g ii ..•.r,nedir- 1509 Project Map (Not to Scale) City of Huntington Beach 2000 MAIN ST.,HUNTINGTON BEACH Protect PARK BENCH CAFE ROOFING PROJECT Address 17732 Goldenwest St. (A) Huntington Beach,CA 92647 (A) jo,,,.r....,►.. •� NTING .. 1 <. ''ti oacoe f•. A-07311 ASPHALT SHINGLES •`` �"` `. % �-- , s ik B-075416.11 KETONE ETHYLENE ESTER(KEE)ROOFING O L -? 'r; Q % 0 NEW ROOF DRAIN 9 �`� --NEW TAPER TO DRAIN ����•.;e it soy.p:���0 �0 l 5 f- ` •. ,,. ... . % =r,0UNT`1 0v j1 0,0 1510 Park . .... Sloped shingle and flat roof systems. f.'ii...-'"'41,.'4, '-,--.-'.„:. 4. putt. , , 40.. tr t . ' ts• -fly ° it•.; het wro • Preventative roof maintenance is ^Ye `€ n needed to repair and extend the '' .. , \\ � p - = roof's lifespan. Ii. aa • Roof drainage is essential to prevent deterioration of roofing and siding. ,,�NTINGr0 ��.. �pRP0RA7pQ'y��<9 te r• •S�`-9 C°�NT`1 Cp- 1511 Scope of W • Removal and replacement of the existing sloped shingle roof system. • Removal and replacement of the existing flat roof system, including the addition of a flat roof drain and taper system. • Removal and replacement of damaged wood siding, primarily above the flat roof. • Awning, fascia, and siding replacements throughout, as needed. ,,���"++- AUNT I N G T • Priming and painting, as needed. �_ ,�,, _, 2 ••,i:FB i p",I C' OUNT\ 1512 Funding Construction Costs: Southland Roofing, Inc. Bid $120,000.00 15 % Contingency $18,000.00 Supplemental Costs $1 ,950.60 Total $139,295.60 Current Funding : UNTINGro� _� ..•v�gRPORAtF©•.y C53i4 114 Ati CJ z Infrastructure Fund $139,295.60 �'QUNT( G\\\',1 1513 -. b , � 3 rZA �' Ayn s� d� ' z ,.. [ , f �`"f c9- ' t , i,-,...*,,,, im.,,,„" .i,.,11• 4/ fil' ;w,,. ^fi r l�r. 'gsb 'r -" ,• ✓ •.`•�{ te• s � �`" 1. S c4 . Ifilin 0 (11) m I NOTICE INVITING ELECTRONIC BIDS for the construction of CITY OWNED BUILDING LOCATED AT 17732 GOLDENWEST STREET (dba. PARK BENCH CAFÉ) ROOFING AND SIDING IMPROVEMENTS CC No. 1789 CCAQ S/2 / 25- inRibl(' ; 6fSf 2oZS the21 / CITY OF HUNTINGTON BEACH G( (2 (Zc- PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH, as AGENCY, invites electronic bids for the above stated project and will receive such bids up to the hour of 3:00 p.m. on June 16, 2025, on the City's Planet Bids System Vendor Portal, at which time or thereafter bids will be opened and made available online. Bids received after this time will be considered non-responsive. Prospective bidders must first register as a vendor and then bid on this project via the City's Planet Bids System Vendor Portal website at: https://www.planetbids.com/portal/portal.cfrn?CompanyID=15340. Copies of the bid documents, including instructions to bidders, bidder proposal form, and specifications may be downloaded free at the link above,via the City's Planet Bids System Vendor Portal website. Bidders must first register as a vendor on the City of Huntington Beach PlanetBids system to view and download the Contract Documents,to be added to the prospective bidders list, and to receive addendum notifications when issued. Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. Pursuant to the provisions of the Labor Code of the State of California, the minimum prevailing rate of per diem wages for each craft, classification or type of workman needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of California, which are available online at www.dir.ca.gov/DLSR and also on file at the Office of the Director of Public Works, 2000 Main Street, Huntington Beach, CA 92648. The AGENCY will deduct 5% retention from all progress payments. The Contractor may escrow holder suretyof equal value to the retention in accordance with the provisions substitute an q of the Public Contract Code, Section 10263. The Contractor shall be beneficial owner of the surety and shall receive any interest thereon. The AGENCY hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract. No bid shall be considered unless it is prepared on the approved Proposal forms in conformance with the Instructions to Bidders as determined by the AGENCY. The bid must be accompanied by a certified check, cashier's check, or bidder's bond made payable to the AGENCY for an amount no less than 10% of the amount bid. For electronic submittal of bids, the bid security must be received at the City of Huntington Beach Public Works Office, 2000 Main Street, no later than the bid opening date and time. The bid security must be submitted in a sealed envelope bearing the name and address of the bidder, and the outside of the envelope must read as follows: OFFICIAL BID SECURITY - DO NOT OPEN Attention: FRANK DREVDAHL Project Name: CITY OWNED BUILDING LOCATED AT 17732 GOLDENWEST STREET (dba. PARK BENCH CAFE) ROOFING AND SIDING IMPROVEMENTS CC #: 1789 Bid Opening Date: June 16, 2025, at 3:00 p.m. The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractor's License Class B, at the time of the bid opening. The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY. All extension of unit prices will be subject to verification by the AGENCY. In case of a variation between the unit price and the extension, the unit price will govern. Project Description: The WORK of this Contract will consist of removing and replacing the existing sloped and flat roof,as well as the building's siding.The siding on the upper portion of the building,above the flat roof,will be removed, replaced,primed on all sides,and painted All other siding will be removed,replaced,primed on all sides,and painted as needed,at the cost to be listed per square foot.The flat roof portion will be sloped per specification, and a drain will be added Asbestos was detected in the roofing's mastic at various locations and will require a licensed abatement sub-contractor for removal and disposal. There will be no pre-bid meeting; the City's representative will be available to address questions by phone or e-mail, Monday through Thursday 7:00 a.m. to 5:00 p.m. All questions related to this bid solicitation must be submitted through the City's PlanetBids System Vendor Portal per the information provided in the Instructions to Bidders. Any other contact to City staff regarding this bid solicitation will be referred back to the PlanetBids system. The AGENCY reserves the right to reject any or all bids, to waive any irregularity and to take all bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CALIFORNIA, the 4th day of June 2024, by Resolution No. 2024-29. Attest: /s/Lisa Lane Barnes CITY CLERK OF THE CITY OF HUNTINGTON BEACH Column INTERIM AD DRAFT This is the proof of your ad scheduled to run in Huntington Beach Wave on the dates indicated below. If changes are needed, please contact us prior to deadline at (714) 796-2209. Notice ID: soZM6c2H2nsMDgUPZIoT I Proof Updated: May.29,2025 at 09:25am PDT Notice Name: Notc. Inviting Bids Park Bench Cafe CC#1789 FILER FILING FOR See Proof on Next Page Juan Esquivel Huntington Beach Wave juan.esquivel@surfcity-hb.org Columns Wide: 5 Ad Class: Legals 06/05/2025:City Notices 775.02 06/12/2025:City Notices 775.02 Subtotal $1550.04 Tax% 0 Total $1550.04 Notc. Inviting Bids Park Bench Cafe CC #1789 - Page 1 of 3 NOTICE INVITING ELECTRONIC BIDS for the construction of CITY OWNED BUILDING LOCATED AT 17732 GOLDENWEST STREET(dba.PARK BENCH CAFE) ROOFING AND SIDING IMPROVEMENTS CC No.1789 in the CITYOF NUKTINGTON BEACH PUBLIC NOTICE IS H ERE BY GIVEN that the CITY OF HUNTINGTON BEACH,as AGENCY, Invites electronic bids for the above stated protect and will receive such bids up to the hour of 3:00 p.m.on June 16,2025,on the City's Planet Bids System Vendor Portal,at which time or thereafter bids will be opened and made available online. Bids received after this time will be considered non-responsive. Prospective bidders must first register us a vendor and then bid on this protect via the City's Planet Bids System Vendor Portal website at: https://www.planetblds.cortt/Portal/portal.cfm?CompanyI D=15340. Copies of the bid documents, including Instructions to bidders, bidder proposal form, and specifications may be downloaded free at the link above,via the City's Planet Bids System Vendor Portal webslte. Bidders must first register as a vendor on the City of Huntington Beach Planet8ids system to view and download the Cpntrpacctt Documents, to be added to the prospective bidders list,and to receive addendum"notifications when issued. Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. Pursuant to the provisions of the Labor Code of the State of Cal iforn lo, the minimum prevailing rate of per diem wages for each craft,classification or type of workman needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of California,which are available online at www.dir. ca.gov/DLSR and also on file at the Office of the Director of Public Works, 2000 Main Street, Huntington Beach,CA 92648. The AGENCY will deduct 5% retention from all progress payments. The Contractor may substitute an escrow holder surety of equal value to the retention in accordance with the provisions of the Public Contract Code,Section 10263. The Contractor shall he beneficial owner of the surety and shall receive any interest thereon. The AGENCY hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion In any consideration leading to the award of contract. No bid shall be considered unless It Is prepared on the approved Proposal forms In conformance with the Instructions to Bidders as determined by the AGENCY. The bid must be accompanied by a certified check, cashiers check, or bidders bond made payable to the AGENCY for an amount no less than 10%of the amount bid. For rmust be received at the Cityof Huntington electronic submittal of bids,the bid security g Beach Public Works Office, 2000 Main Street, no later than the bid opening date and time.The bid security must be submitted in a sealed envelope bearing the name and address of the bidder,and the outside of the envelope must read as follows:. OFFICIAL BID SECURITY-DO NOT OPEN Attention:FRANK DREVDAHL Project Name:CITY OWNED BUILDING LOCATED AT 17732 GOLD ENW'�SfSTREET(dim. PARK BENCH CAFE) ROOFING AND SIDING IMPROVEMENTS CC.e:1789 Bid Opening Date:June 16,2025,at 3:00 p.m. The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractors License Class e,at the time of the hid opening. The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY.All extension of unit prices will be subject to verification by the AGENCY. In case of a variation between the unit price and the extension,the unit price will govern. Project Description: The WORK of this Contract will consist of removing and replacing the existing sloped and flat roof, as well as the building's siding. The siding on the upper portion of the building, above the flat roof, will be removed, replaced, primed on all sides, and painted.All other siding will be removed,replaced,primed on all sides,and painted as needed,at the cost to be listed per square foot.The flat roof portion will be sloped per specification,and a drain will be added.Asbestos was detected in the roofing's mastic at various locations and will require a licensed abatement sub-contractor for removal and disposal. There will be no pre-bicl meeting; the City's representative will be available to address questions by Phone or e-mail,Monday through Thursday 7:00 a.m.to 5:00 p.m. All questions related to this bid solicitation must be submitted through the City's PianetBids System Vendor Portal per the information provided In the instructions to Bidders.Any other contact to City staff regarding this bid solicitation will be referred back to the Planet8ids system. Notc. Inviting Bids Park Bench Cafe CC #1789 - Page 2 of 3 • The AGENCY reserves the right to refect any or all bids,to waive any irrreM/tartlyand to taKe all bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON- BEACH, CALIFORNIA,the 4th day of June 2024,by Resolution No.2024-29. Attest: /5/Lisa Lane Barnes CITY CLERK OF THE CITY OF HUNTINGTON BEACH Huntington Beach Wave Published:6/5,6/12/25 Notc. Inviting Bids Park Bench Cafe CC #1789 - Page 3 of 3 INCLUDES THE VALLEY VIEW 1920 Main St. Suite 225, Irvine Irvine, California 92614 (714) 796-2209 legals©inlandnewspapers.com Juan Esquivel Account Number: 5272431 Ad Order Number: 0011738544 Customer's Reference/PO Number: Publication: Huntington Beach Wave Publication Dates: 06/05/2025 and 06/12/2025 Total Amount: $1550.04 Payment Amount: $0.00 Amount Due: $1550.04 Notice ID: soZM6c2H2nsMDgUPZIoT Invoice Text: NOTICE INVITING ELECTRONIC BIDS for the construction of CITY OWNED BUILDING LOCATED AT 17732 GOLDENWEST STREET(dba. PARK BENCH CAFE) ROOFING AND SIDING IMPROVEMENTS CC No. 1789 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH, as AGENCY, invites electronic bids for the above stated project and will receive such bids up to the hour of 3:00 p.m. on June 16, 2025, on the City's Planet Bids System Vendor Portal, at which time or thereafter bids will be opened and made available online. Bids received after this time will be considered non-responsive. Prospective bidders must first register as a vendor and then bid on this project via the City's Planet Bids System Vendor Portal website at: https://www.planetbids.com/portal/portal.cfm?CompanylD=15340. Copies of the bid documents, including instructions to bidders, bidder proposal form, and specifications may be downloaded free at the link above,via the City's Planet Bids System Vendor Portal website. Bidders must first register as a vendor on the City of Huntington Beach PlanetBids system to view and download the Contract Documents,to be added to the prospective bidders list, and to receive addendum notifications when issued.Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. Pursuant to the provisions of the Labor Code of the State of California,the minimum prevailing rate of per diem wages for each craft, classification or type of workman needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of California,which are available online at www.dir.ca.gov/DLSR and also on file at the Office of the Director Notc. Inviting Bids Park Bench Cafe CC #1789 - Page 1 of 3 See Proof on Next Page ( INCLUDES THE FOUNTAIN VALLEY VIEW Huntington Beach Wave 1920 Main St.Suite 225,Irvine Irvine,California 92614 (714)796-2209 Juan Esquivel AFFIDAVIT OF PUBLICATION STATE OF CALIFORNIA County of Orange County I am a citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the above-entitled matter. I am the principal clerk of the Huntington Beach Wave, a newspaper that has been adjudged to be a newspaper of general circulation by the Superior Court of the County of Orange County, State of California, on July 1, 1998, Case No. A-185906 in and for the City of Irvine, County of Orange County, State of California; that the notice, of which the annexed is a true printed copy, has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates,to wit: 0610512025,06/12/2025 I certify (or declare) under the penalty of perjury under the laws of the State of California that the foregoing is true and correct: Executed at Anaheim, Orange County,California,on Date:Jun 12, 2025. , egvtfa- S' .ture • Notc. Inviting Bids Park Bench Cafe CC #1789 - Page 1 of 3 NOTICE INVITING ELECTRONIC BIDS for the construction of CITY OWNED BUILDING LOCATED AT 17732 GOLDENWEST STREET(dba.PARK BENCH CAFE) ROOFING AND SIDING IMPROVEMENTS CC No.1789 In the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH,as AGENCY, invites electronic bids for the above stated protect and will receive such bids up to the hour of 3:00 p.m.on June 16,2025,on the C ity's Planet Bids System Vendor Portal,at which time or thereafter bids will be opened and made available online. Bids received after this time will be considered non-responsive. Prospective bidders must first register as a vendor and then bid on this protect via the Clty's Planet Bids System Vendor Portal website at: https:/fwww.pianetbids.corn/portal/portal.cfm?Company I D=15340. i of the bid documents, Instructions to bidders bidder proposal form CopiesU includingp p and specifications may he downloaded free at the link above,via the City's Planet Bids System Vendor Portal website. Bidders must first register as a vendor on the City of Huntington Beach Planet8ids system to view and download the Contract Documents, to be added to the prospective bidders list,and to receive addendum notifications when Issued. Any contract entered into pursuant to this notice will incorporate the provisions of the Stale Labor Code. Pursuant to the provisions of the Labor Code of the State of California, the minimum prevailing rate of per diem wages for each craft,classification or type of workman needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of California,which are available online at www.dir ca.gov/DLSR and also on file at the Office of the Director of Public Works,2000 Main Street, Huntington Beach,CA 92648. The AGENCY will deduct 5% retention from all progress payments. The Contractor may substitute an escrow holder surety of equal value to the retention in accordance with the provisions of the Public Contract Code,Section 10263. The Contractor shall be beneficial owner of the surety and shall receive any Interest thereon. The AGENCY hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract. No bid shall be considered unless it Is prepared on the approved Proposal forms in conformance with the instructions to Bidders as determined by the AGENCY. The bid must be accompanied by a certified check, cashiers check, or bidders bond made payable to the AGENCY for an amount no less than 10%of the amount bid. For electronic submittal of bids,the bid security must be received at the City of Huntington Beach Public_Works Office, 2000 Main Street, no later than the bid opening date and time.The bid security must be submitted in a sealed envelope bearing the name and address of the bidder,and the outside of the envelope must read as follows: OFFICIAL BID SECURITY-DO NOT OPEN Attention:FRANK DREVDAHL Project Name:CITY OWNED BUILDING LOCATED AT 17732 GOLDENWEST STREET(dba. PARK BENCH CAFE)ROOFING AND SIDING IMPROVEMENTS CC#:1789 Bid Opening Date:June 16,2025,at 3:00 p.m. The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractors License Class B,at the time of the hid opening. The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY. All extension of unit prices will be subiect to verification by the AGENCY. In case of a variation between the unit price and the extension,the unit price will govern. Project Description: The WORK of this Contract will consist of removing and replacing the existing sloped and fiat roof, as well as the building's siding. The siding on the upper portion of the building, above the flat roof, will be removed, replaced, primed on all sides, and painted.All other siding will be removed,replaced,primed on all sides,and painted as needed,at the cost to be listed per square foot. The fiat roof portion will be sloped per specification,and a drain will be added.Asbestos was detected in the roofing's mastic at various locations and will require a licensed abatement sub-contractor for removal and disposal. There will be no ore-bid meeting;the City's representative will be available to address questions by phone or e-mail,Monday through Thursday 7:00 a.m-to 5:00 p.m. All questions related to this bid solicitation must be submitted through the City's Planet8ids System Vendor Portal per the information provided in the instructions to Bidders.Any other contact to City staff regarding tills bid solicitation wilt be referred back to the PianetBids system. Notc. Inviting Bids Park Bench Cafe CC #1789 - Page 2 of 3 The AGENCY reserves the right to relect any or all bids,to waive any Irregularity and to take all bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CAL I FORN IA,the 4th day of June 2024,by Resolution No.2024-29. Attest: /s/Lisa Lane Barnes CITY CLERK OF THE CITY OF HUNTINGTON BEACH Huntington Beach Wave Published:6/5,6/12/25 Notc. Inviting Bids Park Bench Cafe CC #1789 - Page 3 of 3 UNSUCCESSFUL BIDS CC No. 1789 17732 Goldenwest Street (DBA Park Bench Café) Roofing and Siding Improvements oioOTING70,. CITY OF ‘c1-1 HUNTINGTON BEACH oU 'o 1 Lisa Lane Barnes I City Clerk October 3, 2025 AME Builders Inc. Attn: Phillip Goo 2095 W.Arrow RTE Upland, CA 91786-4210 RE: 17732 Goldenwest Street (dba Park Bench Café) Roofing and Siding Improvements—CC-1789 Enclosed please find your original bid bond for CC No. 1789. Sincerely, • 01#14:41114tt Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714)536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov ' Ato Ak1& P-1)51fre• . „ SECTION C P OR OS Al fOr the c91101ktiOri:Of CITY OWNED:BUILDING LOCATED AT 17732 GOLDENV4ST:STREET(dba. PARK BENCH:CAFÉ) ROO#ING ANWSIDING IMPROVEMENTS. N9.'1:739 cnv HVNTINGTO'N'BEACH TO THE HONORABLE,:MAYOR AND:MEMBERS:(.?F'THE COUNCIL.OF HUNTINGTON BEACH: In compliancovith the NoticeInviting ELECTRONIC Bid , uncletignedhercby proposes and,agrees to perfonu , , :all,the Work therein described,,and to furnish all labdt, material,:equipment and incident Insurance necessary therefor, in accordance with,the plans and specifications.on file,in,the office of the City Engineer of the City of Huntington Beach Thc Undersigned:Agrees:to perform the work therein to the satisfaction of and Under the supervision of the City EngindeeoftheCitY of Huntington Beach, and to enter into,a:contract:atthe following prides. The undersigned agrees to complete the work within:45 working days, starting from the date of the'Notice to Proceed •• BIDDER declares ,that this, proposal is, based upon 'Careful examination of the :Work site,: plans. specifications, Instructions to'Bicide,rS and all Other contract documents„ If this proposal is accepted for award, BIDDER agrees to enter into a contract With AGENCY at the unit und/or lump sum prices set forth in the folloWing,B,id,Sehedhle. BIDDER understands that fatlute to enter into a contract in the Manner and time prescribed Will result in forfeiture:to AGENCY of guaranty accompanying this proposal. ,BIDDER:understatitIshat a bid is required for the entire:W:61-k,,that the estiinated,qu4ritiries,set forth„ the Bid Schedule are:sofel,y for the purpose,of comparing bids, and that final compensation:under the: contract Will be based upon the dettar4hantitieS,Of'work,satisfactorily completed: THE:AGENCY RESERVES THE RIGHT TO:DELETE ANY ITEM FROM THE CONTRACT It is;agfect.thatthe unit and/or lump sum,prices':hid include al l',apptiftenant expenses, taxes, royalties, fees,etc:,,and will be guaranteed for a period of sixty days front the bidt opening date, If at:.such time:the contiact is not *4004,the AGENCY viIl reject all bids ahcl*ill readvertise*prOjeCt, In the case of diSerepanCies, in the anithirits bid, unit prices shall govern py.& aniFwpt*Aa.:11 govern 0v;et fig4fe . ,c-1 TI awarded the COntract,-,the;unclersghed#grees that The event athel3tDDEWS default in executing the required contract and filing the bonds and insurance cor01'104t08,within 10 working dayS after the date OfTheAPPIcr$4otice.of award Of contract to the BIDDER,the of the seeority, aocdirtpatyirig this bid shall become the property of the AGENCY and this bid and the aeceptancehercof may,at the, 'O. :1S;c: S:qjition,be Coosideredmill andvOid: A.004P4nying this PrOpOsal of bid, find: :Pi4c1Pr ,B„9:ri,d for - . in the amount of 1:2i89.3 Ny.Juch, said amount not less than j.():' of the aggregate of the bid price,as required by the Notice.,10ithig ELECTRONIC Bids,,p4y4h!e:locr.the:AGENCY 041048o insert:the words "Cash",,";certified Check", oi 71idder!s:Bond forL%.1!;.,n8„the.case maybe) Any standard..$ttretiBi&B4Ondfortn is:acceptable Bidder Shall signity receipt of all Addenda , N/A , . CITY OF HONTINGTON BEACH; PARK BENCH CAFE—ROOFINO AND SIDING IMPROVEMENTS .CONTRACTOR-BM.SCHEDULE PROSPECTIVE CONTRACTOR SHALL ITEMIZEBID'UTILIZING THIS SCHEbULE. • BASE BID . . ..:.:.... . Estimated : . • item NO. •POSOriptioll of Work .Utiit - • QOantity Unit Frjeo.($):, - • Total(S) • , . 1 Mobilization $ 1,1-711)Syir- 5 4;908...00 $ 4;00.$,00 . . . „ . . . 2: Demolition and Hauling(Sloped Roof) SF 1108 $ 10.00 :$ 1 i,000.00 . . . ...-.. . • POrlIcligok.4n0:-)-laulingiFlatiRooti) SF ' .300 31.00' . $ 9.,300.00: ....._ • . - . . .. 4 Dernolitien'end:•Heuling of Siding(upper . - . SF 350 S. 1 600 $ 5,80009, leitelenly) 5 Abatement(asbestos) per report: S. Lump Sum S 1 1,.105:bb $ 11:,;110$•,00 .._. ... .,, , .. . Furnish arid Install Siding(derno portion :6 SE 350 $ .27.00 $• 9,.45.6.00' , .... „ . 7 'Furnish aid Y!..qa j1 rla!Roof SF ocl' $ ,ag,:.10q .24,600,Q0 8, Furnish and Install Sloped Shingle Roof SF 1,4,0.61' 1$: 16.00; $ 20.:000...00 ... . ... ._... _, 9 Furnish and Install Drain :$ [ Lump suit:•S; 4,33Z00 $ zi.:8, .b.a _ . . .. Filtnishand intall:Pefnic Awning 10 . .. .. - . . . Repiaorrieht ... -$ Lump Sum , 17.0777.1:09 !$ 17;17700. — 1 Fumishand Install Facia Rppiacement . Lr'' 300 $. 27.:00 $ 8 100...Q0• .. . .. ., . . ,. i2 Prime enciReint'Replacement Siding: (fuepiit'opcif,:iiisia11).' SF .350 S 7,00. '2A-.5000 .. Total in Number 128.92200 TOtaltriWorda 011 ,-;IAl.iii-dred Twenty-Eight:Thousandt NinO•HundredtwprliyHTIO:Obilars • : : .. •• . • • • . • • .. . . ... . . . . .,... ..... : , .. . . . . . . . _ . ADDITIVE BID .;,-,'COST.:BREAKDOWN-CREdUIRED), • . . - . . . . 4017'il '0($)' itomPlei. pescrEption of Work . . • .. . . . , Roofing Base Sonri:Replacemerit 1. $. ,(11!is fnclude$ref:nava'',i' placemerjt,.rpal06,1$,...001 /jrir) 0.q , ' 7:. ' . . .... .. . .. 2 Siding Replacement ' :S ,..i:7.00: (this incit.de let'ndilal,.rOla0ii760,piateriais,anii,/a60. • . - ... . „ . . . - PaintinPritning 3 $ 5.5Q, (this.include's':inateria**iii:(apor) i..),3 :NOW Biddersrp4st provide pricing for every bid item.The lump sum amount for Mobilization shall not exceed five percent (5%)of the:40!amount of the OhlO$S2the bid.docurnentsindicate othOtWie, Compensation for items of work not,§ptiiiOily identified in these bid items:shalt include all labor,mpteriais,tbolP,. etiiiiprtient,.;sefety,,Measures„and supervision required tri" OMptete the work to grades and dimension's,shown on the Plans or'staked in the field There Shell be no compensation except for the bid'terns specified in the Proposal The cost of all work shown in the Plans and Specifications but riot identified as a bid item Ordesoribed. within a bid item shall be included in related bid items, and no additional compensation shall become due the Contractor;. LIST OF SUBCONTRACTORS In accordance with Government:code SectiO441.04, the Bidder Shall"..Set foi-th:the name and.:buSiness. address'of cach $1.tbe:OntfaCtOt who ill.,perforrryy,T.otic 917r:ender service to the bidder on said'eontract In an amount in excess of one-half of one percent 6f The fetal bid or S.101090i whicheyer Is greater;3404 the portion of.the Work.;:tobe:done by such subCeritraeter. Bid Name and AiOrqss of'' :: c1as IHR PWC P01:10:-1 Iteni('s SubcontractorE:' License 1Iqtt410fl k Amount contratt : 2,3,4,5 Klondike Qohstruction 507.vici b066,46. , C22 I'bootio8336. 