Loading...
HomeMy WebLinkAboutA8460 - LEONIDA BUILDERS, INC.Recording Requested By: City of Palm Springs When Recorded Mail To: Name Anthony J. Mejia, City Clerk Street Address 3200 E. Tahquitz Canyon Way City 8 State Palm Springs, CA 92262 NOTICE IS HEREBY GIVEN THAT: 2021-0052781 01/27/2021 09:04 AM Fee: $ 0.00 Page 1 of 2 Recorded in official Records County of Riverside Peter Aldana Assessor�Countyl Clerk —Recorder SPACE ABOVE THIS LINE FOR RECORDERS USE NOTICE OF COMPLETION (CA Civil Code §§ 8180-8190, 8100-8118, 9200-9208) 778 The undersigned is an owner of an interest of estate in the hereinafter described real property, the nature of which interest or estate is: Fee (e.g. fee, leasehold, joint tenancy, etc.) 2. The full name and address of the undersigned owner or reputed owner and of all co -owners or reputed co -owners are: Name Street and No. City State City of Palm Springs 3200 E. Tahquitz Canyon Way Palm CA 92262 3. The name and address of the direct contractor for the work of improvement as a whole is: Leonida Builders, Inc. -13851 Santa Ana Ave, Fontana, CA 92337 4. This notice is given for (check one): 0 Completion of the work of improvement as a whole. ❑ Completion of a contract for a particular portion of the work of improvement (per CA Civ. Code § 8186). 5. If this notice is given only of completion of a contract for a particular portion of the work of improvement (as provided in CA Civ. Code § 8186), the name and address of the direct contractor under that contract is: Not Applicable 6. The name and address of the construction lender, if any, is: Not Applicable 7. On the 20th day of August 20 20 , there was completed upon the herein described property a work of improvement as a whole (or a particular portion of the work of improvement as provided in CA Civ. Code § 8186) a general description of the work provided: City Project 16-02, Welwood Court Yard Improvement Project 8. The real property herein referred to is situated in the City of Palm Springs County of Riverside State of California, and is described as follows: Welwood Court Yard Improvement Project 9. The street address of said property is: 100 S Palm Canyon Dr, Palm Springs, CA 92262 10. If this Notice of Completion is signed by the owner's successor in interest, the name and address of the successor's transferor is: Not applicable I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Date: ��� O By: Signature of Owner or Owner's Authorized Agent Joel Montalvo/City Engineer City of Palm Springs Pagel of 2 VERIFICATION 1, Joel Montalvo , state: I am the City Engineer ^ ("Owner", "President", "Authorized Agent", "Partner", etc.) of the Owner identified in the foregoing Notice of Completion. I have read said Notice of Completion and know the contents thereof; the same is true of my own knowledge. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on // —/ s! Z& 7e (date), at Palm Springs (city), CA_(State). ANTHONY JOSEPH MEJIA Notary Public - California Los Angeles County = = Commission # 2197083 My Comm. Expires Jun 10, 2021 Signature of Owner or Owner's Authorized Agent Joel Montalvo, City Engineer City of Palm Springs PROOF OF SERVICE DECLAPUMON STATE OF CALIFORNIA COUNTY OF 9—:% j e r::,k On 19, . 20 s;�-1 (date), before me, se r t, Me , Notary Public (name and title of officer) personally appeared who proved to me on the basis of satisfactory evidence to be the personal, -whose name(*y b-:w,— subscribed to the within instrument and acknowledged to me that&shemT.Texecuted the same in �ii ho;A4ei authorized capacity(jW, and that by ac9464 signature(5)-on the instrument the perso�A or the entity upon behalf of which thperso!l&. acted, executed the instrument. I certify under PENALTY OF PURJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. Page 2 of 2 ' nature CONTRACT ABSTRACT 2 Originals: Contract Change Order No. 1 Contract Company Name: Leonida Builders, Inc. Company Contact: Panagiotis Leonida Summary of Services: CP 16-02, Welwood Library Improvements Contract Price: $269,255.00 (including this CCO #1 for-$10,800.00) Funding Source: 151-2752-51036; 261-1395-65224 Contract Term: To be determined by the Notice to Proceed Contract Administration Lead Department: Development Services - Engineering Division Contract Administrator: Joel Montalvo/Francisco Jaime Contract Approvals Council Approval: January 9, 2020, Item I.C. Contract Change Order # 1: TBD Resolution Number: N/A Agreement Number: A8460 Contract Compliance Exhibits: On file Signatures: Attached Insurance: On file Bonds: On file Contract Prepared By: Engineering Division Submitted on: 11/03/2020 Pt h E1 Inc—, S 5 Pt "'--V D in By: Vonda Teed O� QpLM sA! N CITY OF PALM SPRINGS • CONTRACT CHANGE ORDER City Project No. 16-02 Welwood Library gt�FORN� Courtyard Improvements — Bid Schedule "A" Contract Change Order Number: 1 Date: October 19, 2020 Contractor: Leonida Builders, Inc. CONTRACT CHANGE ORDER SUMMARY This Contract Change Order No. 1 provides for contract quantity adjustments for bid schedules as indicated below. CONTRACT CHANGE ORDER COST Item No. DESCRIPTION UNIT AMOUNT 18 5 Gallon Shrub LS $-150 24 Weed Abatement LS $-1,500 28 Field Allowance LS $-9,150 Total Change Order Amount: $-10,800 REASON FOR CHANGES: This is a deductive change order in the amount of $-10,800, and represents a final balancing of construction quantities and costs. CHANGES TO CONTRACT TIME: 15 days for additional work. Deemed Substantially Complete on August 20, 2020. Source of Funds: All project credits shall be returned to funding account No. 261-1395-65224. Summary of Costs: Original Contract Amount: $280,055 Start Date: 05/11/2020 Previous Change Order Amount: 0 Previous Days Added: 5 This Change Order Amount: -10 800 Days Added: 15 Revised Contract Amount: $269,255 Revised Completion: 08/17/2020 I have received a copy of this Change Order a %he above AGREED PRICES are ac eptable to Leonida Builders. Inc. / Signature "Panikos Leonida, Owner Date City of Palm Springs Recommended Bv: Joel Montalvo, City Engineer Date Page 1 of 2 2 A Recommended Bv: N David H. Ready, City Manager Attest Bv: AntKony Mejia City Distribution: Original Conformed Copy: Contractor (1) City Clerk (1) Conformed - File CODv: Engineering Pay File City Project File Purchasing Finance Date 11 /ZeZP Date Page 2 of 2 * t AGREEMENT (CONSTRUCTION CONTRACT) THIS AGREEMENT made this 23rd day of January , 2020, by and between the City of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and Leonida Builders, Inc., a California Corporation, hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 --THE WORK For and in consideration of the payments and agreements to be made and performed by City, Contractor agrees to furnish all materials and perform all work required to complete the Work as specified in the Contract Documents, and as generally indicated under the Bid Schedule(s) for the Project entitled: WELWOOD LIBRARY IMPROVEMENTS CITY PROJECT NO. 16-02 The Work comprises the Welwood Library courtyard improvements consisting of irrigation, landscape planting, courtyard seatwall, metal gate frames, hardscape with ADA improvements, drainage and an ac unit screen. Contractor to furnishing all materials, equipment, tools, labor and incidentals as required by the Plans, Specifications and Construction Documents. ARTICLE 2 --COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor shall pay the City the sum specified in Section 6-9 of the Special Provisions for each calendar day that expires after the time specified in Article 2, herein. In executing the Agreement, the Contractor acknowledges it has reviewed the provisions of the Standard Specifications, as modified herein, related to liquidated damages, and has made itself aware of the actual loss incurred by the City due to the inability to complete the Work within the time specified in the Notice to Proceed. Termination Prior to Expiration of Term. City may terminate this Agreement for its convenience at any time, without cause, in whole or in part, upon giving Contractor written PROJECT NAME:WELWOOD LIBRARY IMPROVEMENTS AGREEMENT FORM CITY PROJECT NO.:16-02 AGREEMENT AND BONDS-PAGE 1 DATE:DECEMBER 2019 notice, pursuant to Section 6-8 of the Special Provisions. Where termination is due to the fault of Contractor and constitutes an immediate danger to health, safety, and general welfare, the period of notice shall be such shorter time as may be determined by the City. Upon such notice,'City shall pay Contractor for Services performed through the date of termination in accordance with the Contract Documents. Upon receipt of such notice, Contractor shall immediately cease all work under this Agreement, unless stated otherwise in the notice or by written authorization of the Contract Officer. After such notice, Contractor shall have no further claims against the City under this Agreement. Upon termination of the Agreement under this section, Contractor shall submit to the City an invoice for work and services performed prior to the date of termination. ARTICLE 3 --CONTRACT PRICE The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid Proposal and Bid Schedule(s), and any duly authorized Construction Contract Change Orders approved by the City. The amount of the initial contract award in accordance with the Contractor's Bid Proposal is Two Hundred Eighty Thousand Fifty-Five Dollars and Zero Cents ($280,055.00) — Base Bid Schedule A, Alternative Bid Schedule B, and Alternative Bid Schedule C. Contractor agrees to receive and accept the prices set forth herein, as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of the Work during its progress or prior to its acceptance including those for well and faithfully completing the Work and the whole thereof in the manner and time specified in the Contract Documents; and, also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the Work, suspension of discontinuance of the Work, and all other unknowns or risks of any description connected with the Work. ARTICLE 4 --THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List of Subcontractors, Local Business Preference Program — Good Faith Efforts, Non- Discrimination Certification, Non-Collusion Declaration, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings,Addenda issued during bidding (if any), and all Construction Contract Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. PROJECT NAME:WELWOOD LIBRARY IMPROVEMENTS AGREEMENT FORM CITY PROJECT NO.:16-02 AGREEMENT AND BONDS-PAGE 2 DATE:DECEMBER 2019 L ; ARTICLE 5 -- MUTUAL OBLIGATIONS For and in consideration of the payments and agreements to be made and performed by the City, the Contractor agrees to furnish all materials and perform all work required for the above stated project, and to fulfill all other obligations as set forth in the aforesaid Contract Documents. City hereby agrees to employ, and does hereby employ, Contractor to provide the materials, complete the Work, and fulfill the obligations according to the terms and conditions herein contained and referred to, for the Contract Price herein identified, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Contract Documents. Contractor specifically acknowledges and agrees to be bound by the Wage Rates and Labor Code requirements specified in the Contract Documents, including the requirement to furnish electronic certified payroll records directly to the Labor Commissioner (via the Division of Labor Standards Enforcement), and shall pay the general prevailing rate of per diem wages as determined by the Director of the Department of Industrial Relations of the State of California. ARTICLE 6 -- PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the City Engineer as provided in the Contract Documents. ARTICLE 7 -- NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice between the parties, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice. ARTICLE 8 -- INDEMNIFICATION The Contractor agrees to indemnify and hold harmless the City, and all of its officers and agents from any claims, demands, or causes of action, including related expenses, attorney's fees, and costs, based on, arising out of, or in any way related to the Work undertaken by the Contractor hereunder. This Article 8 incorporates the provisions of Section 7-15 "Indemnification," of the Special Provisions, which are hereby referenced and made a part hereof. Prevailing Wages. Contractor agrees to fully comply with all applicable federal and state labor laws including, without limitation California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 16000, et seq. ("Prevailing