18,230 fgh : d39 :pfltatia, CA: • By submission cifthis proposal; the Riddbuoeliifies: 1. That be is:able to,and will:perform:the balance of all worl‹ which is.not covered iri the i3bOve, subcontractors 2. That the AOP>ICN',. ill be l'Urnished.coPiesoro subcontracts entered into and bonds furnished by SUbcontractori-br this project: NONCOLLI/SIOS AFFIDAVIT TUBE EXEC BY BIDDER P wfyg fdeelare Under:penalty ofterjury tinder-lhelaw,S:offthe.8.tate:Ofcalifontia that the:foregoing Is tri ppti.0440a that this declaration is executed on 6/1 3/16 atUpland , CA , , , cify St* Don Saoe being first duly sworn, ii0VSeS and oy.;.s. that he Or she is President o AME Budders, Inc „ :the,'party making the foregoing bid that the,bid JS net made in the interest of, or th ..h'ehatc.bf; any undisclosed person, •.partnership,oomoh:34.4046atioh,:ottiiii#tioo,-otcovotatjoo,-;that the bid it genuine and not collusive or.:sham,that the bidder has nt directly:or indirectly induced or.solieited any,other bidder to put in fat5g or sham bid, and ba"§:ilot directlyor'ill:4:004Y P911:€,14,0, conspired, conm ed, or agreed with any bidder Or anyone else to put in a sham hia.,.btAfiga0Ong'atall refrain.f.tentbliddittg"Ohat the bidder has not in any manner,,directly or:indirectly,:Setlgbt. by AZreentent, 'adtrnunication, Or conference With: anyone to fix,the bid pric-0,041haddi*other biddmor,to,:AecureanyadvantageagaiiiSttheipubliebody awarding the Contract of anyone jit:theOrepoted contract;that pit,:staterrientt:contained in the bid.are trues:phd,:ftIttbOi=, that the bidder has not,:diro.,W or indirectly, submitted his;or her bid price or any breakdown thereof,or the contents thereof;'ordivuigedinfOrmation:or data relative thereto ,Or,paid, and will not.pay.feb tcranYcarporation,,,parinerAip,cent-Patty association, organization,bad depository, or to any member or agent'thereof to effectuate aeOlinsiye pr,shain bid AME Builders, Inc: 'Ro6fit'Eci Nmo:of Bidder . . $igitatitre of Bidder, 2095 yvAttOw:Fite.i:Oplopti, CA 91786 Af'410r0...sfif PAW: C4 UTILITY AGREEMENT. IIONORABIIAVQ/i:k ANT,' CITY COUNCIL cro(QF IiiiNTINGTON BEACH.,CALIFORNIA Gentlemen; The undersigned hereby promises and agrees that in the performance of theJWOrk specified lnthecOntraet, known as the:CITY'OWNED BUILDING;LOCATED AT 1.7732 GOLDENWEST STREET(dba. PARK BENCH CAFE)ROQFING AND SIDING IMPROVEMENTS 0070(0:will employ and utilize only qualified persons as hereinafter work in proximity:to any electrical secOndary or transmission facilities The term"Qualified PersoiV is defined in Title$,CalifOrnia Administrative Code, Section 2700,as "Qualified Person A person 1010, of expejlewe with the opetatiptito be perfotilli.etTettid thelgiztziay involved." The undersigned also promised and agrees that all such'Work shall be performed in accordance with all. applicable electrical utility company's requirements, *public'Utility Coininission,orders,,and :State Of Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be tetained or employed by the undersigned,,and that the undersigned shall,take steps as are necessary to assure compliance by any said subcontractor or subcomaetors Witbthe,requirements eoptainedlierein. AME Budders, Inc dba AME Roofiiv, Contractor' :13y President Title Date: June:13.2025 PISQLTALIFICATION: OVg:Frj:QNNAIRE In.a.:Pc0440:001 .0.0:t.thiiiint.Code Section Ac02„.tite.Bidderrshalletirpplete,tindoivetialty. of Odd thy, tefellowink qtteStionoaire, 'QUESTIONNAIRE lias4lieTildcler4nY Offieer of the Bidder otatly-.ernployee Orthe Bidder‘k....hO,.has a proprietary interest in the Bidder ever been disqualified„removed or'otherwise prevented front bidding on or completing federal,State or local gOyeatraenl projOt`beca:Ad"Of a ViolatiOrt flaw*ern tafetyregn1ation7 YeS: El No Ifdie anSwer,41,0s,.explain the:eircurnstanees in the space prov, „. . . . . „ . . .„ . . . . , . . " • . . . „ „. . . „... TSVote.;- MIS 4oesnnitire;eOttstitotesa pail of the Proposal„and a. .i.griap-4.to poi:001i of The Proposal Shall'constitute Sikitathre of this questionnaire.. COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1,8‘61 of the State bot Code,ieach Contractor tdihoin a public works contract has been awarded shall sign the,following Certificate, I am aware of the provisions of Section,3700 of the Labor Code-.Which require every cgiptcyet. to be insured against liability for worker's compensation or, to undertake self-insurance: in accordance with the provisiOns of that code, and t will,comply with such provisions before: commencing the performance of the work of this cOntract. AME Builders, Inc. dba AME.Roofing. cpai-actot BSA President Title, Date:- June 13, 2025, )3IPPRI:$INFORMATION" BlfiDER;pe.ttiflq$11:14 tbe:foliOlkibg information iS.rtrite and.totreOt: AM:E taders, Inc, dba AME Roofing Bidder tam Z,095'W Arrow Rte, RoSinesg:AdclosS. CA 91786 City, State. ,Zip ( g09 )766,3200 :estintatinga,athebuilders,net Telephone Number Email Ackkess 1,057266 ClaSs'. A, B.; 010. c.20„C33,'C39, C43 • State Contractor's tieebSe‘Norabd Class 8/21/2010 Origitial bate Issued 8/3.112025 , , ,Theworksite,waslbspotted by: ,;ikleichlen ofour offiee March 18 ,2025.„ The following kepetot*,;firm. dotporatismtsjizwittg priti.004);:ititerest in this43.rcIpps*, Don SOO, President ,Junghee Soo, Secretary „ . . . „ The-undersigned is'prep-get' to SatiiSfy, the Council of the City Of Huntington 13,0, 1i of its ability, fitiailpially or otherwise, to perform the contract for the proposed W ork end Improvements in accordancL -with the plans,atid speelPeatiois::set AME'aLHders,Jnc.:.db 'AME Roofing Coopa Nar • Stgnature o iddEi bott St5 Printed`orTylieti•Signature • E-1.0 NOTARY CERTIFICATE Subscribed,andsworn to before me this 13th day ot June ,2025 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..attaehed,, and not the truthfulness,accuraCy,or validity of thatdOcuinent - - State of CalifOni, 'county of,San Bernardino on June.13,2025 before rue, Hyun:Ho Pnillip Goo Month,Day,arid Year 'Insert Nanie•and Title of Notary personally appeared„ .Don So „ „ Nanw0)Of Signef(s) Who proved to me 0: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 itpOn behalf of which the person(s)acted,eXeCtited the inStriitnent, 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 offiOial seal• zolt HYUN HO PHIWP Goa 'It 446 , toity.#2413446 m te4.4. hOARY PlAtIC-CMORMA 40i; _Los Wan CCiArt Ccepl:Ex!,5iti,It.204 :Signature tlgt‘e'f at y Public (PI ACE NOTARY SEAL ABOVE) Bidder'sOlopt History For the purposes'Of this project, the hidder, shall provide ptojeet history of similar Work, specifically referencing the;:construction of tDescribe specific work and experience'necessary for project For etanipIe,"Sanitary sewer line installation of it least of 1,000 of 84ncli and greater in puhlie'.'right- of-way., Sanitary sewer lift stations of similar Size,:object Yvork,within public streets, an area, containing high ground water and pipeline construction ittbk.th ground water retionSAYith trenth depths oftfeetio the itis'o4."1, Bidders are encouraged to submit supplemental relevant project history' in.additiOktO theprOjeetS:liked herein. Listed hel.OWare,the names,address and telephone numlletS,for tree public agencies for which the bidder hasperfOrTiled Sitnilar work within the.past.fiVeyearS: i City of Huntington Atlanta Ave„ Huntington Beach, CA 9.2049 Nat:04nd Address of Agency. , Name and Telephone'No. Of Project Manager: .,-,),011n. moom (714)31. 5011. .Roof Replacement 12/21/2022 contt4o.t Amount Type df Work .f)afe.Completed Provide additional projeetdeseription to i§hOW.,6iiiliir work: StOrm'Water Pump Station,Fability!frhbrovements Project 2. "Cit.1“)f In0Wood 7,1 West MchestrBId .I ogleW.OoO, 903.12 ...) . Naine:and:Address-0r PnlllitAgeriey 1 ‘Name,a441.701.0.01i.0)1:61'40. Project Manager: 13r6ridon 41.2.-54„ 3 S2.41670,100 Roof ReplOcbinetit 4/312023 . IcOntraet Amount Type of Work Date completed lito:ode additional projeet,deseripdon to:silo* work: Jnwood Water T e 3. 'City'Of ROOthO 6utarnon(la 7-A0500,tivic:Centei- :Rancho Ccamormai CA91730 Nanie,p4idA.4d,ress of Pnbiie:Agency N41111.C.:',400.741d0hone:No,Of Project Manager: Kenneth Fpn9A:(90) 947,7270 ,S14;716.,,00 Roof Re'placOment, 519/2023 ontra.ct Ainanto Type of WOric riate-(ornpleted 1?:roVide additiOnal projeet description to'shOw similar work: :Heritage Park Equestriaui Center Roof;Repair fC4j Oltidces Staff Listed below are the:names Of the bidders proposed Construction‘Project Manager,and Superintendent '.oreach,of these.critieal,pOSitiOnSiPlease list at,leasvthree.projeOtS,:fer which the critical staff has perforrned..Sitriilarwotk within the last five years These projects do not have to be under the ,employment Of the bidder of this,'.project.,OidderS.are.- ticOuraged submit supplemental relevant project hiStoty in 440i60Q.the'projeetS iistt herein. 1., diti Y.aitg Name o f proposed P.rojeCt.Man4et Telephone.No..of piti5posed Project Martager . '?" 134354133 Garfield ES $2,385,200,00 ,FROOf R041aman '1.(01)20.24 Project Narrie 4:ContraetAniotint- Type of Work DateCompleted Ea#DItiff $Z,1?8,300..00 :R0,0f Replacerdetit ,f3M/2024 ProjectNarn &Contract AmOunt Type of Work Date Completed' S4Mai'ct:(tz HJi -,$.1,;41(0Q0,,01). .RoofReplAdertieht. 10/7/2024. Project N4tri .4i-,(00-40t Amount Type of Work IJate Completed !2. Maria:nQ /.1"andt4jtino. NameNarnaf proposed$uperiritende4 Telephone No. of proposed:Super4ttendelit (760)22-1371: E.Otbitiff,ES .$2i Q9,P0, 1--R9Qf Y.leplacotiletit Project N4the.4'.c.oti.itaet,Amottht Type Work DotOrttplated ;11611of Records - :$1;9"a9,40c0()'. t30,6fReplaoment:: 19i712024 Projeet:*the 0)titract,Arriount: 177.0.0,of Wt pate Completed ,AHWIQ Rcgif ,$1 0/19/20n RootRepiat6ment 'Project N4the:',F.r:'(.04trget;Afitount TyPe:pf.Work Date,COMpleted CONTRACTOR.REGISTRATION'WITH CAUFOWA DEPARTMENT"OF- . NDU8TRIAL 11‘,ELATIONS::(DIR),CEIMFICATE, Pursuant to ST3 854 Oting Tibor Cdd0 SectiOn 17.7.1.11(a))0assedby*the California State Senate on:Jitne 20,10,14,:eStablished.aniw:public works Contractor Registration Program which requires all contractors and subcontractors bidding and perfOrrning work 01 Public Works Projects toxo,,i. t•bri„4n annual basis (each July 1 through .jtme 30 state fiscal.year) with the California Department of Industrial Relations i,(1),IR). Currently the annual non-refundable registration fee,for(..‘ontractor5 is S400. Each contractor to whom a imhlic.voric:8eontiact has been awarded shall sign the folloWingrtificate. DIR FACTSKET On SB 854' htt inblioffworks/PublicWorksS8854.htnil: DIR's:Contractor Registration:Link Call 04451-72'-.0734: https://ivww.dinca.,,,tOvlpublic, orkslcontraetOO'eilislrationlhunl. Contractor Registration searchable:databaSe . https://eadit Secure'.fOree.coM/ContractorSearch I ain awatt.and will coinfily with the fkdvigiOu§.:of Labor',code Section;177)::,I60 which states'l "A contractor or'stibcOntrattOr shall nofbequalifted to bid on;:bOliSted in a bid:proposal;subject . , to the reeinireitents,of Section:4104 of the Public*.Contract Code, or engage in the performance of any contract:for public WOtk, as defined in this chapter, unless currently registered and. qualified to perform ptahlic work pursuant to Section 1725,5:It is not a.Violation of This section foram unregistered Contractor to submit a bid that is authorized by Section.700;1 of the Business and Professions Code or by Seetiefi 10164 or: 0103.5of the Public Contract Code,provided thp contractor iS-regislcred to perform public work pursuant to SeOtipp-.1-7:2:53.at the time the contract Is awarded."' I furthermore will comply by.,',p,toNidinR,proof'of Tgi:sqp.Iitip with PIRA§the;primary contractor, as well as for ALL si*COntractors:at the time of•snbirinting•thebid. AME BUlders Inc. :41E Roofing Contractor • . By • DOn:Seo pstimatingatrieJatiiICIOit.not Email 'President .„.. Title Date: June 13, 2025 PWC Registration 10.004,5500' 'C-15 §/.2/24i1:913.FiNi datiirtitytete§teedoitqfpOObr5§:etchtiorliit.Re9Detaiis - - ,,, ., . .... . Contractor Itlf011118tiOti. RegistrationHistoty • !;e0.1,.,grititirtOtke-- .Effective bate: f.410tiptili:,),ate .,... - • — 7 &kAMt..flulider Inc .. ., . . . IOg4g6titYTY06 812ll?0.19- 6/30,12020. .torporOcri, Status 7J.1000. , 00/202i , 1 ,A0ye .1'.. Registration Number 7/112021 .6/,. 0/*".! 22 , . . AM•1-114094t55:02,0, qegiitretion;effOctive;a4e 711t/02 , 6IPI.2.023 V711t2023 _,.„,,,, .,,„‘„ ......,•. ...... ..„, „ .„ ..•.,, . ...., Registration expiraibri4Otb 7/11,2023' 1613QI4125 '..,pl3()/ 05 } Meilirto Address !.` 1242 Transit Ave. Pomprq.,917§ :CA.plifted:Stpt.:.; . 1 IStiOcetAidii,re§ '., 1Z?-ig.:.7*.t4flort.kie..Pomo..na..,066tA 0.flit00:$tplit,, Etriati.:Ardie$ NAP P.4,0f601413A 1 • • - .,:AIVIE) ooffrig L Mri-641W iteh§e ,, „ .. . t ,c$1,B:1057266. .1 t Legai Entity Information .1: .i:. 6rporatiobrN'yeri4tqi.-,; 1. PrOidept"NOie; DAn See , . Vice President NOtrip; '. o.soeispnie: , . .. • e-c-Fetoy-r.sioln6: ; , .cEO:Natriiel . 1 , Agent of'$;ef.vtc6 iiiiitie;' . itigil.Sog , Agent ofSeTvi.wkailingA04fe.s.s.:. 1242 TansiAve. P4rdonaig1:76 ,0VtinitedSWO Of America .. .,„, .- vvOricers Cbmpori.$6tipil- ,. ,boygulee'grtipitiye:0' *No .. thr9tigli ipi.pfpss:topai . .. . I: Employer Organization (PEO)?: i httpliwriii..mdcjicOlites:aily.eggprtfr,Wpk$earcb0i-infRe6potails $04,,1:O8 PM f041.41y;00fOrp0-si,teszcom/coniracioearch/priritReDetaits Please provide your ,current workers compensation insqranCe inforMation PEG .PEO: PEO PEO InfprrnatipriNaMe ,Phone Email ,It&irediby Carrier Policy Holder Name;AME.Iivii0ers Inc dba AME Roofinglnsurance Carrier:: National Casualty CompanyPoky Number:10CC33435AIoceptiOrdate.;0,4/ 02 Expiration Date:8/1412024 6tIps://caciir.aty.salesforte-sip*Optptpr*pOpisear.cfv/PrintRODetah 2/2 BID BOND KNOW ALL BY THESE PRESENTS,That we, of 2095.W ARROW RTE UPLAND,CA 91786 (hereinafter called the Principal), as Principal, and NATIONWIDE MUTUAL INSURANCE COMPANY :......:.........::..: ::. (hereinafter called the Surety),as Surety are held and firmly bound unto CITY OF HUNTINGTON BEACH , (hereinafter called the Obligee)in the penal sum of TEN PERCENT OF AMOUNT BID Dollars ($ 10% ) for the payment of Which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and.severally,firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH,That WHEREAS, the Principal has submitted or is about to submit a proposal to the Obligee on a contract for .CITY OWNED BUILDING LOCATED AT 17732GOLDENWEST STREET dba PARK BENCH CAFE ROOFING AND SIDING IMPROVEMENTS NOW, THEREFORE, If the said Contract be timely awarded to the Principal and the Principal shall, within such time as may be specified, enter into the Contract in writing, and give bond, if bond is required, with surety acceptable to the Obligee for the faithful performance of the said Contract,then this obligation shall be void;otherwise to remain in full force and effect, Signed and sealed this 16TH day of JUNE . , , 2025 AME BUILDERS,INC. (Seal) • r cip P m al Witness r., wiM{! "".rw .