Wage Laws"). Contractor shall bear all risks of payment or non-payment of prevailing wages under California law, and Contractor hereby agrees to defend, indemnify, and hold the City, its officials, officers, employees, agents and volunteers, free PROJECT NAME:WELWOOD LIBRARY IMPROVEMENTS AGREEMENT FORM CITY PROJECT NO.:16-02 AGREEMENT AND BONDS-PAGE 3 DATE:DECEMBER 2019 and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. ARTICLE 9 -- NON-DISCRIMINATION In connection with its performance under this Agreement, Contractor shall not discriminate against any employee or applicant for employment because of actual or perceived race, religion, color, sex, age, marital status, ancestry, national origin (i.e., place of origin, immigration status, cultural or linguistic characteristics, or ethnicity), sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition (each a "prohibited basis"). Contractor shall ensure that applicants are employed, and that employees are treated during their employment, without regard to any prohibited basis. As a condition precedent to City's lawful capacity to enter this Agreement, and in executing this Agreement, Contractor certifies that its actions and omissions hereunder shall not incorporate any discrimination arising from or related to any prohibited basis in any Contractor activity, including but not limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship; and further, that Contractor is in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040, including without limitation the provision of benefits, relating to non-discrimination in city contracting. ARTICLE 10 --MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications and the Special Provisions will have the meanings indicated in said Standard Specifications and the Special Provisions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. SIGNATURES ON NEXT PAGE PROJECT NAME:WELWOOD LIBRARY IMPROVEMENTS AGREEMENT FORM CITY PROJECT NO.:16-02, AGREEMENT AND BONDS-PAGE 4 DATE:DECEMBER 2019 IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. CITY OF PALM SPRINGS, APPROVED BY THE CITY COUNCIL: CALIFORNIA Date y D BY - David H. Ready, n City Manager Agreement No. ttx ATTEST: APPROVED BY BY CITY COUNCIL By Ic Anth J. M ia, M City Clerk APPROVED AS TO FORM: By Je rey S: Ba inger, City Attorney RECOMMENDED: ay Marcus L. Fuller, P.E., P.L.S. Assistant City Manager/City Engineer PROJECT NAME:WELWOOD LIBRARY IMPROVEMENTS AGREEMENT FORM CITY PROJECT NO.:16-02 AGREEMENT AND BONDS-PAGE 5 DATE:DECEMBER 2019 CONTRACTOR By: Leonida Builders, Inc., a California Corporation Firm/Company Name .. By: By: Signature (notarized) Ignature (notarized) Name: Panagiotis Leonida Name:Panagiotis Leonida �, Title: President, Secretary&Treasurer Title: President, Secretary&Treasurer 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. (This Agreement must be signed in the above (This Agreement must be signed in the above space space by one having authority to bind the by one having authority to bind the Contractor to the Contractor to the terms of the Agreement.) terms of the Agreement.) State of QgI rritoi State of rkh rrrtN County of yditl t 61 140 )ss County of $rnh ' ttalr Ir O ss On IMIRAIN PZ ? I US-0 On [Ay)tWN 23 jU7-0 before e, I Him .O land NoW fliHibefoWme, o No a R c personally appeared bs W 46 personally appeared 9�G1nGl�A1� S WTI-AA who proved to me oA the asis of satisfactory who proved to me on the basis of satisfactory evidence to be the person whose name evidence to be the perso%"hose nameXLI/ate subscribed to the within instrument and subscribed to the within instrument and acknowledged to me tha /s;e/tVey executed the acknowledged to me that s executed the same In hi /ly r/taut orized capacit le , and same i h' /Pd'r/therr authorized capacit ie , and that b / er/fir signatures�<on the instrument that by I /�e(/t—Vir signaturesn the instrument the perso or the entity upon behalf of which the the personfs or the entity upon behalf of which the person ) acted, executed the instrument. person acted, executed the instrument. I certify under PENALTY OF PERJURY under the I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing laws of the State of California that the foregoing paragraph is true and correct. paragraph is true and correct. WITNESS my hand and official seal. WITNESS my hand and official eal. Notary Signature: Notary Signature: Notary Seal: *#* Notary Seal: *41� KELLY YANIRA ORELLANA KELLY YANIRA ORELLANA Notary Public California aMy Notary Public-California Los Angeles County > Los Angeles County Commission N 2289476 Commission#2289476 My Comm.Expires May 20,2023 Comm.Expires May 20,2023 PROJECT NAME:WELWOOD LIBRARY IMPROVEMENTS AGREEMENT FORM CITY PROJECT NO.:16-02 AGREEMENT AND BONDS—PAGE 6 DATE:DECEMBER 2019 ' Js WORKER'S COMPENSATION CERTIFICATE (AS REQUIRED BY SECTION 1861 OF THE CALIFORNIA LABOR CODE) I am aware of the provisions of Section 3700 of the California 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 said Code, and I will comply with such provisions before commencing the performance of the Work of this Contract. ` ,,4S,i4l1119J! " � Leonida Builders, Inc. Contractor By Panagiotis Leonida Title President, Secretary &Treasurers"�, PROJECT NAME:WELWOOD LIBRARY IMPROVEMENTS WORKER'S COMPENSATION CERTIFICATE CITY PROJECT NO.:16-02 AGREEMENT AND BONDS-PAGE 7 DATE:DECEMBER 2019 EXECUTED IN 1 ORIGINAL COUNTERPART BOND NUMBER:3224853 PERFORMANCE BOND—PUBLIC WORKS KNOW ALL MEN BY THESE PRESENTS, WHEREAS, the City of Palm Springs, a charter city, organized and existing in the County of Riverside, California, as Obligee, (hereinafter referred to as the "City"), has awarded to the undersigned Contractor, (hereinafter referred to as the "Contractor"), an agreement for the work described as follows: WELWOOD LIBRARY IMPROVEMENTS CITY PROJECT NO. 16-02 (hereinafter referred to as the "Public Work"); and WHEREAS, the work to be performed by the Contractor is more particularly set forth in that certain Agreement (Construction Contract) for the said Public Work awarded to the Contractor and approved by the City for the Project hereinabove named, (hereinafter referred to as the"Contract"), which Contract is incorporated herein by this reference; and WHEREAS,the Contractor is required by said Contract to perform the terms thereof, and to provide a bond both for the performance and guaranty thereof. NOW, THEREFORE, we, the undersigned Contractor, as Principal, and: GREAT AMERICAN INSURANCE COMPANY a corporation organized and existing under the laws of the State of OHIO and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto the City in the sum of TwO HUNDRED EIGHTY THOUSAND FIFTY FIVE&00/100 Dollars ($280,055.00 ), said sum being not less than 100 percent of the total amount payable by the City under the terms to the said Contract, for which amount well and truly to be made,we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the bounden Contractor, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the said Contract and any alteration thereof made as therein provided, on his or its parts, to be kept and performed at the time and in the manner therein specified, and in all respects according to their intent and meaning; and shall faithfully fulfill the one year guarantee of all materials and workmanship; and indemnify and save harmless the City, its officers and agents, as stipulated in said Contract, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. The said Surety,for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Contract or to the work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration of addition to the terms of the Contract, or to the Public Work or to the Specifications. No final settlement between the City and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROJECT NAME:WELWOOD LIBRARY IMPROVEMENTS PERFORMANCE BOND CITY PROJECT NO.:16-02 AGREEMENT AND BONDS-PAGE S DATE:DECEMBER 2019 PERFORMANCE BOND—PUBLIC WORKS (CONTINUED) Contractor and Surety agree that if the City is required to engage the services of an attorney in connection with enforcement of the bond, each shall pay City's reasonable attorney's fees incurred, with or without suit, in addition to the above sum. SIGNED AND SEALED, this 20TH day Of JANUARY 2020 • CONTRACTOR: LEONIDA BUILDERS,INC. Check one: individual,_partnership, X corporation (This Performance Bond must be signed by representatives and/or officers having appropriate authority to bind the Contractor and Surety to the terms of the Performance Bond.) CONTRACTOR: SURETY: By: By s. signature signatufg (NOTARIZED) (NOTARIZED) Print Name and Title: Print Name and Title: ` KEVIN VEGA,ATTORNEY-in-FACT Panagiotis Leonida President,Secretary and Treasurer By: � r signature _ (NOTARIZED) v Print Name and Title: Panagiotis Leonida President,Secretary and Treasurer =y By submitting this Performance Bond, the Contractor and Surety acknowledge the provisions of the Contract Documents with regard to Section 6-4 "Default by the Contractor", as further amended by the Special Provisions. PROJECT NAME:WELWOOD LIBRARY IMPROVEMENTS PERFORMANCE BOND CITY PROJECT NO.:16-02 AGREEMENT AND BONDS-PAGE 9 DATE:DECEMBER 2019 PERFORMANCE BOND-PUBLIC WORKS (CONTINUED) The rate of premium on this bond is $14.40 perthousand. The total amount of premium charged: $4,033.00 (The above must be filled in by corporate surety). IMPORTANT: Surety companies executing bonds must possess a certificate of authority from the California Insurance Commissioner authorizing them to write surety insurance defined in Section 105 of the California Insurance Code, 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) GREAT AMERICAN INSURANCE COMPANY 750 THE CITY DRIVE SOUTH#470 ORANGE,CA 92868 (Name and Address of Agent or C&D BONDING&INSURANCE SERVICES Representative for service of process in California if 534 E.BADILLO ST. different from above) COVINA,CA 91723 (Telephone Number of Surety and AGENT:626-859-1000 Agent or Representative for service of process in California) SURETY:714-740-3117 PROJECT NAME:WELWOOD LIBRARY IMPROVEMENTS PERFORMANCE BOND CITY PROJECT NO.:16-02 AGREEMENT AND BONDS-PAGE 10 DATE:DECEMBER 2019 PERFORMANCE BOND—PUBLIC WORKS (CONTINUED) 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 to Nev rn I or , County of �,?n & l7, r"/',�v p/ On a 2� �O before me, K014 �an'm O rI ll iQh6i ry 1i Dat gg Nam , Title of Officer personally appeared a `s L� NAME(S) OF SIGNER(S) who proved to me on the basis of satisfa�ctQry evidence to be the person whose name( `I ! e subscribed to the within instrument and acknowledged to me that/i SV/tl ey executed the same it hZr/their au{ho—rized capaci e , and that by Q1*'qWir signatures(s) on the instrum nt the personfs�!or the entity upon behalf of which the person acted, executed instrument. I certify under PENALTY OF PERJURY under the laws of the State identified herein, that the foregoing paragraph is true and correct. Witness my hand and official seal, KELLY YANIRA 0RELLANA Notary Public-California e of Notary z -s' Los Angeles County > Commission.M 2289476 My Comm.Expires May 20,2023 ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent attachment of this certificate to unauthorized document. THIS CERTIFICATE Title or Type of Document MUST BE ATTACHED TO THE DOCUMENT Number of Pages jj_DATE of DOCUMENT n �� DESCRIBED AT RIGHT: Signer(s) Other Than Named Above PROJECT NAME:WELWOOD LIBRARY IMPROVEMENTS PERFORMANCE BOND CITY PROJECT NO.:16-02 AGREEMENT AND BONDS-PAGE 11 DATE:DECEMBER 2019 GREAT AMERICAN INSURANCE COMPANYO Administrative Office: 301 E 4TH STREET • CINCINNATI,OHIO 45202 • 513-369.5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than FOUR No,0 20974 POWER OFATTORNEY KNOWALL,MEN BYTHESE PRESENTS:'ITtnt tile ORE ATAMERICAN INSURANCE COMPANY,a corporation organized and existing under and by virtue of the laws of the State of Ohio,does hereby nominate,constitute and appoint the person or persons named below,each individually if more than one is named,its true and lawful attorney-in-flict,for it and in its nalne,place and stead to execute on behalf of(he said Company,as surety,any and all bonds, undertakings and contracts of suretyship,or other Witten obligations in the nature thereof;provided that the liability of the said Company oil any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit staled below Name Address Limit of Power PHILIP E,VEGA ALL OF ALL KEVIN VEGA COVINA,CALIFORNIA S10010001000 BRITTON CHRISTIANSEN MYRNA F.SMITH This Power of Attorney revokes all previous powers issued on behall'oftile attomey(s)-ht-fact named above, IN WITNESS WHEREOF the GREATAMEWCAN INSURANCE COMPANY has caused these presents to be sigued and attested by its appropriate officers and its corporate sent hereunto nlfixed this 29TH day of NOVEMBER 1 2017 Attest GREATAMERICAN INSURANCE COMPANY A44 afro: 1 AsslvunfSecretnry` Ult`lslomt ti�ulor Vice Preshleut STATE OF OHIO,COUNTY OF HAMILTON-ss: DAV!D0.KrroH:N(877-377-240e) On this 29TH day of NOVEMBER 2017 ,before nee personally appeared DAVID C. KITCHIN, to we known,being duly swom,deposes and says that he resides in Cincinnati,Ohio,that lie is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company,file Company described in and which executed the above instrument;that he knows the seal of the said Company:that the scat nftxed to the said instrument is such corporate seal:that it was so affixed by authority of his office wider the By-Laws of said Company,and that he signed his nnnie[hereto by like authority. This Power ofAttomey is granted by authority of the following resolutions adopted by the Board of Directors ofOreatAmerican Insurance Company by unanimous written consent dated June 9,2008, RESOLVED: That the Divislaral President,the several Divisional Senior Vlce Presidents,Divisional Vice Presidents and Divisonal Assistant Vice Presidents,ar any one of therm,be and hereby is authorized,from time to thne,to appoint one o,more Attorneys-in-!'act to execute at behalf of due Connpam: as surely;any and all bonds,undertakings and contracts of stweryship,ar other written obligations in the nahwe!hereof,•to prescribe their respective duties and the respective limits of their authority;and to revoke any sttch appolnintent al any tune. RESOl,NF.D I URTHF,R: That the Company seal and the signature of any of the aforesaid o611cers and any Secretary o Assistant Secretary of fire Coatpan}`nngl,be a,Jfieed by facsiaile to any power of attorney or cerlificale of eiNher given for tlne evecullon of any bond, underlaking.cottlract of strrelysllip, or other:written obligation in the nature thereof,such signatuure and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company,to be valid and binding upon the Company with the same force and effect as though mmutally creed. CERTiFICA711O1N I,STEPI lEN C.BERAHA,Assistant Secretary ofGreat American Insurance Company,do hereby certify that the foregoing Power ofAttontey and the Resolutions of(he Board of Directors of June 9,2008 have not been revoked mud are now in full force and effect. Signed and sealed this 20th day of January 2020 Aesinoa Secretary - 51029AF(06/15) 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 LOS ANGELES ) On 01/20/2020 before me, PHILIP VEGA, NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared Kevin Vega,Attorney-in-Fact Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the persons whose nameN Wane subscribed to the within instrument and acknowledged to me that he/sf;e/fTT executed the same in his/PtTWtheir authorized capacity(bsL and that by his/1-IeWthei4 signatureN on the instrument the personN , or the entity upon behalf of which the personal acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official se s� oFFj, PHILIP VEGA ` PAb Comm.# 2152121 N Signature N = $ NOTARY PUBLIC-CALIFORNIA r Signature O otary Public " LOS ANGELES COUNTY MY comm.ExP.MAY 3a� 1 � 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: ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 EXECUTED IN 1 ORIGINAL COUNTERPART BOND NUMBER:3224853 PAYMENT BOND—PUBLIC WORKS KNOW ALL MEN BY THESE PRESENTS, WHEREAS, the City of Palm Springs, a charter city, organized and existing in the County of Riverside, California, as Obligee, (hereinafter referred to as the"City"), has awarded to the undersigned Contractor, (hereinafter referred to as the "Contractor"), an agreement for the work described as follows: WELWOOD LIBRARY IMPROVEMENTS CITY PROJECT NO. 16-02 (hereinafter referred to as the "Public Work"); and WHEREAS, the work to be performed by the Contractor is more particularly set forth in that certain Agreement(Construction Contract) for the said Public Work awarded to the Contractor and approved by the City for the Project hereinabove named, (hereinafter referred to as the "Contract"), which Contract is incorporated herein by this reference; and WHEREAS, said Contractor is required to furnish a bond in connection with said Contract and pursuant to Section 9550 of the California Civil Code. NOW, THEREFORE, we, the undersigned Contractor, as Principal, and: GREAT AMERICAN INSURANCE COMPANY a corporation organized and existing under the laws of the State of OHIO and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto the City, and to any and all persons, companies, or corporations entitled to file stop payment notices under Section 9100 of the California Civil Code, in the sum of TWO HUNDRED EIGHTY THOUSAND FIFTY FIVE&001100 Dollars ($280,055.00 said sum being not less than 100 percent of the total amount payable by the City under the terms to the said Contract, for which amount well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if said Contractor, his or its heirs, executors, administrators, successors, or assigns, or Subcontractors, shall fail to pay for any materials, provisions or other supplies,implements, machinery, or power used in, upon,for, or about the performance of the Public Work contracted to be done, or to pay any person for any work or labor of any kind, or for bestowing skills or other necessary services thereon, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of paid Contractor and his Subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor as required by the provisions of Sections 9550 through 9560 of the Civil Code, the Surety or Sureties hereon will pay for the same in an amount not exceeding the sum specified in this bond, otherwise the above obligation shall be void. In addition to the provisions herein above, it is agreed that this bond will inure to the benefit of any and all persons, companies, and corporations entitled to serve stop payment notices under Section 9100 of the Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond. PROJECT NAME:WELWOOD LIBRARY IMPROVEMENTS PAYMENT BOND CITY PROJECT NO.:16-02 AGREEMENT AND BONDS-PAGE 12 DATE:DECEMBER 2019 - PAYMENT BOND—PUBLIC WORKS (CONTINUED) The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or additions to the terms of the said Contract or to the work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration, or addition to the terms of the Contract or to the work or to the Specifications. No final settlement between the City and the Contractor hereunder shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. Contractor and Surety, an admitted surety insurer, further agree that if the City or any entity or person entitled to file stop payment notices is required to engage the services of an attorney in connection with the enforcement of this bond, each shall be liable for the reasonable attorney's fees incurred, with or without suit, in addition to the above sum. SIGNED AND SEALED, this 20TH day of JANUARY 2020 CONTRACTOR: LEONIDA BUILDERS,INC. Check one: individual, _partnership, X corporation (This Payment Bond must be signed by representatives and/or officers having appropriate authority to bind the Contractor and Surety to the terms of the Payment Bond.) EXECUTED FOR THE CONTRACTOR: EXECUTED FOR THE SURETY: By: By `\ signature signat — (NOTARIZED) (NOTARIZED) Print Name and Title: Print Name and Title; Panagiotis Leonida President, Secretary and Treasurer KEVIN VEGA,ATTORNEY-in-FACT By: signature (NOTARIZED) �:-�"• 1. Print Name and Title: Panagiotis Leonida President, Secretary and Treasurer PROJECT NAME:WELWOOD LIBRARY IMPROVEMENTS PAYMENTBOND CITY PROJECT NO.:16-02 AGREEMENT AND BONDS-PAGE 13 DATE:DECEMBER 2019 PAYMENT BOND—PUBLIC WORKS (CONTINUED) The rate of premium on this bond is $ " per thousand. The total amount of premium charged: $' (The above must be filled in by corporate surety). IMPORTANT: Surety companies executing bonds must possess a certificate of authority from the California Insurance Commissioner authorizing them to write surety insurance defined in Section 105 of the California Insurance Code, 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) GREAT AMERICAN INSURANCE COMPANY 750 THE CITY DRIVE SOUTH#470 ORANGE,CA 92868 (Name and Address of Agent or C&D BONDING&INSURANCE SERVICES Representative for service of process in California if 534 E.BADILLO ST. different from above) COVINA,CA 91723 (Telephone Number of Surety and AGENT:626-859-1000 Agent or Representative for service of process in California) SURETY:714-740-3117 'INCLUDED IN THE PERFORMANCE BOND PROJECT NAME:WELWOOD LIBRARY IMPROVEMENTS CITY PROJECT NO.:16-02 PAYMENT BOND DATE:DECEMBER 2019 AGREEMENT AND BONDS-PAGE 14 PAYMENT BOND—PUBLIC WORKS (CONTINUED) 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 r�T ti County of g q} ,,MA►��Ino p� � � On !/ /�� before me, IN�B�� 1A111. A DrdIa KA � 6�0 PIA (.1 Da e - Name, Title of Offic r personally appeared II� - NAME(S) OF SIGNER(S) who proved to me on the basis of satisfactory evidence to be the person whose name( /subscribe to the within trum ntpnd acknowledged to me that/riepey execut d the same iri /h�f/tf}2ir authorized capacit ies and that by his r/t Ir signature�on the instrument he personr the entity upon behal of which the person ted, executed instrument. I certify under PENALTY OF PERJURY under the laws of the State identified herein, that the foregoing paragraph is true and correct. Witne s my hand and official seal. .'`•�°.,,�r IELLYYANIRAORELLANA Notary Public-California g t Notary Z :•a = Los Angeles County r Commission N 2289476 "�` My Comm.Expires May 20,2023 ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent attachment of this certificate to unauthorized document. 17 THIS CERTIFICATE Title or Type of Document AI '�h �d MUST BE ATTACHED n � /�� ^ TO THE DOCUMENT Number of Pages DATE of DOCUMENT DESCRIBED AT RIGHT: Signer(s) Other Than Named Above I v PROJECT NAME:WELWOOD LIBRARY IMPROVEMENTS WARRANTY BOND CITY PROJECT NO.:16-02 AGREEMENT AND BONDS-PAGE 15 DATE:DECEMBER 2019 GREAT AMERICAN INSURANCE COMPANYO Administrative Office: 301 E 4TH STREET • CINCINNATI,OHIO 45202 • 513-369.5000 * FAX 513.723-2740 The number of persons authorized by this power of attorney is not more Than FOUR No.0 20974 POWER OFATTORNEY KNOW ALI,MEN BY THESE PRESENTS: 17hat(lie G REAT AMERICAN INSURANCE COMPANY.a corporation organized and existing under and by virtue of the laws of line State of Ohio,does hereby nominate,constitute mad appoint the person or persons named below;each individually if more than one is named,its true and lawful attorney-in-flict,for it and in its name,place and stead to execute on behalf of the said Company,as surely,any and all bonds, undertakings and contracts of suretyship,or other written obligations is the nature thereof;provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Natne Address Limit of Power PHILIP E.VEGA ALL OF ALL KEVIN VEGA COVINA,CALIFORNIA $100,000,000 BRITTON CHRISTIANSEN MYRNA F.SMITH This Power of Attorney revokes all previous lowers issued on behalf of the attorneys)-ha-fact named above. IN WITNESS WHEREOF the GREATAMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 29TH day of NOVEMBER I 2017 Attest GREATAMERiCAN INSURANCE COMPANY e �& 41(%� 4 C. :3 '� d 0. A4 AssisimuSectelary or Yrce Pred kin STATE OF OHIO,COUNTY OF HAM ILTON-ss: DAVKD c.tcrrcHIN(877-377-2405) On this 29TH day of NOVEMBER 2017 ,before me personally appeared DAVID C. KI.1'CHiN, to tile known,being duly sworn,deposes and says that he resides in Cincinnati,Ohio,that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company,the Company described in and which executed the above instrument;that he knows the seal of the said Company:that the seal affixed to the Said inslruuent is such corporate seal:that it was so affixed by authority of his office under the By-Laws ofsaid Company,and that he signed his name thereto by like authority. s,lsal,A. N&Y Pr w swat This Power ofAttoniey is granted by authority oftlic following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous writaen consent dated June 9,2008. RESOLVED. Vial the Divisional President,the several Divisional Senior Nce!'residents,Divisional Pico Presidents and Divlsonal Assistant Dice Presidents,or any one of them,be and hereby,Is authorized,front lime to time,to appolm one or more Allorneys-in-Fact to execute of behalf of line Company: as seret};any and all bondsi tntdertakings and contracts ofsnn`egiship,or other wrllten obligations in the nature thereof-to prescribe their respective duties and the respective Unnils of their authority;and to revoke any such appointment al any Bute. RESOLVED FURTHF,R: That the Company seal and lire signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Corhhpany migr,be affaxed byfacsitiile to any power of atiorney or certihcale of either given for the execution of any boric!,atdertiking,corilract ofsiurelyship, a•other wrillen obligation in the nature thereof,such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and lite original seal of the Company,to be valid and binding upon the Company with the sane force and effect cis though manivally a/frxed. CERTIFICA711On I,STEPHEN C.BERAHA,Assistant Secretary of Great American Insurance Company,do hereby certify that Tile foregoing Pow'erofA(tomej%gni'd the Resolutions o f the Board of Directors of June 9,2008 have not been revoked and are now In full force and effect. t • ry= Signed and sealed this 20th day of January 2020 AsslsrantSeer.lmy S1029AF(0e/15) 3 u 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 LOS ANGELES ) On 01/20/2020 before me, PHILIP VEGA, NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared Kevin Vega,Attorney-in-Fact Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the persont whose name( is/are subscribed to the within instrument and acknowledged to me that he/sire/f iey executed the same in his/hiWthisir authorized capacity(lesL and that by his/he-r/bheir.signature(s).on the instrument the person(*sj, or the entity upon behalf of which the personN 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. �5 �4>ye PHILIP VEGA WITNESS my hand and offic' COMM.