•a�°.•_. + !�^ Title • NATIONWIDE MUTUAL INSU. ANCE COMFI ".° ';. `i1 Witness y e , (,7) _.{`?r KEVIN A ,Attprre}%iii<Faci '~t` � ,c ' Y. '1; ,^ ''a CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California ) County of..._.... . San Bernardino. .. ." ) On 6, 9 it .before me, Hyun Ho Phillip Goo.Notary Public " Date Here Insert Name and Title of the Officer personally appeared,-. Don Seo.. .......... . . Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose named isles subscribed to the within instrument and acknowledged to me that he/the/they executed the same in his/her/their authorized capacity(tes),and that by his/her/their signature(s),on the instrument the person, or the entity upon behalf of which the persons)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. HO PHILLIP G00 9 yP COMM.#2413448 `� WITNESS my hand and off' ' eat. 11nn'-" : t'e,NOTARY Pumsg;ctiFN7yNIA �1 `" LOS ANGELES COUNTY Signature , , ary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: _._.-.. . - .. Document Date: Number of Pages: Signer(s) Other Than Named Above: "- Capacity(ies) Claimed by Signer(s) Signer's Name:, :.... Signer's Name:_ .._..... ....._ ............:...: El Corporate Officer — Title(s) ❑Corporate Officer — Title(s)::-. . ..:::•....... ❑ Partner — ❑Limited ❑General ❑Partner — ❑ Limited 0 General 0 Individual El Attorney in Fact 0 Individual 0 Attorney in Fact 0 Trustee ❑Guardian or Conservator El Trustee ❑Guardian or Conservator 0 Other:.. ❑ Other:;:::::.,:.- Signer Is Representing Signer Is Representing: -„ ©2016 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT: •Nationwide Mutual Insurance Company,an Ohio corporation hereinafter referred to severalty as the"Company"and collectively as"the Companies"does hereby make,constitute and appoint: BRITTON CHRISTIANSEN;KEVIN VEGA;PHILIP E VEGA; each in their.individual capacity,Its true and lawful attorney-in-fact,with full power and authority to sign,seal,and execute on Its behalf any and all bonds and undertakings,and other obligatory instruments of similar nature,In penalties not exceeding the sum of UNLIMITED and to bind the Company thereby,as fully and to the same extent as if such instruments were signed by the duly authorized officers•of the Company;and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company: "RESOLVED,that the president,or any vice president be,and,each hereby is,authorized and empowered to appoint attorneys-in-fact of the Company, and to authorize them to-execute and deliver on behalf of the Company anyand all bonds,forms,applications,memorandums,undertakings, recognizances,transfers,contracts of Indemnity,policies,contracts guaranteeing the fidelity of persons holding.positions of public or private trust,and other writings obligatory in nature that the business of.the Company may require;and to modify or revoke,with or without Cause,any such appointment or authority;provided,however,that the authority granted hereby shall In no way limit the authority of other duly authorized agents to sign and countersign any of.said documents'on behalf of the Company." "RESOLVED FURTHER,that such attorneys-in-fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney.issued to them,and to affix the seal of the Company thereto:provided,however,that said seal shall not be necessary for the validity of any such documents." This power of attorney Is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments.Any vice president,any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents.Instruments,contracts,or other papers In connection with the operation of the business of the company in addition to the chairman of the board,the chief executive officer,president,treasurer or secretary;provided,however,the signature of any of them may be printed,engraved,or stamped on any approved document,contract,instrument,or other papers of the Company. IN WITNESS WHEREOF,the Company has caused this Instrument to be sealed and duly attested by the signature of Its officer the 1st day of Aprif,2024. Antonio C.-Albanese,Vice President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT 40",te u' ,, STATE OF NEW YORK COUNTY OF KINGS:ss /�?.' '.o • On this 1st day of April,2024,before me came the above-named officer for the Company > r T aforesaid,to me personally known to be the officer described in and who executed the O:#;SEAL;: t preceding instrument,and he acknowledged the execution of the same,and being by me duly sworn,deposes and sa s that he is the officer of the Company aforesaid,that the seal affixed is ,irb1tiieost hereto is the corporate seal of said Company,and the said corporate seal and his signature 1117►'6,►' were duly affixed and subscribed to said instrument by-the authority and direction of said Company. -- • 'Sharvnt.aburda -_._ .. Notary Putilie.Maio of New York • No.01LA6427697 OuallItOdin Kings County NotamPutit • .commission:E* resJanuani 2926 Mrcon mhdoaEu,ve Jimmy 1,2226 Ca•• ,‘,. ,L: ), CERTIFICATE ;,`'r';`• c, I,Lezlie F.Chimienti,Assistant Secretary of the Company,do hereby certify that the foregoing is a full,true and correct copy of the original power of attornN ;ay Issued by the Company;that the resolution Included therein Is a true and correct transcript from the minutes of the meetings of the boards of directors ai dYlhe same bee not been revoked or amended in any manner,that said Antonio C.Albanese was on the date of the execution of the foregoing power of alto beytrik-~ � duly elected officer of the Company,and the corporate seal and his signature as officer were duly affixed and subscribed to the said Instrumentby tlte°a Ttonty;of said board of directors;and the foregoing power of attorney is still In full force and effect. - `` : IN WITNESS WHEREOF,I have hereunto subscribed my name as Assistant Secretary,and affixed the corporate seal of said Company this:5t `day%of; a F June 2025 .J c Assistant Secretary BDJ 1(04-24)00 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT • A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. • State of California } }ss. County of LOS ANGELES } On June 5th,2025 before me, ..:......:..:.:: .:..::.P.hilip Vega, Notary Public Here lnseR Name and Title of the Officer personally appeared Kevin Vega,Attorney-in-Fact Name(s)of Signers) 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 • PHILIP vECA behalf of which the person(s)acted,executed the instrument. ; Notary Public-California z Los Angeles County I certify under PENALTY OF PERJURY under the laws of the State Commission 4'2490569 of California that the foregoing paragraph'';true and correct. s My Coma Expires may 31,2028 :.y WITNESS my hand and official I. Signature: Placa Notary Seal Above. i r Notary Public ' OPTIONAL Though the information below Is not required by law.it may prove valuable to persons relying on the document and could nt fraudulent removal and reattachment of this form to another document. Description of Attached Document Title of Type of Document: Document Date: Number of Pages: ,. Signer(s)Other Than Named Above: Capacity(ies)Claimed by Signer(s) Signer's Name: Signer s Name: ❑ Individual O Individual ❑ Corporate Officer Title(s): ... - 0 Corporate Officer Title(s): ❑ Partner-❑Limited ❑General 0 Partner-C Limited ❑General , ❑ Attorney in Fact Right Thumbprint of Stoner 0 Attorney in Fact ,,Right Thumbprint of Signer. ❑ Trustee Sop of thumb hem ❑ Trustee Top of thumb here, ❑ Guardian or Conservator 0 Guardian or Conservator ❑ Other: ❑ Other: Signer is Representing: Signer is Representing: CAtDD102000.50 1 1 111 0 1 51 751.2 22 (UPDATED:01-19) , . r . = ` I • . aUNITED STATES POSTAL SERVICE® Click-N-Ship® I . , usps.com 9400 1301 0935 5075 2224 17 0039 1000 0109 2648 I ` $3.91 • US POSTAGE •��,. rr--G' +xec I 06/11/2025 Mailed from 91786 453282298581322 i, • USPS GROUND ADVANTAGETM 1 AME BUILDERS INC 06/13/2025 2 95LW ARROW RTE IP GOO RDC 01 UPLAND CA 91786-4210 C043 CITY OF HUNTINGTON BEACH �, , 21., FRANK DREVDAHL • fe''�1 • 2000 MAIN ST VAt HUNTINGTON BEACH CA 92648-2702: USPS TRACKING # 1- • . . I , 9400 1301 0935 5075 2224 17 I, 1 :ACV . ?AA": I d 1 I I. I E A*. tisiffri 1 -'- ,s-frue hcv SECTION C PROPOSAL for the construction of CITY OWNED BUILDING LOCATED AT 17732 GOLDENWEST STREET(dba. PARK BENCH CAFÉ)ROOFING AND SIDING IMPROVEMENTS CC No. 1789 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting ELECTRONIC Bids,the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within 45 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid,unit prices shall govern over extended amounts,and words shall govern over figures. c-t If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER,the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option,be considered null and void. Accompanying this proposal of bid, find bidder's bond in the amount of$ 14,980.00 which said amount is not less than 10%of the aggregate of the total bid price, as required by the Notice Inviting ELECTRONIC Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond fort 0% ", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: - N/A Addenda No. Date Received Bidder's Signature C-2 CITY OF HUNTINGTON BEACH PARK BENCH CAFÉ—ROOFING AND SIDING IMPROVEMENTS CONTRACTOR BID SCHEDULE PROSPECTIVE CONTRACTOR SHALL ITEMIZE BID UTILIZING THIS SCHEDULE BASE BID Item No. Description of Work Unit Estimated Unit Price($) Total($) Quantity 1 Mobilization $ Lump Sum $ 7,490.00 $ 7,490.00 2 Demolition and Hauling(Sloped Roof) SF 1,100 $ 16.68 $ 18,350.50 3 Demolition and Hauling(Flat Roof) SF 300 $ 38.95 $ 11,684.40 4 Demolition and Hauling of Siding(upper SF 350 $ 26.96 $ 9,437.40 level only) 5 Abatement(asbestos),per report. $ Lump Sum $ 13,182.40 $ 13,182.40 6 oFnl�jsh and Install Siding(demo portion SF 350 $ 35.31 $ 12,358.50 7 Furnish and Install Flat Roof SF 300 $ 28.96 $ 8,688.40 8 Furnish and Install Sloped Shingle Roof SF 1,100 $ 21.52 $ 23,668.40 9 Furnish and Install Drain $ Lump Sum $ 1 3,856.50 $ 13,856.50 10 Furnish and Install Fabric Awning $ Lump Sum $ 11,759.30 $ 11,759.30 Replacement 11 Furnish and Install Facia Replacement LF 300 $ 33.46 $ 10,036.60 12 Prime and Paint Replacement Siding SF 350 $ 26.54 $ 9,287.60 (furnish and install) 149,800.00 Total in Numbers: $ Total in words: One Hundred Forty-Nine Thousand Eight Hundred Dollars ADDITIVE BID — COST BREAKDOWN REQUIRED) Unit Price($) Item No. Description of Work Per SF 1 Roofing Base Board Replacement $ 28.96 (this includes removal,replacement,materials,and labor) Siding Replacement 35.31 2 (this includes removal,replacement,materials,and labor) $ 3 Painting/Priming $ 26.54 (this includes materials and labor) C-3 Note: Bidders must provide pricing for every bid item.The lump sum amount for Mobilization shall not exceed five percent (5%)of the total amount of the bid, unless the bid documents indicate otherwise. Compensation for items of work not specifically identified in these bid items shall include all labor, materials,tools, equipment, safety measures, and supervision required to complete the work to grades and dimensions shown on the Plans or staked in the field. There shall be no compensation except for the bid items specified in the Proposal. The cost of all work shown in the Plans and Specifications but not specifically identified as a bid item or described within a bid item shall be included in related bid items, and no additional compensation shall become due the ' Contractor. C-4 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or$10,000,whichever is greater, and the portion of the work to be done by such subcontractor. Bid Name and Address of , State Class DIR PVVC Dollar %of Item(s) Subcontractor License Registration# Amount Contract ":Number 5 NAJERA ENVIRONMENTAL INC a182.40, /o $13 14040 KATELYN ST, HESPERIA,CA 1069035 C-22 1000800746 9 92345 7-8 Arana Roofing Corp/ 953146 c-39 1001158683 $32,356.8 16% 15243 McDonnell Ave Fontana CA 92336 By submission of this proposal,the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-5 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on06/1 1/25at Culver City CA Date City State Benjamin S. Tvizbee ng first duly sworn, de oses and says that he or she is CEO of Estate Design and pConstructim party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price,or that of any other bidder,or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation,partnership, company association, organization,bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Estate Design and Construction Name of Bidder Signature of Bidder 5601 W Slauson Ave, STE# 186, Culver City, CA 90230 Address of Bidder C-6 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the CITY OWNED BUILDING LOCATED AT 17732 GOLDENWEST STREET (dba. PARK BENCH CAFE) ROOFING AND SIDING IMPROVEMENTS, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term"Qualified Person"is defined in Title 8,California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Estate Design and Construction Contractor Benjamin S. Tvizer By CEO Title Date: 6/11/2025 C-7 DISQUALIFICATION QUESTIONNAIRE • In accordance with Government Code Section 10162,the Bidder shall complete,under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? DYes 421No If the answer is yes, explain the circumstances in the space provided. N/A Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-8 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Estate Design and Construction Contractor Benjamin S. Tvizer By CEO Title Date: 6/11/2025 C-9 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Estate Design and Construction Bidder Name 5601 W Slauson Ave, STE# 186 Business Address Culver City CA 90230 City, State Zip ( 310 )810-7319 bids@estatednc.com Telephone Number Email Address 1075658, Class A, B and C-36 State Contractor's License No. and Class 5/11/2021 Original Date Issued 9/30/2025 Expiration Date The work site was inspected by N/A of our office on N/A , 202_. The following are persons, firms, and corporations having a principal interest in this proposal: Benjamin S. Tvizer The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise,to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Estate Design and Construction Company Name Signature of Bidder Benjamin S. Tvizer Printed or Typed Signature c-i0 NOTARY CERTIFICATE Subscribed and sworn to before me this 16 day of June ,2025_ 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 Caifornia ) County of Los Angeles ) On June 16, 7075 before me, Kim Steil, Notary Public Month,.Day, and Year Insert Name and Title of Notary personally appeared Benjamin Tvizer Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. /�i Signature Kim Steil Signature of Notary Public (PLACE NOTARY SEAL ABOVE) C-11 . , ..,, ..,• . .. .. , ., . . . ,. . ., . ,..... . .. „ . . . . . , . , ' . • ... ' • " , .' .: . " ' . . . ...