# 2152121 rC N rso NOTARY PUBLIC-CALIFORNIA u1 Los ANGELES COUNTY MY Comm.EXP.MAY 31,2020 Signature Si u e 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: 02014 National Notary Association • www.Nationa]Notary.org - 1-800-US NOTARY(1-800-876-6827) Item#5907 BID DOCUMENTS Only the following listed documents, identified in the lower right corner as "Bid Forms" shall be fully executed and submitted with the Bid at the time of opening of Bids. Type Initial2 Bid Proposal 11L Bid Schedules PL List of Subcontractors PL Local Business Preference Program Good Faith Efforts PL. Non-Collusion Declaration FL Non-Discrimination Certification PL Bid Bond (Bid Security Form) L Bidder's General Information �L Public Integrity Disclosure Form Note: 1) Failure of a Bidder to fully execute and submit all of the listed documents with the Bid will render a Bid as non-responsive and subject to rejection. 2) Initial each box to verify each form has been filled out and included in your bid submittal. PROJECT NAME:WELWOOD LIBRARY IMPROVEMENTS CITY PROJECT NO.:16-02 COVER SHEET BID FORMS-PAGE 1 DATE:NOVEMBER 2019 t BID PROPOSAL BID TO: CITY OF PALM SPRINGS, CALIFORNIA The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the City in the form included in the Contract Documents (as defined in Article 4 of the Agreement) to perform the Work as specified or indicated in said Contract Documents entitled: WELWOOD LIBRARY IMPROVEMENTS CITY PROJECT NO. 16-02 Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond, Performance Bond, and all Permits required by the Contract Documents. Bidder has examined copies of all the Contract Documents, including the following Addenda (receipt of which is hereby acknowledged): Number Addendum 1 Date 12/09/19 Number Addendum 2 Date 12/09/19 Number Date Number Date Number Date Number Date Number Date Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work, the site, the locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress, or performance of the Work, and has made such independent investigations as Bidder deems necessary. PROJECT NAME:WELWOOD LIBRARY IMPROVEMENTS BID PROPOSAL CITY PROJECT NO.: 16-02 BID FORMS-PAGE 2 DATE:NOVEMBER 2019 In conformance with the current statutory requirements of California Labor Code Section 1860, et seq., the undersigned confirms the following as its certification: 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, before commencing the performance of the Work of this Contract. To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non-Collusion Declaration, Bidder's General Information, and Bid Bond contained in these Bid Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents, and to accept in full payment therefor the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(s). Dated: 12/10/19 Bidder: Leonida Builders, Inc. (Signature) President, Secretary & Treasurer Title: PROJECT NAME:WELWOOD LIBRARY IMPROVEMENTS CITY PROJECT NO.:16-02 BID PROPOSAL BID FORMS-PAGE 3 DATE:NOVEMBER 2019 BASE BID SCHEDULE A Schedule of Prices for Construction of the: WELWOOD LIBRARY IMPROVEMENTS CITY PROJECT NO. 16-02 Item Description Estimated Unit Unit Price Amount No. Quantity 1 Mobilization 1 LS $ -550 00 2 Temporary Traffic Control 1 LS $ 21 o00 , O ti 3 Water Pollution Control 1 LS $ �� 0D0 , 012 4 Dust Control 1 LS $ �j� 0 0() , 00 5 Drainage System 1 LS $ f 0/ 0()0,, 00 Demolition 6 (Remove existing Landscaping and Pavers/ 1 LS $ �?4 900, a o hardsca e, salvage pavers to City Yard 7 Lighting in Courtyard 1 LS $ �11Z, 700. Od Courtyard Main Planter 8 (With Ledge stone veneer finish and board 1 LS $ ;01 000. 00 form concrete back wall A.C. Unit Enclosure 60 9 (to connect to planter wall, shall include 1 LS $ /2-1 00 0 . roof chain-link fencing with supports) 10 Irrigation System 1 LS $ /J� (]0 0 , 11 Ninety (90) Day Maintenance 1 LS $ 0o(, . ov 12 Demolition -Tree Removals 3 EA $MOO 0d $ (p , d 00 00 13 Door Frame 'A' 1 EA spoo DO $ 000. 60 14 Door Frame 'B' 1 EA $5,-000. U0 $ y, D 0®. 00 15 Door Frame 'C' 1 EA $.51000, 00 $'5 OOa 1 a d 16 Trash Receptacle 2 EA $// 00. 6 $ 3, 000. " 17 36" Box Tree- Multi Trunk 1 EA $ / 006 00 $ �� 000, D 0 (non-fruit bearing Olive tree) 1 18 1 Gal. Shrub 78 EA $ 0u $ 70 19 5 Gal. Shrub 35 EA $ 0� $ 20 15 Gal. Shrub 3 EA $ /0 a 00 $ -�D0 B� Leonida Builders, Inc. Name of Bidder or Firm PROJECT NAME:WELWOOD LIBRARY IMPROVEMENTS CITY PROJECT NO.: 16-02 BID SCHEDULE DATE:NOVEMBER 2019 BID FORMS-PAGE 4 BASE BID SCHEDULE A(Continued) Schedule of Prices for Construction of the: WELWOOD LIBRARY IMPROVEMENTS CITY PROJECT NO. 16-02 Item Description Estimated Unit Unit Price Amount No. Quantity 00 21 Colored Concrete Flatwork 4" 2,700 SF $ /1 , 00 $ .01.1 Decorative Rock Aggregate Desert Gold v d po 22 Crushed Stone Size: 3/4" (3" De th 1,250 SF $ (p, $ 7�✓�0 . 23 Soil Prep, Compaction, and Fine 3,950 SF $ Z, 00 $ 7 9QQ vO Grading (See DVD and Sanborn Plans) 24 Weed Abatement 1,250 SF $ �Q, p0 $ Re-install pavers south side of Seatwall r 25 (includes grading, compaction. See 45 SF $ Zr °d Sanborn, Sheet Number A1.0) 26 Soil Import for Raised Planter 7 Cy $ 000, QO $ 700 , 0� 27 Entry Seatwall at Ramp (See Sanborn, 15.5 LF $ ��, 00 $ Sheet A1.0 i 28 Field Allowance 1 LS $15,000 TOTAL OF ALL ITEMS OF THE BID SCH DOLE: o� .4 y� . (Price in figures) fwo hi lAtLed emih-five- hbosand, Bwo 1Niid►1 hfhj:-fi Vf, Zoo (Price in words) QUANTITIES OF WORK: The quantities of work or material stated in the unit price items of the Bid Schedule are supplied only to give an indication of the general scope of the Work. The City does not expressly nor by implication agree that the actual amounts of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price bid item, by an amount up to 25 percent of increase or decrease, without a change in the unit prices, and shall have the right to delete any bid item in its entirety, and receive full credit in the amount shown in the Bid Schedule for the deleted item of Work. Each line items to include any applicable equipment, material, labor, and removal or installation within the unit price (LS, EA, SF, CY, LF). SPECIAL NOTE: In the event of any "missing" bid items or scope of work not otherwise included or identified in the Bid Schedule, but indicated or required by the Plans and Specifications, the Contractor shall prosecute the work as required by the Plans and Specifications, and payment for any "missing" bid items or scope of work shall be included in the various bid items of work,*and no additional payment will be allowed therefore. Leonida Builders, Inc. Name of Bidder or Firm PROJECT NAME:WELWOOD LIBRARY IMPROVEMENTS CITY PROJECT NO.: 16-02 BID SCHEDULE BID FORMS-PAGE 5 DATE:NOVEMBER 2019 ALTERNATIVE BID SCHEDULE B Schedule of Prices for Construction of the: WELWOOD LIBRARY IMPROVEMENTS CITY PROJECT NO. 16-02 Item Description Estimated Unit Unit Price Amount No. Quantity C.M.U. Enclosure (in Lieu of Bid Item 9 "Picket' Style 1 LS t 1q fence, keep chain link fence top with / supports to prevent sagging) TOTAL OF ALL ITEMS OF THE BID SCHEDULE: _ 101, 000 . (Price in figures) (Price indwords) QUANTITIES OF WORK: The quantities of work or material stated in the unit price items of the Bid Schedule are supplied only to give an indication of the general scope of the Work. The City does not expressly nor by implication agree that the actual amounts of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price bid item, by an amount up to 25 percent of increase or decrease, without a change in the unit prices, and shall have the right to delete any bid item in its entirety, and receive full credit in the amount shown in the Bid Schedule for the deleted item of Work. Each line items to include any applicable equipment, material, labor, and removal or installation within the unit price (LS, EA, SF, CY, LF). SPECIAL NOTE: In the event of any "missing" bid items or scope of work not otherwise included or identified in the Bid Schedule, but indicated or required by the Plans and Specifications, the Contractor shall prosecute the work as required by the Plans and Specifications, and payment for any "missing" bid items or scope of work shall be included in the various bid items of work, and no additional payment will be allowed therefore. Leonida Builders, Inc. Name of Bidder or Firm PROJECT NAME:WELWOOD LIBRARY IMPROVEMENTS CITY PROJECT NO.:16-02 BID SCHEDULE DATE:NOVEMBER 2019 BID FORMS-PAGE 6 ALTERNATIVE BID SCHEDULE C Schedule of Prices for Construction of the: WELWOOD LIBRARY IMPROVEMENTS CITY PROJECT NO. 16-02 Item Description Estimated Unit Unit Price Amount No. Quantity 21 Door Frame'A'—with IPA hardwood 1 EA $ 7 y0�a $ 7��® 6 alternative i 22 Door Frame 'B'— with IPA hardwood 1 EA $ 7,!M. $ 7,SD D alternative Door Frame'C'— with IPA hardwood s-o 23 alternative 1 EA $7�yDU, °� $ 71 Q TOTAL OF ALL ITEMS OF THE BID SCHEDULE: ZzIsoo . 049 (Price in figures) ]LUJ:0h (Price in words) QUANTITIES OF WORK: The quantities of work or material stated in the unit price items of the Bid Schedule are supplied only to give an indication of the general scope of the Work. The City does not expressly nor by implication agree that the actual amounts of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price bid item, by an amount up to 25 percent of increase or decrease, without a change in the unit prices, and shall have the right to delete any bid item in its entirety, and receive full credit in the amount shown in the Bid Schedule for the deleted item of Work. Each line items to include any applicable equipment, material, labor, and removal or installation within the unit price (LS, EA, SF, CY, LF). 1 SPECIAL NOTE: In the event of any"missing" bid items or scope of work not otherwise included or identified in the Bid Schedule, but indicated or required by the Plans and Specifications, the Contractor shall prosecute the work as required by the Plans and Specifications, and payment for any "missing" bid items or scope of work shall be included in the various bid items of work, and no additional payment will be allowed therefore. Leonida Builders, Inc. Name of Bidder or Firm PROJECT NAME:WELWOOD LIBRARY IMPROVEMENTS CITY PROJECT NO.:16-02 BID SCHEDULE BID FORMS-PAGE 7 DATE:NOVEMBER 2019 BASIS OF AWARD WELWOOD LIBRARY IMPROVEMENTS CITY PROJECT NO. 16-02 TOTAL OF ALL ITEMS OF BASE BID SCHEDULE A: $ Af. ? I ! % 06 (Price in figures) 0 A oaa v e w rld� bf�t:-56a zero (Price in words) QUANTITIES OF WORK: The quantities of work or material stated in the unit price items of the Bid Schedule are supplied only to give an indication of the general scope of the Work. The City does not expressly nor by implication agree that the actual amounts of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price bid item, by an amount up to 25 percent of increase or decrease, without a change in the unit prices, and shall have the right to delete any bid item in its entirety, and receive full credit in the amount shown in the Bid Schedule for the deleted item of Work. Each line items to include any applicable equipment, material, labor, and removal or installation within the unit price (LS, EA, SF, CY, LF). SPECIAL NOTE: In the event of any "missing" bid items or scope of work not otherwise included or identified in the Bid Schedule, but indicated or required by the Plans and Specifications, the Contractor shall prosecute the work as required by the Plans and Specifications, and payment for any "missing" bid items or scope of work shall be included in the various bid items of work, and no additional payment will be allowed therefore. Leonida Builders, Inc. Name of Bidder or Firm PROJECT NAME:WELWOOD LIBRARY IMPROVEMENTS CITY PROJECT NO.:16-02 BID SCHEDULE DATE:NOVEMBER 2019 BID FORMS-PAGE 8 BIDDER'S LIST OF SUBCONTRACTORS As required under Section 4104 of the Public Contract Code, the Bidder shall list below the name and the location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvement, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement, in an amount in excess of one-half of 1 percent of the prime contractor's total bid or, in the case of bids for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the prime contractor's total bid or ten thousand dollars ($10,000), whichever is greater. After the opening of Bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. Special Note: The Prime Contractor shall perform not less than 50% of the Work identified in this Bid. In the event a Bidder lists subcontractors who will perform Work under this Bid in excess of 50%of the Work identified in this Bid, the Bid shall be considered non-responsive. A. BIDDER'S PORTION OF WORK Page 1 of 2 1. Name of Prime Contractor: Leonida Builders, Inc. 2. Bid Items/Portion of Work to be Self-Performed(if less than 100% of the contract): 3. Dollar Amount of Work Self-Performed: 4. Percentage of Work Self-Performed: 5. Date: . ® J , ® So 12/10/19 6. Contractor's License No.: 9. DIR Public Works Contractor 896772 Registration No: 1000025666 By signing the Bid Form, Contractor hereby certifies that it will perform not less than 50% of the Contract Work with its own forces. B. LIST OF SUBCONTRACTORS 1. Type of Subcontractor(Check One) ❑ First Tier; ❑ Second Tier; ❑ Supplier; ❑ Service Contractor(e.g.Trucking) 2. Subcontractor Name: Precision Surveyors, Inc. 3. Address: 7231 Boulder Ave. #531 Highland, CA 92346 4. Bid Items/Portion of Work: Surveying 5. Phone No.: 6. Contractor's License No.: 7. Annual Gross Receipts: 909-862-6328 1019240 ® <$1 M ❑ <$5M ❑ <$10M 8. Amount of Contracted Work: 9. DIR Public Works Contractor /2� ®• 00 - Registration No: 1000001646 ❑ <$15M ❑ >$15M 10. Percentage of Contracted Work: 12. DBE Certification No.: 1 ' 11. DBE Firm? El ® No N/A PROJECT NAME:WELWOOD LIBRARY IMPROVEMENTS CITY PROJECT NO.: 16-02 LIST OF SUBCONRACTORS DATE:NOVEMBER 2019 BID FORMS-PAGE 9 BIDDER'S LIST OF SUBCONTRACTORS -(Continued) Copy this page as needed to provide a complete listing. Page 1,-of Z/ 1. Type of Subcontractor(Check One) ❑ First Tier; ❑ Second Tier; ❑ Supplier; ❑ Service Contractor(e.g.Trucking) 2. Subcontractor Name: 3. Address: ,Y(IJ�- S am uh 14W a 7/-7 06"7 - 4. Bid Items/Portion of Work: LAndSew 0/7e7'/r7- al ®r� 5. Phone No.: c7 6. Contractor's License No.: 7. Annual Gross Receipts: /e,7- j4q-4,-/ ®qQ qq P(<$1M ❑ <$5M ❑ <$10M 8. Amount of Contracted Work: 9. DIR Public Works Contractor El <$15M El >$15M S(P O 0-0, e C7 ' Registration No:/P o03 10. Percentage of Contracted Work: 11. DBE Firm? ❑ Yes 9No 12. DBE Certification No.: /V ,4 1. Type of Subcontractor(Check One) ❑ First Tier; ❑ Second Tier; ❑ Supplier; ❑ Service Contractor(e.g.Trucking) 2. Subcontractor Name: t5p4dkA , /1ec 3. Address: Goo 0 ra n-f- Pal. RA l m S tln s GA Q a-Z(v 1-I� 4. Bid It s/Portion of Woo: 5. Phone No.: 6. Contractor's License No.: 7. Annual Gross Receipts: 7 0-3 �Z�/ T2-tr 1-3 ❑ <$1 M ❑ <$5M ❑ <$10M 8. Amount of Contracted Work: 9. DIR Public Works Contractor z7t2l/ 70 0. o a Registration No: ❑ <$15M ❑ >$15M 10. Percentage of Contracted Work: 11. DBE Firm? ❑ Yes RNo 12. DBE Certification No.: 1. Type of Subcontractor(Check One) ❑ First Tier; ❑ Second Tier; ❑ Supplier; ❑ Service Contractor(e.g.Trucking) 2. Subcontractor Name: 3. Address: 4. Bid Items/Portion of Work: 5. Phone No.: 6. Contractor's License No.: 7. Annual Gross Receipts: 8. Amount of Contracted Work: 9. DIR Public Works Contractor El <$1 M El <$5M El <$10M Registration No: ❑ <$15M ❑ >$15M 10. Percentage of Contracted Work: 11. DBE Firm? ❑ Yes ❑ No 12. DBE Certification No.: PROJECT NAME:WELWOOD LIBRARY IMPROVEMENTS CITY PROJECT NO.:16-02 LIST OF SUBCONRACTORS DATE:NOVEMBER 2019 BID FORMS-PAGE 10 LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS City Project No. 16-02 Bid Opening Date 12/11/19 The contract for this project is subject to the provisions of Palm Springs Ordinance No. 1756, and Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference Program", subsection (5) "Local Preference in Public Works Contracts (Sub-Contracting)", which states: The prime contractor shall use good faith efforts to sub-contract the supply of materials and equipment to local business enterprises and to sub-contract services to businesses whose work force resides within the Coachella Valley. The prime contractor shall submit evidence of such good faith efforts at the time of submission of bids. Good faith efforts may be evaluated by placing advertisements inviting proposals in local newspapers, sending request for proposals to local sub- contractors, or by demonstrating that no local sub-contracts are qualified to perform the work or supply the materials or equipment. Any notice inviting bids which may require the use of sub- contractors shall include notification of this subsection. The City Council or Director may reject as non-responsive the bid of any contractor proposing to use sub-contractors that fail to comply with the requirements of this subsection. FAILURE TO IDENTIFY GOOD FAITH EFFORTS ON THESE FORMS MAY BE SUFFICIENT CAUSE TO FIND THE BID NON-RESPONSIVE. BIDDERS SHALL ENSURE ALL APPROPRIATE GOOD FAITH EFFORTS ARE IDENTIFIED. Bidders shall provide sufficient information to demonstrate that they have made good faith efforts to comply with Palm Springs Ordinance No. 1756. In the event no local firm (as defined in Ordinance No. 1756) is listed as a subcontractor on the "List of Subcontractors" submitted with its Bid, Bidders shall identify local subcontractors not required to be identified on the List of Subcontractors, and/or shall identify local firms with whom the Bidder has solicited to furnish materials and supplies for incorporation into the work of this project. Local Subcontractors not listed on the List of Subcontractors: None Local firms that will furnish materials or supplies to the Bidder for this project: Robertson's Ready Mix (closest to Palm springs) 13990 Apache Trail Cabazon CA 92230 United Rentals (closest to Palm springs) 36025 Cathedral City CA 92234 PROJECT NAME:WELWOOD LIBRARY IMPROVEMENTS LOCAL BUSINESS PREFERENCE PROGRAM CITY PROJECT NO.:16-02 GOOD FAITH EFFORTS DATE:NOVEMBER 2019 BID FORMS-PAGE 11 LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS (CONTINUED) In the event no local firms (as defined in Ordinance No. 1756) will provide services, or furnish materials and supplies to the Bidder for this project, the Bidder shall provide information sufficient to demonstrate good faith efforts to do so. Examples of information accepted by the City to demonstrate good faith efforts shall be included below: A. The names and dates of each publication in which a request for participation by local firms for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement Classifiedad.com 12/10/19 B. The names and dates of written notices sent to local firms soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the local firms were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.): Names of Date of Follow Up Methods firms Initial and Dates Solicited Solicitation hen e collew &Uolpl k /h c I?- 1-7 o1 . a PROJECT NAME:WELWOOD LIBRARY IMPROVEMENTS LOCAL BUSINESS PREFERENCE PROGRAM CITY PROJECT NO.: 16-02 GOOD FAITH EFFORTS DATE:NOVEMBER 2019 BID FORMS-PAGE 12 C. The items of work which the bidder made available to local firms, including, where appropriate, any breaking down of the contract work items (including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate participation by local firms. Items of Work Bidder Normally Breakdown of Amount Percentage Performs Item Items ($) Of (Y/N) Contract Suppliers and equipment Rental companies 7 eP Any Landscaping labor/material ' -- Concrete & Masonry/material �51� SWPPP - - --- --- jv D. The names, addresses and phone numbers of rejected local firms, the reasons for the bidder's rejection of the local firms, the firms selected for that work (please attach copies of quotes from the firms involved), and the price difference for each firm if the selected firm is not a local firm: Names, addresses and phone numbers of rejected local firms and the reasons for the bidder's rejection of the local firms: No rejections were made Names, addresses and phone numbers of firms selected for the work above: Brydvi k , l h C upp jgmen-c .hall. Ral�i SphrLgs C19- ' 2Z t4-174 71P0�32(J, `fZ`I' NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. PROJECT NAME:WELWOOD LIBRARY IMPROVEMENTS LOCAL BUSINESS PREFERENCE PROGRAM CITY PROJECT NO.: 16-02 GOOD FAITH EFFORTS DATE:NOVEMBER 2019 BID FORMS-PAGE 13 NON-COLLUSION DECLARATION The undersigned declares: I am the President of Leonida Builders, Inc. , the (Title of Officer) (Firm/Company) party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. 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, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. 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 12/11/19 , at Santa Clarita CA (Date) (City) (State) t: Signature .•p.. .:.7j e;.�n PROJECT NAME:WELWOOD LIBRARY IMPROVEMENTS NON-COLLUSION DECLARATION CITY PROJECT NO.: 16-02 BID FORMS-PAGE 14 DATE:NOVEMBER 2019 CALIFORNIA 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 l County of leje, On % 1� �i ®� before me, All Date Here Insert Name and Title of the Officer personally appeared 9� ®�ZS 11f'GIr 4 Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to bbe�eth�the person(s) whose name(s i e subscribed to the within instrument and acknowl ed to me that��`'f`"ey executed the same in r/t Ir authorized capacity(ies), and that b6"rf eir signature(s) on the instrument the person(s), or e 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 KELLYYANIRAORELLANA paragraph is true and correct. Notary Public-California Los Angeles County WITNESS my hand and official seal. Commission X 2289476 My Comm.Expires May 20,2023 f Signature ,/J0 Place Notary Seal and/or Stamp Above �de Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Alen Co Document Date: D"e_ml�� �/1 2-D Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Cl • ed by Signer(s) Signer's Name: aft bs Lie"' Signer's Name: ACorporate O lcer— tle(s) S/ f Corporate Officer—Title(s): ❑ Partner— ❑ Limited ❑ General /❑ Partner— ❑ Limited ❑ G eral ❑ Individual ❑ Attorney in Fact ❑ Individual ❑ torney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Trustee ❑ uardian or Conservator ❑ Other: ❑ Other: Signer is Re resen InPl� Signer is Representing: l�t1f�lGl� l�� � /vl� 02019 National Notary Association CERTIFICATION OF NON-DISCRIMINATION BY CONTRACTORS In connection with its performance under this Agreement, Contractor shall not discriminate against any employee or applicant for employment because of actual or perceived race, religion, color, sex, age, marital status, ancestry, national origin (i.e., place of origin, immigration status, cultural or linguistic characteristics, or ethnicity), sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition (each a "prohibited basis"). Contractor shall ensure that applicants are employed, and that employees are treated during their employment, without regard to any prohibited basis. As a condition precedent to City's lawful capacity to enter an agreement with Contractor, and in executing this Agreement, Contractor certifies that its actions and omissions hereunder shall not incorporate any discrimination arising from or related to any prohibited basis in any Contractor activity, including but not limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship; and further, that Contractor is in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040, including without limitation the provision of benefits, relating to non-discrimination in city contracting. We agree specifically: 1. To establish or observe employment policies, which affirmatively promote opportunities for minority persons at all job levels. 