„ , . .„ . . .., . ,•,- „ . ' , •, • . . . .. ... . . . .. . .. . • . . ,, • . . . . ., . . • • . , . . . . . . . • . . . - . . . • ,. . . . . . . P AuFoRMA ACKNOWLEDGMENT :' • . . :Olt.CODE§:iii§4 ' "" ' " • ' '''" • '" . ' ' - ' • - ' - ' '''''' " ' ' , , ., . ,, „ 4 notary public or othiroftkorcoroplatihgthiSeert(fieata vetifies OhlithOVantihjoftheihdividiraNiosidhed the document •.•: - • to which this certificate is attached,arid not the truthfulness p04ra ;or validity of that document. ........ • • „. • . ..- , ... ' „ .• . -. „ ,.,..;,„ . , $tota'Of CalifOriiia.. . .:: ' : • . ,.., • . 0;itiiIty of ', ,Leis Anele' s, . ::: , :.. ,. .• , . •. r- • . • , . .. . . . —.,. C7.' /, )1:bi2:0ie r. e. .: . .•-<•..,4- ' Steil, .Notary-. Public' . .:He,re fileert Name:and Titla af the Officer Persohalfy,appeared•. Shahesta.Philips:-.::'.. .. „ • :„ • ...., ..• „.... . „ . . • ... . •. •,.„.... . . . : (iNariie(s).af Signer(s) . . . . . who prova,d,.to"r*Ohiha basis of satisfactory evicie‘4e to be the parson/)whose name )Isiah:stii.Osriba,d, 10,Ah4..*ithiri instrument and acknowledged to me that 0/Shatillay executed thosahia,:k)tiojerktPr. 6.'tittiPiliO.d.:oa0aPity(tiS),and that OyhiSlhdritibir:sionattirei0 on the,ipstruh*t:thopOrsoriqi,of tha;..6.04/..: upon behalf of whiphAt4persor0 acted,'executed the iriStrOport. II'certify under PENALTY'OEPERJURY under.tho ,.4.N'Al Aft. it A. laws of fh0.$top,ofiCatifOrriWthat theforegOiig . . , . ..,,otari Public-..6iiternia i i 'WP:49:::.rnitheuaepd711.::t:6,orfef?:itib‘i seal, ;f:,—:.„k• ,' ' :".Npritura',Cptiiity. • Coriimission 8 23877,41 1 ; ,* • . - • • , , ' My Cotritth.ExpwesDer 21 2025 , . , • . , „ • .. "- " ., • Sighatura , ' .:-.: • . - . : Place:N(464y'Seal ahalarSiarlia-Aboiie ' $,Ofiaiiire.Of Notafy Public• OPTIONAL PrnPl6l'ir)0,iti3O.,inforroatlan con deter takeratipil,aftite':daaoliitot•or frairaalent,;reaitachraelot brit 7.1,0,toem,:to:q17 zelihkeridfir:dpr4,, Description of Attached Document Title,or Type'Of OPP,Uni0t., • boopmarltbats:_. , , .,, , • , . . • •• • :,Nurriber,of Pages: ........ ..... Signer(s)Other.Than Named Above: • . . „ .. . . .. . . ., 0.00011Y.0.00 C101itt04-4Y'Sigker(0... • Signer's.Name: .. - .. - . Signer's Name:... b Corporate Off)POIT:ittO(s)..:. _ • - if Corporate Offitar.4.‘ Title(s); 0..pprno,r—. d'Lliiiite0 'Iti,.0e1*,p.'l 0' Partner".!'i4 Limited .ri General :4:Individual . ' b.Attotie.s.t..in Fact Q.;Individual . ' '''6, Attorney in Ra.q. • Trustee:., Et Guardian or' oriSoryator ip'TrostoOr ,cr,..0,Ordjart or Conservator bi'bihef;.- ' -, . , - • . - - - - 4 c.? -1P1,.; .2... ......, , . , •, Signer is Representing . ..i ..._: - .. .... Signer is t3oProsehting:.,, . . „. . .... . , -, „..... •• • •, .: •, .. . •. ., . : -,„•• •- ..„.. . • .".• • ' •-• '•‘ • . ••• ' • — " - •iori- . i,• - • — , . . . , „ ,,,, . .. . P20100t,NO'% rAsP, i0't - ., . • ,•, '. .. . , , , _ , .,.;:, . . . . . , . . . , ' . . . . . • ,, , . , . , •. .. _ •. .. .' • ' • . . ' • CALIOOtiNi4 ACttp01111,710:iGMENT ; , . " . 'CIVIL CODE§1484 ... ., .rito,r31,:m..3.1.,,nr-mv...4..a-41::,.,:-.,,*4412,IsZ.410."1,4,41,1,420,24t.e.ga 4444"4'44:t4 r . , A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate attadied,and not the truthfulness,accuracy,or valiclity•of thatdecurnent. . , . . .. .. State of California . . . „ County of 1-,0 Allgeies " . bh : y/3 ,.,-2,,,e. 23 befo'r rrie,, , Kim Steil,Notary Public .. .. 1 ',e . flete,,ifisert and Title oft Officer: . . personally appeared : • .Narrje(S)of Signe:s.) „ , . , who proved to me on the basis of satisfactory evidence to be the 1:36003i(4013i00-name(s) is/are subscribed . „ to the within instrument and acknowledged to mekh4;h:eis,heithey executed the same in:NS/her/their , authorized capaaty(les):,arid that by hisiherithefr:Stgnatdr,Oii:Ph the instrument p:) ,.:i0,rso,ri(0 Or...the entity:: upon behalf of which the person(s)acted, e>cei_itthe thStrurriOnti, !cot....t.i'6 wider PENALTY oFRP.RJPRY,Under the laws of the State of California_that:the loregOing, •STtit... : . ,,,,(..r,,,3,111:?-4.,,,,:.,,,,,,' 1,40tarvHpi?ilAblic.7 tptifOintA 1 paragraph is true and correct WITNESS my hand anci official Seat: 1---€7,--,.;-.1e-07,:;, • .' V'n-ii,s.tro6.n.c;iiii311.8y7741 : . . '4''itl'Y's"Ay COMM.Explres ,ec , . ., . ty4pri,.. Signature_ - •• - : - ; • ' , - , Place.Alaiaik$eafatitlfar Stomp Above: 'Signature ali,i\lotarj;.Public . oPTipNit.,$. : . . CohgpiOng this information:con deter alteration of the doeurhent•ot ' • fraudulent reattachment i:›fifii§foroi to an unintended dactiment Description O.f Attached Document Title of TYPO Of:..P.O.e.41t.*n : ' : bourftentba.te,:-, • ,Nt3.33.9ber of Pages: „ !, Signer(s)Other Thati:Nr343661 Above: • ... : .-: • "" • dpriaCii (lee) tinted,inf:Signer(s) I Signers Name: ,. - - . - Signer!s Name: - • p Corporate Officer-Title(s): . - :.... . •• ci Corporate Officer Title(s):. • : ::: ,,, ,:: : :c3 13tin.6i-- o:Li3n3teci,0'Oeneral: C3 ,Prttii•d - 3: 13 Limited ' ‘G6rierai 0 individual- : o Attorney in act,, ,... , o Individual: ' . a Attorney in Fact • D.TruStee '. •--:- :El'Guardian or cort$070t9t , t3 Trustee '. . -0 Guardian or Conservator in Other: ••• ' • : • . - i3 Other: . ,. Signer is Representing ' : ' ."•-' .• :: - Signer is Representing: -1 • : . - -:. ; ,: , . ' • . „ ,; •e2019 National Notary'AssOciation - . . „ . , . . .,• , . - •. , . . . . . , .. . Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of {Describe specific work and experience necessary for project. For example, "Sanitary sewer line installation of at least of 1,000 of 8-inch and greater in public right- of-way. Sanitary sewer lift stations of similar size, project work within public streets, an area containing high ground water and pipeline construction in high ground water regions with trench depths of 8-feet to the invert."}. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names,address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: 1. Manhattan Beach Unified School District,325 South Peck Avenue, Manhattan Beach, CA 90266 Name and Address of Public Agency Paul Ruta, (310)748-5601, Name and Telephone No. of Project Manager: $238,880 General Construction 07/26/2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Removed approximately 6,700 sq ft of failing deck waterproof membrane around atrium skylights and the adjacent mechanical room. 2. California State University, Dominguez Hills, 1000 East Victoria Street, Carson, CA 90747 Name and Address of Public Agency Name and Telephone No. of Project Manager: Alicia Amerson, (310)243-3083 $168,880 General Construction 08/14/2024 • Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Demolished existing shower enclosures to prep underlying structure for new daylighting system. Installed overhead polycarbonate skylight screens to bring natural light into shower bays while ensuring water resistance. 3. City of Paramount, 16400 Colorado Avenue, Paramount, CA 90723 Name and Address of Public Agency Name and Telephone No. of Project Manager: Heidi Luce, (562)220-2220 $318,792 General Construction 12/09/2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Replaced tile roofing and wall finishes in restrooms and corridors beneath newly installed fiberglass skylight units. C-12 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions,please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1. Kevin Flores Name of proposed Project Manager Telephone No. of proposed Project Manager: 909-687-6260 POINT VICENTE INTERPRETIVE CENTER DRAINAGE IMPROVEMENTS,$305,880.50 General Construction 02/03/2025 Project Name &Contract Amount Type of Work Date Completed NORCO CITY HALL LOBBY AND 05/07/2025 SECURITY UPGRADE,$327,569.51 General Construction Project Name& Contract Amount Type of Work Date Completed CITY HALL RENOVATION (Laguna Woods), $448,800 General Construction 05/30/2025 Project Name& Contract Amount Type of Work Date Completed 2 Benjamin S. Tvizer Name of proposed Superintendent Telephone No. of proposed Superintendent: 408-707-6974 POINT VICENTE INTERPRETIVE CENTER DRAINAGE General Construction IMPROVEMENTS,$305,880.50 02/03/2025 Project Name & Contract Amount Type of Work Date Completed NORCO CITY HALL LOBBY AND General Construction SECURITY UPGRADE,$327,569.51 05/07/2025 Project Name & Contract Amount Type of Work Date Completed CITY HALL RENOVATION (Laguna Woods),$448,800 General Construction 05/30/2025 Project Name & Contract Amount Type of Work Date Completed C-14 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854(citing Labor Code Section 1771.1(a)),passed by the California State Senate on June 20,2014,established a new public works Contractor Registration Program,which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR). Currently the annual non-refundable registration fee for Contractors is $400. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 https://ww w.dir.ca.gov/public-works/PublicWorksSB 854.html DIR's Contractor Registration Link—Call(844)522-6734 https://www.dir.ca.gov/public-works/contractor.-registration.html DIR's Contractor Registration searchable database: https://cadir.secure.force.corn/ContractorSearch I am aware and will comply with the provisions of Labor Code Section 1771.1(a)which states: "A contractor or subcontractor shall not be qualified to bid on,be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code,provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid. Estate Design and Construction Cona er Benjamin S. Tvizer By bids@estatednc.com Email CEO Title Date: 6/11/2025 PWC Registration#: PW-LR-1001158686 C-15 Bid Bond No N/A Document A310 - 2010 -• Bid Bond CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place of business) JNH Construction Inc. United Surety Insurance Company 2534 Oceanside Boulevard 303 Congress Street, Suite 502 Oceanside, California 92054 Boston, MA 02210 This document has important OWNER; *gal consequences. (Name, legal status and address) Consultation with an attorney City of Huntington Beach Is encouraged with respect to 2000 Main Street iis completion or modification. Huntington Beach, CA 92648 Any singular reference to BOND AMOUNT:Ten Percent(10%)of the Total Bid Amount Contractor,Surety.Owner or other party shall be considered PROJECT: plural where applicable (Name, location or address, and Project number, if any) ROOFING AND SIDING IMPROVEMENTS CC No. 1789 17732 GOIDENWEST STREET The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1)enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety s consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor s hid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and AlA Dotunteitt A3iO -ZOO.Ccipyrtght 1963, 1970 and 2010 by The America()institute of Architbcts.All nghts reserver. "Ametocali InstIlvteai Init. Arr%ittscts,.•',3,1,V in G AMA Lono,0/0 AIA C,,v51.,act Ofx.-1.4menW are regiztele tmelainarks old tray nal be Liroact.othou'permimion, PriTIVA-1 014:pn. Al 12)4 h 07,6 :provisions conforming:to::sic statutory briythselegetreetilrerhent shall be eeti ed incorpo t d herein : When•so furnished,.the intent is that this Bond 'shall.bc ri,trued as a.stettitory bond:and riot as a common iav bored ti4 k , -44: . . . ...signed:and sealed:ttits::::'1. t§ . .day of Un - .. 0 .. : • ;.``i ;; 'v, "'`* : r01;. :::.:: t ort5iictio Iris:::.. , ''' Unite , r ty:Insurance Corn any '�r,t r i i%%i `` •:( r :: "; ':::. • • •:;:(;Seat) ..: Yifness,}. ." `:;:": (Tie :' • o J effer :f ttorney-I Fact . {t:..€eotttir • .. ... . • • • • • Al,k•Qo Gintsent 431113"':w:20a0: ri}s illifi f5't9£1. 970,..ioid.20111 by Th>#:A€ssisrii an liisiitute cif;r illi4?s:All reuses ia�en :.."flee is i in0iite.rii In it... suseiiit€tC ,"'AlA,`.1E>63'+AlA.I.,ogc :4 d:AiACGnh`aci i.arsi tsa"aa)ray i:*,i4 Ca:i*+mark'arils: ;gt:tiriilit,;w5 ''svi;h a'tttprrsatssstzi)'' .. .. ••• . .. . . . .. . •.. „ - • . .. .. .. -' , .. • .. •. . . „ . . .. .. .. ..... ... .. ... •••• . .. . . . ... . . . . • • • • ... . . . •.. . .. .. .