2. To communicate this policy to all persons concerned, including all company employees, outside recruiting services, especially those serving minority communities, and to the minority communities at large. 3. To take affirmative steps to hire minority employees within the company. ,.,, FIRM Leonida Builders, Inc. �_� y•. _ NAME OF PERSON SIGNING rY &Treasurer President, Secrets TITLE OF PERSON SIGNING . .,•,a� ,3��••••''' �.�, t.r 1-110A DATE 12/11/19 Please include any additional information available regarding equal opportunity employment programs now in effect within your company. None PROJECT NAME:WELWOOD LIBRARY IMPROVEMENTS NON-DISCRIMINATION CERTIFICATION CITY PROJECT NO.: 16-02 BID FORMS-PAGE 15 DATE:NOVEMBER 2019 BIDDER'S GENERAL INFORMATION The Bidder shall furnish the following information. Failure to complete all Items will cause the Bid to be non-responsive and may cause its rejection. 1. BIDDER/CONTRACTOR'S Name and Street Address: Leonida Builders, Inc. - Panagiotis Leonida, President, Secretary &Treasurer 15821 Live Oak Springs Canyon Rd. Santa Clarita CA, 91387 Telephone Number: ( 909 ) 275-3354 Facsimile Number: ( 951 ) 566-4022 E-Mail: panikos@leonidabuilders.com Tax Identification Number: 64-0958830 2. TYPE OF FIRM Individual Partnership X Corporation (State CA ) Minority Business Enterprise (MBE) Women Business Enterprise (WBE) Small Disadvantaged Business (SDB) Veteran Owned Business Disabled Veteran Owned Business 3. CONTRACTOR'S LICENSE: Primary Classification A, B & C-8 State License Number(s) 896772 Supplemental License Classifications n/a 4. BUSINESS LICENSE: Yes X No License No.: 5. Surety Company and Agent who will provide the required Bonds: Name of Surety Great American Insurance Company Address 750 The City Drive South#470 Orange CA 92868 Surety Company Agent: C&D Bonding and Insurance Services 1534 E Badillo St Covina CA 91723 Telephone Numbers: Agent (626) 859-1000 Surety ( 714 )740-3117 PROJECT NAME:WELWOOD LIBRARY IMPROVEMENTS BIDDER'S GENERAL INFORMATION CITY PROJECT NO.:16-02 BID FORMS-PAGE 18 DATE:NOVEMBER 2019 BIDDER'S GENERAL INFORMATION (Continued) 6. List the names and addresses of the principal members of the firm or names and titles of the principal officers of the corporation or firm; also include all natural persons who have a financial interest greater than 5% in the Bidder's business entity. (Use additional sheet if required). Panagiotis Leonida President, Secretary & Treasurer 7. Number of years experience as a contractor in this specific type of construction work: 12 years 8. List at least three related projects completed to date: a. Owner City of Riverside Address 3900 Main Street, 3rd Floor Riverside CA 92522 This project involved creating a brand new catch asin for the water runoff at Mt. Contact Fred Cerda Class of Work Rubidoux,which included installation of a culvert to drain the water into the catch basin,earthwork,concrete work. Phone 951-712-4966 Contract Amount $494,350.00 San Andreas Avenue Drainage Project and Site improvements Date Completed 04/15/19 Contact Person Fred Cerda Telephone number 951-712-4966 b. Owner City of Fontana Address 8353 Sierra Avenue Fontana, CA 92335 Contact Jeff Kim Class of Work Parking lot expansion,ADA upgrades,tree removal,and electrical work Phone 909-350-6724 Contract Amount $672,830.00 Miller Amphitheatre March 2019 Project Parking Lot Expansion Date Completed Contact Person Jeff Kim Telephone number 909-350-6724 C. Owner City of Santa Clarita Address 21380 Copper Hill Dr. Santa Clarita CA 91390 Multi-trade improvements inculding but not limited to, Contact Julia Regan Class of Work restroom construction and overall restoration Phone 661-255-4301 Contract Amount 396,000.00 Project Copper Hill Park Restroom Date Completed January 2019 Contact Person 661-255-4301 Telephone number 661-255-4301 9. Name of Project Manager/Superintendent: Diego Reveles 10. Name(s) of person(s)who inspected job site: Diego Reveles PROJECT NAME:WELWOOD LIBRARY IMPROVEMENTS BIDDER'S GENERAL INFORMATION CITY PROJECT NO.:16-02 BID FORMS-PAGE 19 DATE:NOVEMBER 2019 PUBLIC INTEGRITY DISCLOSURE APPLICANT DISCLOSURE FORM 1. Name of Entity Leonida Builders, Inc. 2. Address of Entity (Principle Place of Business) 15821 Live Oak Springs Canyon Rd. Santa Clarita CA, 91387 3. Local or California Address (if different than#2) 15821 Live Oak Springs Canyon Rd. Santa Clarita CA, 91387 4. State where Entity is Registered with Secretary of State California If other than California, is the Entity also registered in California? ❑ Yes X No 5. Type of Entity X Corporation ❑ Limited Liability Company ❑ Partnership ❑ Trust ❑ Other (please specify) 6. Officers, Directors, Members, Managers, Trustees, Other Fiduciaries (please specify) Note: If any response is not a natural person, please identify all officers, directors, members,managers and otherfiduciaries forthe member,manager,trust orotherentity Panagiotis Leonida X Officer ❑ Director ❑ Member ❑ Manager[name] ❑ General Partner ❑ Limited Partner X Other RMO, CEO, PRES N/A ❑ Officer ❑ Director ❑ Member ❑ Manager[name] ❑ General Partner ❑ Limited Partner ❑ Other N/A ❑ Officer ❑ Director ❑ Member ❑ Manager[name] ❑ General Partner ❑ Limited Partner ❑ Other CITY OF PALM SPRINGS—PUBLIC INTEGRITY DISCLOSURE APPLICANT DISCLOSURE FORM Page 1 of 2 PROJECT NAME:WELWOOD LIBRARY IMPROVEMENTS PUBLIC INTEGRITY DISCLOSURE FORM CITY PROJECT NO.:16-02 BID FORMS-PAGE 20 DATE:NOVEMBER 2019 7. Owners/Investors with a 5% beneficial interest in the Applicant Entity or a related entity A. Panagiotis Leonida [name of owner/investor] [name of official with whom owner/investor has material financial relationship] FOR RELATIONSHIP A, EXPLANATION OF THE RELATIONSHIP: Panagiotis Leonida is the President, Responsible Managing Officer, and Chief Executive Officer. B. N/A N/A [name of owner/investor] [name of official with whom owner/investor has material financial relationship] FOR RELATIONSHIP B, EXPLANATION OF THE RELATIONSHIP: N/A C. N/A N/A [name of owner/investor] [name of official with whom owner/investor has material financial relationship] FOR RELATIONSHIP C, EXPLANATION OF THE RELATIONSHIP: N/A I DECLARE UNDER PENALTY OF PERJURY UNDER THE LAWS OF THE STATE OF CALIFORNIA THAT THE FOREGOING IS TRUE AND CORRECT. Signature of Disclosing Party, Printed Name,Title Date 12/11/19 Panagiotis Leonida President, Secretary and Treas rer CITY OF PALM SPRINGS—PUBLIC INTEGRITY DISCLOSURE = ' APPLICANT DISCLOSURE FORM r Page 2 of 2 PROJECT NAME:WELWOOD LIBRARY IMPROVEMENTS PUBLIC INTEGRITY DISCLOSURE FORM CITY PROJECT NO.: 16-02 BID FORMS-PAGE 21 DATE:NOVEMBER 2019 12/10/2.019 Requesting Certified Local Business Subcontractors-Classified Ad Classi Hello,Kelly Orellana not you?Your stuff Help Post an ad(free)Log out SEARCH . Construction in Palm Services& Search for... Springs, SEARCH Remodeling CA Services: Construction&Remodeling Palm Springs, CA • All Categories • Jobs • Vehicles • Items for Sale • Pets Real Estate • For Rent • Services • Personals • Community_ • All Services • Automotive Services • Beauty. & Salon Services • Caregivers &Baby Sitting e Cleaning Services • Construction &Remodeling • Financial Services • Health& Wellness • Home Services Insurance • Lawn&Garden Services • Legal Services • Marketing Services • Moving& Storage • Office Services • Real Estate Services • Training&Education Services • Web Design &Tech • Weddings&Photography- • Zip or city • Orange County • Los Angeles: San Fernando Valley_ • Riverside- San Bernardino • Santa Barbara • More locations—> Your ad has been posted. Post another ad Edit this ad Help page Your stuff https://www.classifii2dads.com/construction_remodeling/w92fgygjl2291 1/4 12/10/2019 Requesting Certified Local Business Subcontractors-Classified Ad Shure your ad for more visibility! Requesting Certified Local Business Subcontractors Share & Like Share this Like 0 Ad #580817032 Created: December 10, 2019 Updated: December 10, 2019 Expires: December 17, 2019 . Viewed: 0 times Avoid scams Signs of fraud:wire transfer, money orders, cashier checks, payment via gift cards, shipping, escrow, "transaction protection", "guarantee". Be safe by dealing locally. Read more Report this ad Overview Respond to this Ad Ad number:4580817032 Contact:Kelly City:Palm Springs Zip:92262 Posted in: Palm Springs Construction&Remodeling Description Estimating, Leonida Builders,Inc. is a General Contractor bidding City of Palms Springs—Welswood Library Improvements City Project No. 16-02. This project bids on Wednesday 12/11/19 at 3:00 pm. We are inviting local Certified Subcontractor and/or Supplier to contact us inf interested in submitting a bid or quote.Bids&quotes are requested for,but not limited to,the following: Concrete&Masonry(ADA Upgrades) Irrigation Drainage System Landscaping planting Courtyard seatwall. https://www.tiassifiedads.dom/construction_remodeling/w92fgygjl2291 2/4 12/10/2019 Requesting Certified Local Business Subcontractors-Classified Ad Metal gate/fencing S WPPP Suppliers Traffic Control Equipment rentals Site work Please contact us if you would be interested in providing a bid, , please feel free to review the plans and specifications on the attached link: https-//www.dropbox.com/sh/7f3o0z7okgyl9zc/AABaOTs8go5rn7JHgQV79t93a?dl=0 Notice Inviting bidders and Addendums: httpjL//www.pal mspringsca.gov/governor ent/departm ents/procurem ent-contracting/bids-proposals Please note, our bid must be delivered to the owner before 2:OOpm on December 11, 2019,therefore,we encourage all bids to be submitted as soon as possible. Thank you, Leonida Builders, Inc. 13851 Santa Ana Ave. Fontana, CA 92337 Tel: (909) 275-3354 Fax: (951) 566-4022 Respond to this Ad Your name Your email Message https://www.classifiedads.com/construction_remodeling/w92fgygj[2291 3/4 t ' 12/10/2019 Requesting Certified Local Business Subcontractors-Classified Ad Send Message Report this ad Type of problem: O Harassment O Spam O Scam or fraud O Wrong category O Violation of terms O Other(please comment) Your email (optional) kelly@leonidabuilders.com O I would like a response URL(optional) Comment(optional) Send report Sending... a. Sending... Ads related to construction remodeling Kitchen Contractors.-Remodeling&Renovation Expert Award Winning Kitchen Contractor. Full Remodels. Schedule Free Estimate Today_ www.foothillbath.com Remodeling Services Step 1: Enter Your Zip Code. Step 2: Find Up To Four Local Pros. LocalRemodelingQuotes.com About Locations More information Terms of Use Privacy Help Contact Careers Blog ©201.9 ClassifiedAds.com,Inc. All rights reserved. https://www.classifiedads.com/construction_remodeling/w92fgygj]2291 4/4 co � •,,rA BID BOND KNOW ALL MEN BY THESE PRESENTS, That LEONIDA BUILDERS,INC. as Principal, and GREAT AMERICAN INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Palm Springs, California, hereinafter called the "City" in the sum of: TEN PERCENT OF AMOUNT BID dollars (not less than 10 percent of the total amount of the bid) for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a Bid to said City to perform the Work required under the Bid Schedule(s) of the City's Contract Documents entitled: WELWOOD LIBRARY IMPROVEMENTS CITY PROJECT NO. 16-02 NOW THEREFORE, if said Principal is awarded a Contract by said City, and within the time and in the manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into a written Agreement on the Form of Agreement included with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. In the event suit is brought upon this Bond by said City, and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorney's fee to be fixed by the court. SIGNED AND SEALED, this 11TH day of DECEMBER 2019 EXECUTED FOR TH RI IPAL: EXECUTED FO E SURETY: By By eignature Signatd3 e TARIZED) (NOTARIZED) Print Name and Title: Print Name and Title: 0 Q/74 i�' S leat it d'a ' eS/�01 GY ��G/1"�tt/yJ KEVIN VEGA,ATTORNEY-in-FACT By Signature _ f (NOTARIZED) Print Name and Title: PROJECT NAME:WELWOOD LIBRARY IMPROVEMENTS`.,': BID BOND(BID SECURITY FORM) CITY PROJECT NO.; 16 02 BID FORMS-PAGE 16 DATE:NOVEMBER 20.19 COPY GREAT AMERICAN INSURANCE COMPANY@ Administrative Office: 301 E 4TH STREET • CINCINNATI,OHIO 45202 • 513-369.5000 • FAX 513-723-2740 The number of persons