„.. ,. .. . . • .... . . . ... . .. . ' • • • • • -• • - •••• • - - • • •••• - - ••- •. .. . . .. . , . , . .• • • •• •: • . •• • - ••• •• •• . . . . •• • • • . . . . • • • • •• ••- ••• ..... " • • ••• • . . _ . .. . , , . • .. .... -- • • --• ... , ....•..„. , . . ."-.--.-.•.-!-,,-..' . • , .. . ''lz:it•;„'i,::.1;!,'-:: ' . . . .. • -. .:•- . . . ., ... • • • , . . . .. - •. . . . .• — •• • •- .... . •.•i:tl,;:::-7'•-•:-1.1 I U '' ' . . ... . . • • .. ... .. .. .. . • :••:•...:.•: " ...... • . • . . . .. •• •. " " •••: .. .... .. . •.. .. .. .. • • • . .. • . . . ,., . . ,.. . ... . . . .. .. . .. .. ... , .. • -. .. : . 172437 . .POWEROFiATTORNEY. . .... .. .. .... . . .. .. . " . . • . . ...... . .......... • .. . . . .. . . . .. .. . . . •tthlOW19.1MEN:.Byp-i $•C?..RpEr47&That United Casualty and SuretyloSOtanteCompany,a corpora t kin Of:the:Stateof Nebraska,and OS:Ciptiati y and Suiity.tni&ante: -:,Company and United:Su i ety hist/raw-et orripa ny,assumed names of United:•PasUalty and Surely OW ranee Comp anY f..01Iectively,thoCOrtinitiiieS);do by thesiPeeienti • Make,•:constitute and aPPoini: - -••• - .. . . .• • • • : . tothary•L:Keeffarl,pchery.tyl.Matter,Hasilt*S:;•tataisort;The M.66setititt;iintnlyt.arown,Tyntet.Yektt•,i Isaac Woad. • . ' .. .. .... . :.... . . . . . . its true and lawful each In thtlr waraizcapacIty if•lunce..the n ono is named aboye;vett it fLiil.pOtffer•and author'oi lit•A0•66i.ifOreff in Iti name, place and stiati;:i cs.exeruta;askiii*ledge an d dellvarany assd plIh004.,•C.4cOgnlicnci*undoitakingsnricether in steuritentS or•cOntractso1 AuretirStiiP•AtiliSchide-: rpm's,amendments;and consents'of surety-,PrendellttOlte!ata-nttpena4t•OdOaricst egad!!One MilIidir•&00/3110.0611ars-::--, .-:' • •:•:•.::•: . •'•---:. ti1;(100,(100.60.i::. );This Power of Attorney shall expire wthittiCit.fUrthe!'.action orcfpgarrtiser 31.'-‘,2020,,"'•..****:::• •'. • .••" - • .. .... .., .. . :. . . . :This Power of Attorney is granted under and by authority of thaf0110Yring-reiolutions adopted by t ne:Boa ref of Directors Entitle COrnnanies at a.meeting:duty:Caked and'held'orytheliarnfluiy,1SSI•• -..: .._ .. . . , • --. . . - • - . . .. .. . .. .. . , ... . . . . . . . . . . ••• ••• • •. . . . . . : . . . . .. . .. . ..nesPIved that.thaPtesident-fressOrerpnrPret&441e and they arelterehYaUthersiod.and.erroo*ered toappoiotattorneyAn,Fset of the company iri ii- iN•3 f*i.51TO:as ..it acts to execute'and';3CliTE0,46iiiiiltV..tiid.oik.itibehalf as Surety.any and ell ttold.cteediteittadreit:.rperracts pi indenjnity;iiaivers of Otetion and ag tithei.iitiiiinii:: • ..ohligainry in tne nature there44IdfPaYiertiiattai#diaintottte.Seiltif the CarapanY,•Any;Ourh.v•oii ings:in eXecUted.liisi0 AttnMaYi4n4ait.snag 6@.IiirlOn.g.• -uQOr the Company asiftheY had tieetiVtiliteiiiiited•and'ad4SoitAi4ed by the regufariyelected.Ofi•cars iir the eernpahitlytheir own*Per Oerstins.::: • .*•:- - - •il.hat the signature c f iaor Of ir,,f,authpr.fred hyAasplu Owls a this htio4.,arid th1Coinn4.0tept.!Tay..hp a fibted by facsimag te:any power of AI 41r,tte a speci40i'r:cs.fi ....:.••••.• .., . •... ' •;atfq•r ,f 6(cts4lityatioe:of eoers3iien-tett1*00.1tten of arty bend;tintienakingi ticp104ait, i:r.4(tiar.vyriltin Obligatfoilm•the*****Oreth area.:such signetigeanrfseal '•.4,440.itiad.biiini:i.iiii.04. 1140.0ii:iiiliftrt.nt.*rkes the PAgIPZIstikatitim of st•kh affiteandthfi±irtaftfat*nt,pi.*k.10t*.cY:iti•Li•e'?.0i!d."!*•0 bindrott upon th 0 Company with Om sanili(04 00sitt,t.O.i .**9.404.0f.iti;i011i.0!;c6K:''''::' .: •- --- ....-:'•I i.-:.•. .- ,•••.-.:•:•.:--:- - .• • . ........ .... . ..•........ :...,: ,..., .. . . ....._. . .. . ..... IN WITNEF:$,S.WgERPF:,the Companies ha v.e tatted thii instrn inent:to.:bsigriaai-and theft..carp or ate aeal s to be herdu Kt a a titiced•i-d* 7th day of Aprd025i . .. .. .. . . . ... ... .. ... . • ••••...•........ • ............ ........ . .. , ........ . . -• . . • • • • - - --• • • .......•--• •• ..::-:::..:-• • ••••::.::':•1.1.NITED..C,ASPAITY AND.,Wfi.il.TY:INSURANCE COMPANY • • • • .......... ... . ,. , _. .. • ::0.4 C4s italty arid Surety.11.040nte Company - :., " ••• ' --.• -- --• ......- •- •••: •.:-..,--:-:::-•-•-:•-.. ..'•: • : ••••-•-::....::...:::.: •.'se.11) --'•.i.-75.\ :•,::•:0: .: .: --- ". ••- ..- .•:-::••• •••:-• P1!• .c!l'.4r.9tif rissItr2TCgcPMPt)Y.•••.:. e • • .:...::::..::.:••••-•- : .:... .:• ._• - • . • . -: :.i.?,..!1.:•••ii.:„ • 'iio% i „:•I li 0::;. :- 3„„.;„;3 3..::•.•.:.•....•:.••.....:„„i••:•:;•i„...;.;:;•;.:.:-.•..'`‘''"A•-.-.-•---::- •-:•„• ,•: :„••••:••.::::-::71- • . ....... .,,.... , • • - , :0. .••• .,,...,•: :. '-• •-••••••••--.••••••.-----.....:.....::•::--.:::; -. . ........ ..,..:::„„:-. . .,.;44,04'0•%•„,. „..„-„-• .:•.„. : . • Corratarat4:•SaiSi:. • :::„• :-:::...-...::-:.:...:. : .' ., •...:':-:::;.1t,‘'A' , -," ,re: We,.rie p..41r0,1,4•':,:.•;,;',,:.:- :.- .-. -- • • -.:•.: ..i•.:•i: : ::i:,;;„.:.-„..;::.::...:.--. --.. :.•:-.:-:—..-.7,2,...,.,,,,-:,, , S.,,: .ei,,.,F . .-•:'...:....;:'-:::;: 1,':k!*1.; ••. .•.•.• •• .:-..-•. :•.:;".:.i'.,;...::::.::-.:•:..::: : ..:•1:*Wit'll'4:jf,: ::.,,''''''''.'' ''.....' . .•/ ;:•;:!5,;":. :... . ''' ':•' . • . ....::•:•••'' '•':::'"•'":: •QA:iliTr".'AM'Y', °:',.-,:..,,,:::.i'' .'....... 0..,"`:•,,,,,,j•.•••:.4!•:21; • •.• ••• •. •.••••- •• •• .• . 1.. . ,.4i;kegii*VItti:3 ,::.•". :•,,••.••.•:,:'-:....'14;i1,,•,‘•''Pl•,:••,, ',•••.. • • "e tammonw ofMa$"qt.ii.06 .:.•'.•-.-''.!.:':...::... '• :i: i...::'!.1.11M11M4Ralil4114',.;<::: ';›"'.•!'i..'•.;•. NOOjkk:-....,. -:;*I-..- - • - . • • COtintYOf••Stiff011etS:, . ... .::.•. •:.:..- .•••..• ....-. '!"'YMILD01:::410:itiV•••=•'":0;!.:.'i'i.•-, .1•,.. 414.'i,-;, -..-,-•-•"'",i:....:-. ' . • •'• "' :: ..-. -.....• ••:.' •• • ':: ,-,•••:'•!,i,':•firAithAVIK',. ,.',P,k• .•:::•i :..-t:', ,kiN .!,,;„!,,,?:1;1:.,,,`,,-,-:i :..-.,-. . • On this••:7th day of Apt4<,2015 --..:•.•. behare•-nsa,.4;eliert4ittrat*a)nitotarii.ItAajle,•:ttersiiii4dy;kjapeared;f:k:01ii.fPlio0„Treasurer of United cp1IPhy.:poct Surety Insurance..Corripany,bs:cpspplip,-.40 ttreAfinOrart,ce,C,)rntaanla ift Ot#SPretirinS00e*':d0iiaisyl,•:.*:ho.PrOyed.to rise on thu be is of Sattsfactnryeviderste. •- to ii :thiP..nicinn:whiase name issubscritliedlo.-theAfiln instrU*UntAjia , 1,ledged to ma that.he',.`exior4iiilqia:satite in-his:authorized:capacl ty,and that-by-:his: ... • • •Sigtfottir.40rt:#1 instrument lite Pgrodlit-ei.l.Atifiti0 behalf of 410.*iiiiibrt(s)jo0d;k0(4t4t4i*titfii0iti„:',„.- .-- .--. •..• . • • ... • , . ... . :!•(*ii'llfY Under P001:7l cFP,go URY.under the laws of tate Co insnanwealth:dfillil assItchnettithatthe foregoing Paragraph is true and correct;:• WITNgsSm,.hand and seal.'..•:•••:::: ... •. .. • ..... . . . . .• • '•I:.::.•:':„:: : :' •• 1•ttitit44:titeiAltE:! . • , , ' ::. 444:1: ....." 19., !• ' ":„: -•,.:-••• !."-• - -:.:(sm) : f"".1.'4 i d4441.444e.Cvettrziadieklasszteurat ••••' :,-••• .: / •!„!4cOduitsica Egil'sat4f1741.13 •• • • ••• ••..:•• otary fitsbIte Comm on'Eipi res.:.idA1/2.(28::::::...i.:i„.„i::.•:•• • .•••_ . . ........... .. ... . :.. ••• • " . -... ••:-: ., •• •• -•-•-:--•• - • ' • ••• • •-- . . ... . -I,Robert F.Thomas,'President'Of United Casualty and Surety liteUrince pOmpOrw,US.CasOalty-.and Surety insurance Company and flotted Surety Insuronr Company.:do hereby-certifY that the above•arid foregoing is,a true arid correct cosy of a j'aYser.(41‘ttOrney,:uteetited.6Y said C Ornna(tip S;which Ia tilI in.iiill.farciI•aott'„effe4t;•• furthermore the resolutions of.the:deard*of:Ours Iota...set outtntho Power of Attorney Tare...iei fullforce and eff4.1:ct;,: :. • . .. .. .. . .. . .. .... - :‘',:taile• ' In WItnesi Whereof.I have hereunto set my hand aridafked'the Seslt of spicfcchnpanIes 4,qcstnn Mt , at achusetts this •: : i...._... : .,d l ay o: . ...... . .. .... . • •.. . . . . .-' • .::. :• ... .".•-: .. -;::::21;2::0 g".'•.,-:•i: - -- ..••,::•• : „„ ,.,..,:A j:•-• '•...• .- . .. :'. •. • ' • .. ..•• . . -.: :::.:.:...:-:...- .. . -• •...:.::::.!."....::.!,-,:..-: ''..17.:40.0!Kie....•'''••.::.!".. .! • • . ................ .... . ... . . „......... . , ...,______. • . . .. .ifi;t•• •• - • .. Corporate Se* Robert F.T:flic)'rS,President. ••: • . • • ... .. .. . . . . , . . . . . ...„. .. ...... . . . • .. . .. . .: .. . a•• •••TO.COW 1 ktql gr.371.041Ctt•Y.:•t*.:111 1,1001,4110K:O.Of T.IsgtirElyttk11,:i CONFIRMOOND01114frECCASUALTY.COM: • .. :.:-::::, • ,..........•.••.•••• . . • • . . . . . . . . . . .. .... .. . . : . . ........... • • - •- - - • • •••• •- •• •- " • -• • • ' • •• .....-- ---- • •- . . . . . . .. . .. . .... ... . .. . . . .. .. . ...... . • .. .. .. •• • • - •• • • - . . .. . - , .. . ...-... •. ., . . . . . .. • • . , :,_._.,L:..!,..... . . .. ........--. . . ..... N ;by, 253y 31Va• OCesk,.,5; 2054, (okci,\ r-6A (\)'f o7\c-c� �a n: 1G OWhe� ct+ �v��G�� `oC,tca a � 32 Go)cke-we,St Seel COU1 rIstStIC 7)-emd\ C4e)%ok li)q*\t CC61)tota,5 1 8� 1S4 " /q/26 C 3R`0(\ qa Public Works Engineering ks 41 == CITY OF ,9`.sr. _ HUNTINGTON BEACH Lisa Lane Barnes I City Clerk October 3, 2025 Solar Roofing and Energy Storage 25147 Jack Rabbit Acres Escondido, CA 92026 RE: 17732 Goldenwest Street (dba Park Bench Café) Roofing and Siding Improvements—CC-1789 Enclosed please find your original bid bond for CC No. 1789. Sincerely, 0;4461 'Yfr Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov Ski"AethiM eF11-el,UP (ffirevej SECTION C PROPOSAL for the construction of CITY OWNED BUILDING LOCATED AT 17732 GOLDENWEST STREET(dba.PARK BENCH CAFÉ)ROOFING AND SIDING IMPROVEMENTS CC No. 1789 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting ELECTRONIC Bids,the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within 45 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is.based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses,taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. ,If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid,unit prices shall govern over extended amounts, and words shall govern over figures. c-i If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER,the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find Bidders Bond in the amount of %10 which said amount is not less than 10%of the aggregate of the total bid price,as required by the Notice Inviting ELECTRONIC Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for % ", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Signature C-2 CITY OF HUNTINGTON BEACH PARK BENCH CAFE—ROOFING AND SIDING IMPROVEMENTS CONTRACTOR BID SCHEDULE PROSPECTIVE CONTRACTOR SHALL ITEMIZE BID UTILIZING THIS SCHEDULE BASE BID Item No. Description of Work Unit Estimated Unit Price($) Total($) Quantity 1 Mobilization $ Lump Sum $ 9800 $ 9800 2 Demolition and Hauling(Sloped Roof) SF 1,100 $ 9 $ 9900 3 Demolition and Hauling(Flat Roof) SF 300 $ 11 $ 3300 4 Demolition and Hauling of Siding(upper SF 350 $ 1 1 $ 3850 level only) 5 Abatement(asbestos),per report. $ Lump Sum $ 9800 $ 9800 6 Furnish and Install Siding(demo portion SF 350 $ 21 $ 7350 only) 7 Furnish and Install Flat Roof SF 300 $ 18 $ 5400 8 Furnish and Install Sloped Shingle Roof SF 1,100 $ 18 $ 19800 9 Furnish and Install Drain $ Lump Sum $ 4200 $ 4200 10 Furnish and Install Fabric Awning $ Lump Sum $ 4397 $ 4397 Replacement . 11 Furnish and Install Facia Replacement LF 300 $ 10 $ 3000 12 Prime and Paint Replacement Siding SF 350 $7 $ 2450 (furnish and install) Total in Numbers: $ 83247 Total in Words:Eighty Three Thousand Two Hundred Forty Seven ADDITIVE BID— COST BREAKDOWN (REQUIRED) Unit Price($) Item No. Description of Work Per SF 1 Roofing Base Board Replacement $ 18 (this includes removal,replacement,materials,and labor) 2 Siding Replacement $ 24 (this includes removal,replacement,materials,and labor) 3 Painting/Priming $ 20 (this includes materials and labor) C-3 Note: Bidders must provide pricing for every bid item.The lump sum amount for Mobilization shall not exceed five percent (5%) of the total amount of the bid, unless the bid documents indicate otherwise. Compensation for items of work not specifically identified in these bid items shall include all labor, materials,tools, equipment, safety measures, and supervision required to complete the work to grades and dimensions shown on the Plans or staked in the field.There shall be no compensation except for the bid items specified in the Proposal. The cost of all work shown in the Plans and Specifications but not specifically identified as a bid item or described within a bid item shall be included in related bid items, and no additional compensation shall become due the Contractor. C-4 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or$10,000,whichever is greater, and the portion of the work to be done by such subcontractor. Bid Name and Address of State Class DIR PWC Dollar % of Item(s) Subcontractor License Registration# Amount Contract Number. JJ&S Enviromental Services B 925 Poinsettia Ave#4 C-22 5 Vista CA 92081 975044 ASB 1000834731 $ 9800 11% By submission of this proposal,the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-5 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMTI°1'ED WITH BID I declare under penalty of perjury under the laws the State of California that the foregoing is true and correct and that this declaration is executed on (3 , at Escondido , CA Date City State David Massey , being first duly sworn, deposes and says that he or she is President of Solar Roofing and Energy Storage the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price,or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. David assey Name of :idder i.c..i 