authorized by this power of ntiorney is not more Ilan FOUR No.0 20974 PONVER OFATTORNEY KNONVALI..LNTEN BYTHESE PRESENTS: '17iat the GREAT AMERICAN INSURANCE COMPANY,a corporation organized and existing under and by virtue of the laws of the State of Ohio,does hereby nominate,constitute mod appoint the person or persons limited below,each individually if more than one is named,its into mid lawful attorney-in-Pact,for it and in its)tune,place and stead to execute on behalf of the sold Company,as surety,any and all bonds, undertakings and contracts of suretyship,or other written obligations in the nature thereof;provided that the liability of the said Company oil any such bond, undertaking or contract ofsuretysiip executed under this muthority shrill not exceed the lirnit stated below. Name Address Limit of Power PHILIP E.VEGA ALL OF ALL KEVIN VEGA COVINA,CALIFORNIA $100,000,000 BRITTON CHRISTIANSEN MYRNA F.SMITH This Power ofAttorney revokes all previous powers issued on behalf of the attorney(s)-ii-fact named above. IN WITNESS WHEREOF the GREATAMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers mud its corporate seal hereunto affixed this 29TH day of NOVEMBER 1 2017 Attest GREATAMERiCAN INSURANCE COMPANY A44 Asslsiuul Seerrmry Ulrlslmio!Scalar Dice Preyekin STATE,OF OHIO,COUNTY OF HAM ILTON-ss: DAVID0.KrrcHtN(877a77-24o5) On this 29TH day of NOVEMBER 2017 ,before me personally appeared DAVID C. KITCHIN, to me know,being duly sworn,deposes and says that lie resides in Cincinnati,Ohio,that he is a Divisional Senior Vice President of the Bond Division of Great Arnerican Insurance Company,the Conipnuy.described in mid which executed the above instrument;that he knows the seal of the said Company;that the seal affixed to the said inslaunent is such corporate seal.that it was so affixed by authority of his otllee under the By-Lai+s of said Company,and that he signed his name thereto by like authority. NowyPiW a,,,, �-/ GO(t1fi1IS�Of1��-, This Power ofAttomey is granted by authority ofthe following resolutions adopted by(lie Board of Directors ofGreatAmericau Insurance Company by unanimous wrilten consent dated June 9,2008. RESOLVED: Thai the Divisional President,the several Divisional Senior Vice Presidents,Divisional Vice Presidents and DNIsonal Assistant Vice Presidents,or any one of them,be and hereb},is authorized,from!rule to awe,to appoint one or more Atlorneys•ln-fact to erechde on behalf of the Compamt as surely;any and all bonds,undertakings and contracts ofshhreq,ship,or other written obligations in the nature thereof,to prescribe their respeoive duties and the respective lintls of their autha•ity;and to revoke any such oppolnlnrent at any Mine. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid o f eery and any Secretary o•Assislaw Secretary of the Company'lrtnv be a,6.):ed by facsimile to a0,power of attorney or certificate of eillher given for the evectllion of airy bond, hrtideirlrtkitig,contract of sthrelyship, o•other wi-itten obligation in the nature thereof,such signature and seal when so used being hereby adopted by the Company as the original signature of such office)'and the original seal of the Company,io be valid and binding upon the Company with the sanhe force mid effect as trough manually alfired. CERTiFICAI'ION I,STEPHEN C.BERAHA,Assistant Secretary ofGreatAmericau Iisurance Company,do hereby certify that!lie foregoitig PolverofAtloniey'atid;._ > the Resolutions of die Board of Directors of June 9,2008 have not been revoked mud are now in full force and effect. Signed and sealed this 11TH day or DECEMBER 2019 AsswaniSerroaq S1029AF(06t15) copy 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 LOS ANGELES ) On 12/11/2019 before me, PHILIP VEGA, NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared Kevin Vega,Attorney-in-Fact Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the persona whose nameN is/ass subscribed to the within instrument and acknowledged to me that he/se/ftiey executed the same in his/rteWtheir authorized capacity(b4 and that by his/he;/bheix signatureN on the instrument the personNI, or the entity upon behalf of which the personN 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 hanc' Id official a P 4y�O..TF/E PHILIP VEGA COMM.# 2152121 '�N Signature y r _ ; NOTARY PUBLIC N Los ANGELES COUNTY — Sigrat6 f Notary Public IMA`SP MY Comm.EXP.MAY 31,2020 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: ©2014 National Notary Association • www.NationalNotary.org - 1-800-US NOTARY(1-800-876-6827) Item#5907 COPY CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies onlythe 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 1 County of On % 0//� ' before me, lamt✓G OdtIada Date , # Here Insert N me and Title of th fficer personally appeared � S ��� Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is ubscribed to the within instrument and acknowledgedto me that l�e/t ey executed the same inL e eir authorized capacity(ies), and that by i h r/t eir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, ex cuted the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing KELLYYANIRAORELLANA paragraph is true and correct. Notary Public-California Los Angeles county Commission k 2289476 WITNESS my hand and official seal. My Comm.Expires May 20,2023 i Signature Place Notary Seal and/or Stamp Above Si-nature of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to on unintended document. Description of Attached Document Title or Type of Document: ✓' IJ1Dj�'�6 Document Date: ern ��/ �1 Number of Pages: Signers) Other Than Named Above: Capacity(ies) CI ed by Si ner(s) Signer's Name: Signer's Name: orporate Officer— i e(s) sMyfCorporate Officer—Title(s): Partner— ❑ Limited ❑ General /❑ Partner— ❑ Limited ❑ G neral [I Individual ❑ Attorney in Fact ❑ Individual ❑ ttorney in Fact El Trustee ❑ Guardian or Conservator ❑ Trustee ❑ uardian or Conservator ❑ Other: ❑ Other: Signer is presenti g• Signer is Representing: 02019 National Notary Association ACG0 O® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDIYYYY) 12/18/2019 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 CONTACT Diamond Valley Insurance Services, Inc. PHONE Katie Baker FAX 41856 Ivy Street,Suite 108 (AIC.No Ell, (951)553-7400 (A/C,No): (951)296-6808 Murrieta,CA 92562 ADDRESS: katie@diamondvalleyins.com License#: OH94716 INSURER(S)AFFORDING COVERAGE NAIC# INSURERA: Tokio Marine Specialty Ins Co 123850 INSURED INSURERB: MetLlfe Auto& Home 25321 LEONIDA BUILDERS INC INSURERc: Greenwich Insurance Company 22322 15821 LIVE OAK SPRINGS CANYON RD INSURER D: SANTA CLARITA, CA 91387 INSURER E: INSURER F: I COVERAGES CERTIFICATE NUMBER: 00005888-0 REVISION NUMBER: 249 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 TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LTR NSD WV POLICY NUMBER MMIDDIYYYY MMIDDIYYYY LIMITS A X COMMERCIAL GENERAL LIABILITY PPK1937542 02/03/2019 02/03/2020 EACH OCCURRENCE $ 11000,000 DAMAGE To RENTED CLAIMS-MADE FxI OCCUR PREM SES Ea occu ence $ 50,000 MED EXP(Any one person) S EXCLUDED PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2000000 POLICY[X]PRO- LOC PRODUCTS-COMP/OP AGG S 2 OOO OOO OTHER: $ CMBIND B AUTOMOBILE LIABILITY CA037599P2019 02/20/2019 02/20/2020 fE,O c.i,.Enl)s NGLE LIMIT $ 1,000,000 X ANY AUTO BODILY INJURY(Per person) S OWNED SCHEDULED AUTOS ONLY X AUTOS BODILY INJURY(Per accident) S HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident X Comp Ded$500 X Collision Ded$5 0 $ A X UMBRELLA LIAB X OCCUR PUB663375 02/03/2019 02/03/2020 EACH OCCURRENCE $ 5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 5,000,000 DED RETENTION S $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY y I N STATUTE I I ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT S OFFICER/MEMBER EXCLUDED? N I A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE S If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ C Rented/Leased Equip 2853769 04/10/2019 04/10/2020 Any and All Leased $250,000 C Equipment 2853769 04/10/2019 04/10/2020 Total limit 347,156 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE:WELWOOD LIBRARY IMPROVEMENTS CITY PROJECT NO.: 16-02 PART li--SPECIAL PROVISIONS. The City of Palm Springs and its officers,council members,officials,employees,agents,and volunteers are named as additional insured regarding general liability per the attached endorsement.Primary non-contributory wording applies per the attached endorsement.Completed operations endorsement applies per the attached endorsement.Waiver of subrogation applies per the attached. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN City of Palm Springs ACCORDANCE WITH THE POLICY PROVISIONS. 3200 E.Tahquitz Canyon Way PALM SPRINGS, CA 92262 AUTHORIZED REPRESENTATIVE (KNB) ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD Printed by KNB on December 18,2019 at 10:58AM POLICY NUMBER:PPK1937542 COMMERCIAL GENERAL LIABILITY CG 24 04 OS 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Any person or organization as where required by written contract prior to loss. 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 we may have against the person or organization shown In the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 06 09 0 Insurance Services OMce,Inc.,2008 Page 1 of 1 1 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 0 Insurance Services Office,Inc.,2012 CG 2010 0413 POLICY NUMBER PPK1937542 COMMERCIAL GENERAL LIABILITY CG 20 37 0413 THIS.ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. 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 Persons) Or Organization(s) Location And Description Of Completed Operations As where required by written contract prior to loss. All covered locations. Infonnalion re uired to complete this Schedule,it not shown above,will be shown in the Declarations. A. Section It —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 or the additional insured is the described in the Schedule of this endorsement amount of Insurance: performed for that .additional insured and Required 1. R b Included in the "products-completed operations e4 y 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 0413 0 Insurance Services Office, Inc.,2012 Page i of 1 POLICY NUMBER:PPKI937542 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCAEDLILE Name Of Person Or Organization: Any person or organization as where required by written contract prior to loss. 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 we may have against the person or organization shown In the Schedule above because of payments we make for Injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and Included in the "products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 0 Insurance Services Office, Inc.,2008 Page 1 of 1 t Policy Number: PPKI937542 PIC-GLN=036 (08/14) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED PRIMARY AND NON-CONTRIBUTORY INSURANCE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization(Additional Insured):As where required by written contract prior to loss. SECTION II—WHO IS AN INSURED is amended to Include as an additional insured the person(s)or organizations)shown in the endorsement Schedule,but only with respect to liability for°bodily Injury," "property damage'or"personal and advertising injury"arising out of or relating to your negligence In the performance of"your work"for such person(s)or organization(s) that occurs on or after the effective date shown in the endorsement Schedule. This insurance is primary to and non-contributory with any other insurance maintained by the person or organization(Additional Insured),except for loss resulting from the sole negligence of that person or organization. This condition applies even if other valid and collectible insurance Is available to the Additional Insured for a loss or"occurrence"we cover for this Additional Insured. The Additional Insured's limits of insurance do not increase our limits of insurance,as described in SECTION Ill—LIMITS OF INSURANCE. All other terms,conditions,and exclusions under the policy are applicable to this endorsement and remain unchanged. Page 1 of 1 Includes copyrighted material of Insurance Services Office,Inc.,with its permission, PIC-EXS-043 (05/13) THIS ENDORSEMENT CHANGES THE.POLICY. PLEASE READ IT CAREFULLY.. AMENDMENT OF LIMITS - GENERAL AGGREGATE LIMIT PER PROJECT OR PER LOCATION WITH MAXIMUM POLICY AGGREGATE This endorsement modifies insurance provided under the following: COMMERCIAL EXCESS LIABILITY COVERAGE FORM SCHEDULE Maximum Per Project Policy Aggregate Limit of Insurances $10,0005000 A. SECTION n-LIMITS OF INSURANCE,2. b.is.amended by'adding the following provision: For all sums which the insured becomes legally obligated to pay as damages related to anyone projector to-any one location to which this insurance applies: If the aggregate limit of insurance under the"controlling underlying insurance"applies on a per project and/or a per location basis, then the General Aggregate Limit of this policy will apply in the same manner as provided by the"controlling underlying insurance"up-to a maximum limit as shown in the SCH EDU LE,above. B. The provisions of SECTION II—LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to apply as stipulated. All other terms and conditions remain unchanged. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with permission. Policy Number: CA037599P2019 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. LINK BUSINESS AUTO PLUS ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE-FORM A. BLANKETADDITIONAL INSURED C. EMPLOYEES AS INSURED The following is added to Paragraph A.1., Who Is The following is added to Paragraph A.1., Who Is An.Insured, of SECTION II—COVERED An Insured, of SECTION II—COVERED AUTOS LIABILITY COVERAGE: AUTOS LIABILITY COVERAGE: d. Any person or organization that you are Any "employee" of yours is an "insured" while required to include as an additional insured using a covered "auto" you don't own; hire or on this Coverage Form in a written contract borrow in your business,or your personal affairs. or agreement that is signed and executed by you before the "bodily injury" or ".property D. SUPPLEMENTARY PAYMENTS—INCREASED damage" occurs and that is in effect during LIMITS the policy period is an"'insured" for Covered Autos Liability. Coverage, but only for 1. The following replaces Paragraph A.2.a.(2) damages to which this insurance applies. of SECTION II—COVERED AUTOS, LIABILITY COVERAGE: B. EMPLOYEE HIRED-AUTOS (2) Up to $3,000 for cost of bail bonds The following is added to Paragraph A.1., Who Is (including bonds for related traffic law An Insured, of SECTION II—COVERED violations) required because of an AUTOS LIABILITY COVERAGE: "accident" we cover. We do not have to furnish these bonds. e. An "erployee" of yours while operating a covered "auto hired or rented under a 2. The following replaces Paragraph A.2.a.(4) contract or agreement in an "employee's" of SECTION If COVERED AUTOS name; with your permission, while.performing LIABILITY COVERAGE: duties related to the conduct of your business. (4) All reasonable expenses incurred by the "insured" at our request, including actual Thefollowing replaces Paragraph b. in B.S., loss of earnings up to $500 a. day Other Insurance, of SECTION IV—BUSINESS because of time off-from work. AUTO CONDITIONS: E. TRAILERS—INCREASED LOAD CAPACITY b. For Hired Auto Physical Damage Coverage, the-following are deemed:to be covered The following replaces.Paragraph C.1., Certain "autos"you own: Trailers, Mobile Equipment and Temporary (1) Any covered"auto"you lease, hire, rent Substitute Autos of SECTION I—COVERED or borrow; and AUTOS: (2) Any covered"auto"hired or rented by your'employee" under a contract in an 1. "Trailers" with a load capacity- of 30000 "employee's" name, with your pounds or less designed primarily for travel permission, while performing duties on public roads. related to the conduct of your business. F. HIRED AUTO PHYSICAL DAMAGE However,'any"auto"that is leased, hired, rented COVERAGE .or borrowed with a driver is not a covered"auto". The following is added to Paragraph A.4., Coverage Extensions, of SECTION III— PHYSICAL DAMAGE COVERAGE: MPL-CA-0416 (Ed:04-2016) :Includes copyrighted material of Insurance Services Offices, Inc., Page 1 of 3 \AAth permission. LINK BUSINESS AUTO PLUS ENDORSEMENT MPL-CA-0416 incurred by you because of the total theft of a c. Hired Auto Physical Damage Coverage covered"auto"of the private passenger type. Extension H. AUDIO,VISUAL AND DATA ELECTRONIC If hired, rented, and borrowed "autos" are EQUIPMENT—INCREASED LIMIT covered "autos" for Covered Autos Liability Coverage and this policy also provides The first sentence in paragraph CA.b. of Physical Damage Coverage for an owned SECTION III — PHYSICAL DAMAGE "auto", then the Physical Damage Coverage is COVERAGE is deleted and replaced with the extended to "autos" that you -hire, rent or following: borrow subject to the following: b. All electronic equipment that reproduces, (1) The most we will pay for"loss"to any receives or transmits audio, visual or data one"auto"that you hire, rent or borrow is signals in any one "loss" is$5,000, if at the the lesser of: time of" loss", such electronic equipment is: (a) $50,000; (b) The actual cash value of the damaged or stolen property as of the time of I. WAIVER OF DEDUCTIBLE—GLASS the"loss"; or (c) The cost of repairing or replacing the The following is added to Paragraph D.,- damaged or stolen property with Deductible, of SECTION III—PHYSICAL other property of like kind and DAMAGE COVERAGE: quality. No deductible for a covered "auto" will apply to (2) An adjustment for depreciation and glass damage. physical condition will be made in determining actual cash value in the J. PERSONAL PROPERTY COVERAGE event of a total "loss". The following is added to Paragraph AA., (3) If a repair or replacement results in better Coverage Extensions, of SECTION III— than like kind or quality, we will not pay PHYSICAL DAMAGE COVERAGE: for the amount of betterment. d. Personal Property Coverage (4) A deductible equal to the highest Physical Damage- deductible applicable We will pay up to $400 for"loss"to wearing to any owned covered"auto". apparel and other personal property which are: (5) This Coverage Extension does not apply (1) owned by an "insured"; and to: (2) in or on your covered"auto",- (a) Any "auto" that is hired, rented or borrowed with a driver; or in the event of a total theft "loss" of your (b) Any"auto'that is hired, rented or covered "auto'. No deductibles apply to borrowed from your"employee". Personal Property Coverage. G. PHYSICAL DAMAGE—TRANSPORTATION EXPENSES.—INCREASED LIMIT The following replaces the first sentence in Paragraph A.4.a., Transportation Expenses, of SECTION III — PHYSICAL DAMAGE COVERAGE: We will pay up to $50 per day to a maximum of $1,500 for temporary transportation expense MPL-CA-0416(Ed 04-2016) Includes copyrighted material of Insurance Services Offices, Inc., Page 2 of 3 with permission. LINK BUSINESS AUTO PLUS ENDORSEMENT MPL-CA-0416 K. AIRBAG COVERAGE L. BLANKET WAIVER OF SUBROGATION The following is added to Paragraph B.3., The following replaces Paragraph A.S. Transfer Exclusions, of SECTION III—PHYSICAL Of Rights Of Recovery Against Others To Us, DAMAGE COVERAGE: of SECTION IV — BUSINESS AUTO CONDITIONS: Exclusion 3.a. does not apply to "loss" to one or more airbags in a covered "auto" you own that S. Transfer Of Rights Of Recovery Against inflate due to a cause other than a cause of"loss" Others To Us set forth in Paragraphs A.1.b. and A.1.c., but only: We waive any right of recovery we may have (a) If that "auto" is a covered "auto" for against any person or organization to the 'Comprehensive Coverage under this policy; extent such waiver is required of you by a (b) The airbags are not covered under any written contract executed prior to any warranty; and "accident" or "loss", provided that the (c) The airbags were not intentionally inflated. "accident" or "loss" arises out of the operations contemplated by such contract. We will pay up to a maximum of$1,000 for any The waiver applies only to the person or one"loss". organization designated in such contract. MPL-CA-0416(Ed 04-2016) Includes copyrighted material of Insurance Services Offices, Inc., Page 3 of 3 With permission. ACC> 12/18//2019 Y) CERTIFICATE OF LIABILITY INSURANCE DATE(M 019 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 CONTACT CSR Bral NAME: Capital Providers Insurance p/cNNo Ext: (818)676-0016 FAX No: (818)676-0015 License#OH52316 E-MAIL ADDRESS: 20750 Ventura Blvd.,Ste 305 INSURER(S)AFFORDING COVERAGE NAIC# Woodland Hills CA 91364 INSURERA: National Liability&Fire Insurance Company 20052 INSURED INSURER B: Leonida Builders,Inc INSURER C: 15821 Live Oak Springs Canyon Rd INSURER D: INSURER E: Santa Clarita CA 91387 INSURERF: COVERAGES CERTIFICATE NUMBER: 2019-2020 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 CONTRACTOR 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 AUUL ZSL15K POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER MM/DDIYYYY MMIDDIYYYY LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S TO RENTED CLAIMS-MADE 17 OCCUR DAMAGE PREMISES Ea occurrence S MED EXP(Any one person) S PERSONAL&ADV INJURY S GEN'LAGGREGATE LIMITAPPLIES PER: GENERALAGGREGATE S POLICY ❑PROECT ❑LOC PRODUCTS-COMP/OPAGG $ J OTHER: S AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S Ea accident ANYAUTO BODILY INJURY(Per person) S OWNED SCHEDULED BODILY INJURY(Per accident) S AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE S AUTOS ONLY AUTOS ONLY Per accident S UMBRELLA LIAB OCCUR EACH OCCURRENCE S EXCESS LIAR HCLAIMS-MADE AGGREGATE S DED I I RETENTION S I vv S WORKERS COMPENSATION ^ STATUTE ERH AND EMPLOYERS'LIABILITY YIN 1,000,000 A ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ NIA Y V9WC098764 07/20/2019 07/20/2020 E.L.EACH ACCIDENT S OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE S 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) PROOF OF WORKERS COMPENSATION INSURANCE CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN City of Palm Springs ACCORDANCE WITH THE POLICY PROVISIONS. 3200 East Tahquitz Canyon Way AUTHORIZED REPRESENTATIVE palm Springs CA 92262 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 06 (Ed.4-84) 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 1_03 % of the California workers' compensation premium otherwise due on such remuneration. Schedule Person or Organization Job Description Blanket Waiver-Any person or organization for whom the All CA Operations Named Insured has agreed by written contract to furnish this waiver. 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 Policy No. V9WC098764 Endorsement No. Insured Insurance Company Countersigned By ©1998 by the Workers'Compensation Insurance Rating Bureau of California.All rights reserved. CITY OF PALM SPRINGS,CALIFORNIA � PROCUREMENT CONTRACTING DIVISION BID ABSTRACT BID#C() / _v 2 Bidder: Bidder: Bidder:t Bidder: Bidder: Bidder: PRO ECT NAME: '�0 7�� ►i I w661 j �-:s DUE DATE: I 9-0 l Description: -lj � j Tot of aI 'd Schedule Items: $ Witnessed � Date: /Z/ir L; Contractor's License Detail for License # 896772 DISCLAIMER:A license status check provides information taken from the CSLB license database.Before relying on this information,you should be aware of the following limitations. CSLB complaint disclosure Is restricted by law(S&P 7124.6)If this entity Is subject to public complaint disclosure,a link for complaint disclosure will appear below.Click on the link or button to obtain complaint and/or legal action information. Per B&P 7071.17,only construction related civil judgments reported to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload,there may be relevant Information that has not yet been entered onto the Board's license database. Data current as of 1/13/2020 4:15:34 PM Business Information LEONIDA BUILDERS INC 15821 LIVE OAK SPRINGS CANYON ROAD SANTA CLARITA,CA 91387 Business Phone Number.(951)532-7717 Entity Corporation Issue Date 05/18/2007 Reissue Date 0512112013 Expire Date 0513112021 License status This license is current and active. All information below should be reviewed. claSstrlcations A-GENERAL ENGINEERING CONTRACTOR B-GENERAL BUILDING CONTRACTOR C-8-CONCRETE Bonding Information Contractor's Bond This license filed a Contractors Bond with AMERICAN CONTRACTORS INDEMNITY COMPANY. Bond Number:100221581 Bond Amount:$15,000 Effective Date:01/01/2016 Contractors Bond History Bond of Qualifying Individual The qualifying individual PANAGIOTIS LEONIDA certified that he/she owns 10 percent or more of the voting stock/membership interest of this company;therefore,the Bond of Qualifying Individual is not required. Effective Date:12121/2015 BQI's Bond History Workers!Compensation This license has workers compensation insurance with the NATIONAL LIABILITY AND FIRE INSURANCE COMPANY Policy Number:V9WC098764 Effective Date:07/20/2019 Expire Date:07/20/2020 Workers'Compensation History Miscellaneous Information 11/09/2011-SOLE TO CORP REASSIGN 13AAH REJECT 05/21/2013-LICENSE REISSUED TO ANOTHER ENTITY