4, Signature of Bidder i 25147 Jack Rabbit Acres Escondido, CA. 92026 Address of Bidder C-6 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the CITY OWNED BUILDING LOCATED AT 17732 GOLDENWEST STREET (dba. PARK BENCH CAFE) ROOFING AND SIDING IMPROVEMENTS, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term"Qualified Person"is defined in Title 8,California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Solar o ing and Energy Storage Contractor By David Massey President/Owner Title Date: 06/13/2025 C-7 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162,the Bidder shall complete,under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes ti No If the answer is yes, explain the circumstances in the space provided. • Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-8 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. S r R fing and Energy Storage Contracto By David Massey President/ Owner Title Date: 06/13/2025 C-9 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Solar Roofing and Energy Storage Bidder Name 25147 Jack Rabbit Acres Business Address Escondido CA 92026 City, State Zip ( 760- )580-7559 dmasseysre@gmail.com Telephone Number Email Address 1109997 B, C-39, C-46 State Contractor's License No. and Class 09/12/2023 Original Date Issued 09/30/2025 Expiration Date The work site was inspected by David Massey of our office on 06/10 , 2025 The following are persons, firms, and corporations having a principal interest in this proposal: David Massey The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perfo the contract for the proposed work and improvements in accordance with the plans and specification s forth. Solar Roo ng and Ene• y Storage Company 'ame / itpe Sig ature of Bidder David Massey Printed or Typed Signature c-10 NOTARY CERTIFICATE Subscribed and sworn to before me this ICJ day of , 202r 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 OfAtclufma ) County of s - 61-els0 ) On Wit 3 4 before me, to 4'1• 'L - ►�T ��v)1A,e, Month Da 2 Y, and Year Insert Name and Title of Notary personally appeared David Massey Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the,within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS myhand and official seal. ��rw� • H.BROWN o _y� COMM• #2435191 A.^ �Li_No NOTARY PUBLIC•CALIFORNIA 4/1 2`L�'�s SAN DIEGO COUNTY 0 ' COMM.EXPIRES FEB.15,2027 Signature nature of Notary Public (PLACE NOTARY SEAL ABOVE) c-ii Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of{Describe specific work and experience necessary for project. For example, "Sanitary sewer line installation of at least of 1,000 of 8-inch and greater in public right- of-way. Sanitary sewer lift stations of similar size, project work within public streets, an area containing high ground water and pipeline construction in high ground water regions with trench depths of 8-feet to the invert."}. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names,address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: 1. City of Oxnard 300 W. 3rd Street, Oxnard CA 93030 Name and Address of Public Agency Name and Telephone No. of Project Manager:, Lisa Shirley 805-385-7900 Roof tear off and reroof,Mold abatement, $255,800 Light construction In Progress Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 2 Vista Unified School District 1234 Arcadia Ave,Vista,CA. 92084 Name and Address of Public Agency Name and Telephone No. of Project Manager: Vince 760-758-0812 $175,956 Reroof,repair,light construction In Progress Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 3 STD Construction 4474 Mission Blvd. San Diego CA. 92109 Name and Address of Public Agency Name and Telephone No. of Project Manager: Joe Habi $140,000 TPO membrane roof installed on Commercial Restaurant 08/2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: C-12 C-13 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1 David Massey Name of proposed Project Manager Telephone No. of proposed Project Manager: 760-580-7559 City of Oxnard LCYBG Reroof and abatement $255,800 Roofing &Mold Abatement In Progress Project Name&Contract Amount Type of Work Date Completed Vista Unified School District Summer Roofing Repairs(part 2) $175,956 Reroof, Repair&light construction In Progress Project Name& Contract Amount Type of Work Date Completed James Walker Construction Install Roofing and Solar Electric 03/2025 $99,000 System Project Name &Contract Amount Type of Work Date Completed z Nick Massey Name of proposed Superintendent Telephone No. of proposed Superintendent: 760-975-5976 City of Oxnard LCYBG Reroof and Roofing and mold abatement In progress abatement$255,800 Project Name&Contract Amount Type of Work Date Completed VUSD Summer Roofing repair part 2 Reroof, Repair and light In progress $175,956 construction p g Project Name &Contract Amount Type of Work Date Completed James Walker Construction Install Roofing and Solar Electric 03/2025 $99,000 Project Name& Contract Amount Type of Work Date Completed C-14 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854(citing Labor Code Section 1771.1(a)),passed by the California State Senate on June 20,2014,established a new public works Contractor Registration Program,which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR). Currently the annual non-refundable registration fee for Contractors is $400. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 https://www.dir.ca.gov/public-works/PublicWorksSB854.html DIR's Contractor Registration Link—Call (844) 522-6734 https://www.dir.ca.gov/public-works/contractor-re gistration.html DIR's Contractor Registration searchable database: https://cadir.secure.force.com/ContractorSearch I am aware and will comply with the provisions of Labor Code Section 1771.1(a) which states: "A contractor or subcontractor shall not be qualified to bid on,be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid. Solar ofing and Energy Storage Contractor By David Massey dmasseysre@gmail.com Email President/Owner Date: /ii,,/ ôc Title PWC Registration#: 200007774 C-15 Bond Number: BB591481 Bid Bond CONTRACTOR: SURETY: (Name,legal status and addirss) .(Name.,legal status and princOal place of business) Solar rooting and Energy Storage American Contractors Indemnity Company 25147 Jack Rabbit Acres,Escondido,CA 92026 801 S Figueroa Street,Suite 700 Los Angeles,CA 90017 (760)580-7559 3036499163 OWNER: (Name,legal status and address) City of Huntington Beach 2000 Main Street Huntington Beach CA 92648 BOND AMOUNT: Not to Exceed: Eight Thousand Five Hundred ( $8,500.00 ) Dollars PROJECT: • (tame,location or addarss,and Project number,f aiD) City owned Building(dba Park bench Cafe)Roofing and Siding Improvements 17732 GOLDENWEST STREET,Huntington Beach,CA 92647 The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1) enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 13th day of June 2025 Please see attached Solar roo and Ener St r notarial certificate. (Principal) (Seal) • ess) rfle.51 (Title _ �ltlllllllrr/ engn (tractors Indemnity Company `o�tRpc.....o ,, /`1! '" (Spiry) David Gonsalves INCORPORATED w I:" SEPT.25.1990 :<5 Yf/t//ess :fib••. :'• Nic Brady Attorney In Fact •..,,. (Title) ��,/'ra, • 1FOR°10%\`• By arrangement with the American Institute of Architects, the National Association of Surety Bond j • Producers (NASBP) (www.nasbp.org)makes this form document available to its members, affiliates, and N AS BP associates in Microsoft Word format for use in the regular course of surety business.NASBP vouches that the original text of this document conforms exactly to the text in AIA Document A310-2010, Bid Bond. Subsequent modifications may be made to the original text of this document by users,so careful review of its wording and consultation with an attorney are encouraged before its completion,execution or acceptance. r\ki TOKIO MARINE 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: David Gonsalves its true and lawful Attomey(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 ******Five Million and 00/100****** Dollars ( ***$5,000,000.00"" ). This Power of Attorney shall expire without further action on January 31st, 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 Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-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 23rd day of September,2021. AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S.SPECIALTY INSURANCE COMPANY rJ"g*C1;7'''. .•k°ONDIHCy' °ESSURFf V;"!:A'r~ State of California _1.; P'' _uj r'cuourze ie-+ >=_off �..n. oern 6 •.gi County of Los Angeles .,B. :/oq== .•' - `2.`�''."/s' = t ' mi; P, '„,,, .i s s By: k„ of "'...Z .'" ""%„!„, 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. ,�u� 0.UTLEFiELO WITNESS my hand and offi ' I seal. , Notary Fublk•Cafffomta i ic`.w r e Loi Angeles Coup I 77) ice•`' 1' Cornmtsfio,M 2320307 [— r My Comm,Epirus len 31,ICU / Signature c (seal) _ _ l ) I, Kb Lo, Assistant Secretary o 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 hand and affixed the seals of said Companies at Los Angeles, California this 13th day of June , 2025 .`1R*CT 4g,. .•nND�NCi,., ,.'S'SUR,, ,,�,.,,,5nswj i, Corporate Seals ,o,... ... ,4os: ; ,�s6..Ai....?, e,..---... BB591481Al "` Bond No. =3: :._< 9__ "o no:: �1+ Vs. III :x'sac. i-=ot- ?;__ �� el_ ,��Er; cvr n,mo =_ __ i•c'- :an Agency No. 12245-PDF POA ,'�•--- '' +sJ;• `f". Vi T° ,y' _'' s Kio Lo, Assi Secretary HCCSMANPOA09l2021 visit tmhcc.com/surety for more information • • • • • ACKNOWLE DGM ENT A Notapf Public or other officer compl.eting this Dertifitate verifies only the identity • of the individual who 'signed the document to which this certificate is attache4 and not the trurthfulness,.accuracy,, or\ti•ditv of that document:. State of Califea Count/ of PaAel • tib nQt2 .before me, M-4-V6it,-, - (iasert name.and title of the (Ricer): ' personally appeared M • who proved to me OR the basis 4 satisfactory evidence to be the person(s) whose names - isare subscribed to the within instrument and wknovviedzied to me that he/shalthey executed the same in hislheritheir authorized .cap.acity(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_ • ceitify under PENALTY OF PERJURY uider the laws of the State of California that the foregoing paragraph is true and correct. • ^ ^ 47, „..1,,•4A,,4!c,,, M. H. BROWN r WITNESS my hand,and officaf seai. a $ NOTARYPUBUCCALRN 6 Beal) 2 ittiri SAN DrEGO COUNTY 0 •; ) EC?.EXPIRES FEB.IS,2022_Z •Signature , • . • - • • • • ,• • • • • • • • • • • • • • • • • • • C1..cc �G t�.� 4� 1 -"Do net o?e,r Atte-Aif ay% c (*ANY-% re vd a v%.‘ 'to)ed flwoe: Gi ()Wrea B‘..te\.r, lb eati4e4 oi± / 77 3 C, olc\Lv+Was+ 54 . ( at,•• . P1° Ob 'c TeY+ch` f.4e) Q.?p.m I 1 5d. 7 .Lripro Cc ! 7s °► a�a ore.i,. Tione /4, Ao @ 3F»i Public Works Engineering 11 02 coN1 ,„ -_ CITY OF HUNTINGTON BEACH Lisa Lane Barnes I City Clerk October 3, 2025 Storm Guard Construction Inc. 2245 Via Cerro Riverside, CA 92509 RE: 17732 Goldenwest Street (dba Park Bench Café) Roofing and Siding Improvements —CC-1789 Enclosed please find your original bid bond for CC No. 1789. Sincerely, 0;46416 rir Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714)536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov 4ns f rue-1)(v SECTION C PROPOSAL for the construction of CITY OWNED BUILDING LOCATED AT 17732 GOLDENWEST STREET (dba. PARK BENCH CAFE) ROOFING AND SIDING IMPROVEMENTS CC No. 1789 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting ELECTRONIC Bids,the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within 45 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER,the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find Bidder's Bond for 10%in the amount of $9,839.99 which said amount is not less than 10%of the aggregate of the total bid price, as required by the Notice Inviting ELECTRONIC Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for % ", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Signature N/A N/A N/A C-2 CITY OF HUNTINGTON BEACH PARK BENCH CAFE—ROOFING AND SIDING IMPROVEMENTS CONTRACTOR BID SCHEDULE PROSPECTIVE CONTRACTOR SHALL ITEMIZE BID UTILIZING THIS SCHEDULE BASE BID Item No. Description of Work Unit Estimated Unit Price($) Total($) Quantity 1 Mobilization $ Lump Sum $ 2,867.87 $ 2,867.87 2 Demolition and Hauling(Sloped Roof) SF 1,100 $ 2.40 $ 2,640.00 3 Demolition and Hauling(Flat Roof) SF 300 $ 2.64 $ 792.00 4 Demolition and Hauling of Siding(upper SF 350 $ 2.64 $ level only) 924.00 5 Abatement(asbestos),per report. $ Lump Sum $ 34,868.99 $ 34,868.99 6Furnish and Install Siding(demo portion SF 350 $ 14.30 $ 5,005.00 7 Furnish and Install Flat Roof SF 300 $ 15.79 $ 4,735.00 8 Furnish and Install Sloped Shingle Roof SF 1,100 $ 15.79 $ 17,363.50 9 Furnish and Install Drain $ Lump Sum $ 1 ,650.00 $ 1,650.00 10 Furnish and Install Fabric Awning $ Lump Sum $ 13,940.99 $ 13,940.99 Replacement 11 Furnish and Install Facia Replacement LF 300 $ 39.60 $ 11,880.00 12 Prime and Paint Replacement Siding SF 350 $ 4.95 $ 1,732.50 (furnish and install) Total in Numbers: $ 98,399.85 Total in Words: Ninety-eight thousand three hundred ninety-nine dollars and eighty-five cents ADDITIVE BID — COST BREAKDOWN (REQUIRED) Unit Price($) Item No. Description of Work Per SF 1 Roofing Base Board Replacement $ 11.30 (this includes removal,replacement,materials,and labor) 2 Siding Replacement $ 15.62 (this includes removal,replacement,materials, and labor) 3 Painting/Priming $ 4.95 (this includes materials and labor) C-3 Note: Bidders must provide pricing for every bid item.The lump sum amount for Mobilization shall not exceed five percent (5%)of the total amount of the bid, unless the bid documents indicate otherwise. Compensation for items of work not specifically identified in these bid items shall include all labor, materials, tools, equipment, safety measures, and supervision required to complete the work to grades and dimensions shown on the Plans or staked in the field.There shall be no compensation except for the bid items specified in the Proposal. The cost of all work shown in the Plans and Specifications but not specifically identified as a bid item or described within a bid item shall be included in related bid items, and no additional compensation shall become due the Contractor. • C-4 • LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or$10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid Name and Address of State Class DIR PWC Dollar % of Item(s) Subcontractor License Registration# Amount Contract Number Karcher Environmental, Inc. C-21, 5 2300 E. Orangewood Ave 481416 C-22, 1000007940 $0.00 23% Anaheim, Ca 92806 B Riverside Awning C-61, 9,�o 10 3200 Franklin Ave 841746 D03, 1000009526 $9,144.03 Riverside, CA D28 By submission of this proposal,the Bidder certifies: • 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-5 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 6/12/25 , at Riverside , CA Date City State Joshua(Josh) Cass , being first duly sworn, deposes and says that he or she is Principal Owner of Storm Guard Construction, Inc. the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price,or that of any other bidder,or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation,partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Joshua(Josh)Cass Name of B. e i a of Bidder 7095 Jurupa Ave Suite#9, Riverside, CA 92504 Address of Bidder C-6 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the CITY OWNED BUILDING LOCATED AT 17732 GOLDENWEST STREET (dba. PARK BENCH CAFÉ) ROOFING AND SIDING IMPROVEMENTS, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term"Qualified Person"is defined in Title 8,California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. STORM GUARD CONSTRUCTION, INC. Contractor 1101 By S A (JOSH) CASS PRINCIPAL OWNER Title Date: 06/12/2025 C-7 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162,the Bidder shall complete,under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? CI Yes ® No If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-8 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. STORM GUARD CONSTRUCTION, INC. Contractor 0 By JOS A JOSH) CASS PRINCIPAL OWNER Title Date: 06/12/2025 C-9 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: JOSHUA (JOSH) CASS- STORM GUARD CONSTRUCTION, INC. Bidder Name 7095 JURUPA AVENUE Business Address RIVERSIDE, CA 92504 City, State Zip ( 951 )218-5176 JCASS@STORMGUARDCONSTRUCTION.NET Telephone Number Email Address 1064158 B & C-39 State Contractor's License No. and Class 03/11/2020 Original Date Issued 08/31/2025 Expiration Date The work site was inspected by N/A of our office on N/A , 202_. The following are persons, firms, and corporations having a principal interest in this proposal: STORM GUARD CONSTRUCTION, INC. KARCHER ENVIRONMENTAL, INC. The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise,to perfonn the contract for the proposed work and improvements in accordance with the plans and specifications set forth. STORM GUARD CONST ION, INC. Company Name Signature of Bidde JOSHUA(JOSH) ASS Printed or Typed Signature C-]0 NOTARY CERTIFICATE Subscribed and sworn to before me this 12 day of June , 2025 . 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 Riverside ) On June, 12, 2025 before me, A•iWn,✓taV l Month, Day, and Year Insert Name and Title f Notary personally appeared y OS`AV) GOLSS Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. �•• � ARMANDO SANCHEZ • �'` � Notary Public•California . }q�y Commission k 2384549 `+�.o.•' My Comm.Expires Nov 25,2025 17:4,31).: Riverside County ! Signature Signature of Notary Public (PLACE NOTARY SEAL ABOVE) C-11 Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of {Describe specific work and experience necessary for project. For example, "Sanitary sewer line installation of at least of 1,000 of 8-inch and greater in public right- of-way. Sanitary sewer lift stations of similar size, project work within public streets, an area containing high ground water and pipeline construction in high ground water regions with trench depths of 8-feet to the invert."}. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names,address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: 1. Patton State Hospital 3102 E. Highland Ave, Patton, CA 92369 Name and Address of Public Agency Name and Telephone No. of Project Manager: Ramon De Haro (909) 534-5920 $256,000.00 Roofing and Siding 01/2025 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 2. City of Perris 101 N. D Street, Perris, CA 92570 Name and Address of Public Agency Name and Telephone No. of Project Manager: Liset Hernandez (951) 442-2071 $256,000.00 Roofing and Siding 01/2025 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 3. Lockheed Martin 17452 Wheeler Rd. Helendale, CA 92342 Name and Address of Public Agency Name and Telephone No. of Project Manager: Marie (661) 572-0759 $273,167.00 Siding 4/23/2025 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Storm Guard Construction, Inc. specialize in roofing, restoration, commercial tenant improvements, historical renovations, and grocery store remodeling/expansions C-12 , C-13 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions,please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1. Joshua (Josh) Cass Name of proposed Project Manager Telephone No. of proposed Project Manager: 951.218.5176 Maruchan $1,252,000.00 Painting, Framing and Drywall 3/22/2025 Project Name& Contract Amount Type of Work Date Completed 99 Ranch Market $625,00.00 Roofing 3/22/2025 Project Name& Contract Amount Type of Work Date Completed ABC Supply $125,000.00 Siding 3/22/2025 Project Name & Contract Amount Type of Work Date Completed 2. STEVE GARCIA Name of proposed Superintendent Telephone No. of proposed Superintendent: 951.977.0814 City of Perris $130,000.00 Roofing 5/8/2024 Project Name& Contract Amount Type of Work Date Completed Lockheed $273,167.00 Siding 4/23/2024 Project Name& Contract Amount Type of Work Date Completed Patton Hospital $256,000.00 Painting, Framing and Drywall 01/2025 Project Name& Contract Amount Type of Work Date Completed C-14 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854(citing Labor Code Section 1771.1(a)),passed by the California State Senate on June 20,2014,established a new public works Contractor Registration Program,which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR). Currently the annual non-refundable registration fee for Contractors is $400. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 https://www.dir.ca.gov/public-works/PublicWorksSB854.html DIR's Contractor Registration Link—Call (844) 522-6734 https://www.dir.ca.gov/public-works/contractor-registration.html DIR's Contractor Registration searchable database: https://cadir.secure.force.com/ContractorSearch I am aware and will comply with the provisions of Labor Code Section 1771.1(a)which states: "A contractor or subcontractor shall not be qualified to bid on,be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code,provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid. STORM GUARD ONSTRUCTION, INC. Contractor By JOSHU (J ) CASS JCASS@STORMGUARDCONSTRUCTION.NET Email PRINCIPAL/OWNER Title Date:06/12/2025 PWC Registration #: 1001029916 C-15 Bond Number: ORB B310296 Bid Bond CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and principalplace of business) STORM GUARD CONSTRUCTION INC Old Republic Surety Company 2245 VIA CERRO 445 S.Moorland Road,Suite 200 This document has important legal • RIVERSIDE,CA 92509 Brookfield,WI 53005 consequences.Consultation with an attorney is encouraged with OWNER: respect to its completion or (Name,legal status and address) modification. City of Huntington Beach Any singular reference to 2000 Main Street Contractor,Surety,Owner or Huntington Beach,CA 92648 other party shall be considered BOND AMOUNT: plural where applicable. NOT TO EXCEED Ten Thousand and 00/100 (10,000.00 )Dollars PROJECT: (Name,location or address,and Project number,if my) City-Owned Building(dba.Park Bench Cafe)Roofing and Siding Improvements Project Number,if any:CC-1789 17732 Goldenwest Street,Huntington Beach,CA 92647 The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor • within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 13th day of June 2025 STORM GUA NST CTION INC (Principal) (Seal) •, ; 0 • * re-Republic Surety Company urefy) lak everly (Seal) • Attorney In Fact • - (Title) By arrangement with the American Institute of Architects, the National Association of Surety Bond 1 Producers(NASBP)(www.nasbp.org)makes this form document available to its members,affiliates,and •NAS a P• associates in 1Vficrosoft Word format for use in the regular course of surety business.NASBP vouches that the original text of this document conforms exactly to the text in AIA Document A310-2010,Bid Bond. Subsequent modifications may be made to the original text of this document by users,so careful review of its wording and consultation with an attorney are encouraged before its completion,execution or acceptance. • ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Sacramento On June 13, 2025 before me, David M. Neeley, Notary Public (insert name and title of the officer) personally appeared Blake Beverly who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. a.>� DAVID M.NEELEY WITNESS my hand and official seal. Notary Public California �� _ 1�4�_ Sacramento County r Commission;2389312 o+,,.pRM My Comm.Expires Jan 3,2026 Signature V..J A TS (Seal) r 14 OLD.REPUBLIC BLIC {:. {1 Y CO: ANY ,,,.. POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That OLD REPUBLIC SURETY COMPANY,a Wisconsin stock Insurance corporation,does make,constitute and appoint: Jacob Ellen,James Drake,David Neeley,Blake Beverly,Jesse Newborn iII,Maureen Hallett of Sacramento, CA its true and lawful Attomey(s)-in-Fact,with full power and authority for and on behalf of the company as surety,to execute and deliver and affix the seal of the company thereto(if a seal is required),bonds,undertakings, recognizances or other written obligations in the nature thereof, (other than ball bonds,bank depository bonds,mortgage deficiency bonds, mortgage guaranty bonds, guarantees of Installment paper and note guaranty bonds, self-Insurance workers compensation bonds guaranteeing payment of benefits, or black lung bonds),as follows: ALL WRITTEN INSTRUMENTS and to bind OLD REPUBLIC SURETY COMPANY thereby,and all of the acts of said Attorneys-in-Fact,pursuant to these presents,are ratified and confirmed. This appointment is made under and by authority of the board of directors at a special meeting held on February 18,1982. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18,1982. RESOLVED that,the president, any vice-president or assistant vice president, in conjunction with the secretary or any assistant secretary, may appoint attorneys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case,for and on behalf of the company to execute and deliver and affix the seal of the company to bonds,undertakings,recognizances,and suretyship obligations of all kinds;and said officers may remove any such attorney-in-fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER,that any bond,undertaking,recognizance,or suretyship obligation shall be valid and binding upon the Company (I) when signed by the president,any vice president or assistant vice president,and attested and sealed(if a seal be required)by any secretary or assistant secretary;or (ii) when signed by the president,any vice president or assistant vice president,secretary or assistant secretary,and countersigned and sealed(if a seal be required)by a duly authorized attorney-In-fact or agent;or (iii) when duly executed and sealed (if a seal be required) by one or more attorneys-in-fact or agents pursuant to and within the limits of the authority evidenced by the Power of Attorney Issued by the company to such person or persons. RESOLVED FURTHER that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship obligations of the company;and such i signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer,and its corporate seal to be affixed this 18th day of September 2024 vv os fsuw""'ryw,, OLD REPUBLIC SURETY COMPANY , s. '"i SEAL a l 4 14. -----4 Ass lent Secrete. _ 4y • President '"µ+,Ill*1,,,,,,P` STATE OF WISCONSIN,COUNTY OF WAUKESHA-SS On this 18th day of September 2024 ,personally came before me, Alan Pavlic and Karen J Haffner to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the above instrument,and they each acknowledged the execution of the same,and being by me duly sworn,did severally depose and say:that they are the said officers of the corporation aforesaid,and that the seal affixed to the above instrument is the seal of the corporation,and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. r— (17�YVYn�y i c My Commission Expires: September 28.2026 CERTIFICATE `�.�r,'"s"- ,�� (Expiration of notary's commission does not invalidate this instrument) I,the undersigned,assistant secretary of thespLes,InPUBL-lC`StiIREyY COMPANY,a Wisconsin corporation,CERTIFY that the foregoing and attached Power of Attorney remains in full force and hasziroaceitsektakeiOnd f irtijemtore,that the Resolutions of the board of directors set forth In the Power of Attorney,are now in force. �u�u ;,._ " _..��� o'Pe� +ry s% . .r ti^% ' .�y� = June 2025 31 1033 9 SEAL '>e Sliti,E .`and.....sealed at the CitEi583rookfield,WI this day of . IS ORSC22262( 1 ) .. . ...lSI° California Contractors ins