Loading...
CC - Item 6D - Public Safety Center Upgrades Project No. 31028 - Request for Additional Appropriation of Funds for ConstructionROSEMEAD CITY COUNCIL STAFF REPORT TO: THE HONORABLE MAYOR AND CITY COUNCIL FROM: BEN KIM, CITY MANAGER 4jV,�� DATE: JUNE 10, 2025 SUBJECT: PUBLIC SAFETY CENTER UPGRADES PROJECT NO. 31028 — REQUEST FOR ADDITIONAL APPROPRIATION OF FUNDS FOR CONSTRUCTION SUMMARY On October 8, 2024, the City Council awarded the Public Safety Center Upgrade project to Royal Construction Corp in the amount of $2,626,800 ($2,388,000 construction and $238,800 10% contingency). The construction is currently underway, but the project has faced several challenges from unforeseen conditions that require additional work outside of the original scope. Such work includes termite mitigation, a new fire alarm system, reconfiguration of office space for the new Public Safety Director, and others. The estimated cost of the additional work is $374,650, of which, $135,850 exceeds the project's contingency. Additionally, Staff is requesting Council approval to increase the project's contingency by $120,000 to complete the Public Safety Center Upgrade project. DISCUSSION The Public Safety Center Upgrade project began construction on January 6, 2025, and includes the following improvements: • Structural building upgrades • Roof replacement • HVAC system • Existing parking lot enclosure with gated keypad entry and lighting • Construction of a new public parking lot • Locker, shower, and restrooms for deputies • New public lobby and counter space • Improvements to the office space and meeting rooms • Holding area for animals Shortly after construction began, unforeseen conditions began to emerge requiring change orders to continue the project on schedule. Staff, with the contractor and the City's construction manager consultant, collaborated closely to identify and address the impacts. The major challenges are AGENDA ITEM 6.1) City Council Meeting June 10, 2025 Page 2 of 4 primarily centered around minimizing the costs for the new change order items and delays in schedule. The unexpected conditions have also led to necessary modifications in the project scope, requiring additional resources, specialized labor, and extended timelines to ensure compliance with fire and building codes. These changes have resulted in increased costs associated with materials, labor, and third -party review, as well as the need for unplanned engineering and design revisions. A summary list of the additional work items is listed below: • Fire Alarm System Upgrade: $45,160.96 • New Carpet (EOC Room): $22,546.14 • Termite Damage Repairs: $45,242.29 • Concrete Foundations, Metal Locker, Wall Footing: $28,563.96 • New Parking Lot Base & Sand: $22,717.51 • New Floor Drains, Plumbing Code Compliance, Camera Removal: $15,551.27 • CAT 6 Cabling: $35,459.52 • Lighting Fixture and Switch Additions: $13,407.45 • Lobby Flooring Change (LVT to Dalite): $26,740.83 • Structural Shear Wall Modification: $36,907.35 • Add Fascia, Wood Backing, Waterproofing: $4,742.71 • Additional Framing in Former Chief Office: $8,141.23 • Copper Pipe Upgrade (Type M to Type L): $14,374.73 • New Office Construction (Next to Public Safety Director's Office): $55,093.15 The original construction contract for the Public Safety Center Upgrades Project included a contingency allowance in the amount of $238,800 intended to cover unforeseen conditions and necessary scope adjustments during construction. Due to these changes, the project has exhausted the contingency allowance. As such, staff is requesting an appropriation of funds to increase the construction budget by $135,850 to cover the difference. Staff is also requesting a 5% contingency in the amount of $120,000 to be included for hedging against any additional unforeseen conditions, if any, that may arise prior to the completion of the project. Appropriation Requests Amount Total Change Order Costs $374,650 Approved 10% Contingency Allowance $238,800 Proposed Additional Contingency 5% $120,000 Total Appropriation Request $255,850 STAFF RECOMMENDATION It is recommended that the City Council adopt Resolution No. 2025-30 amending the City's Fiscal Year 2024-25 CIP budget to appropriate additional funds in the amount of $255,850 in Public Facilities funding to cover change order costs and provide additional contingency funds. City Council Meeting June 10, 2025 Page 3 of 4 FINANCIAL IMPACT The project is included in the Fiscal Year 2024-25 Capital Improvement Program (CIP) budget, and funded by the American Rescue Plan Act (ARPA) and the State and Local Fiscal Recovery Fund (SLRF). To address the additional change order costs and contingency needs identified throughout the project's development phases, staff recommend allocating additional funds from the Public Facilities Fund in the amount of $255,850 to cover change order costs and provide additional contingency funds. Total cost of the project including change orders amounts to $2,882,650. ENVIRONMENTAL REVIEW Since the proposed work involves the rehabilitation of an existing public facility, the project is Class I Categorically Exempt pursuant to Section 5301 of the California Environmental Quality Act (CEQA). STRATEGIC PLAN IMPACT The project is consistent with the City of Rosemead's Strategic Plan Goal C - Infrastructure and Facilities, which is to enhance streets, sidewalks, and public infrastructure; coordinate with relevant utility agencies regarding safety and enhancements; and modernize facilities by expanding the use of wireless network technology and renewable energy. The Project is also Consistent with the City of Rosemead's Strategic Plan Goal D — Parks and Programs, which is to expand the existing green space, parks, City facilities, and programs available through community partnerships, expanded community stewardship, and development of a more robust cultural programming. PUBLIC NOTICE PROCESS This item has been noticed through the regular agenda notification process. Prepared by: Leonardo Martinez Transtech Engineers Submitted by: r am ierrez Director of Public Works City Council Meeting June 10, 2025 Page 4 of 4 Attachment A: Construction Contract with Royal Construction Corp Attachment B: Termite Inspection Report — Public Safety Center Attachment C: Project No. 31028 — Construction Change Order Log Attachment D: Resolution No. 2025-30 Attachment A Construction Contract with Royal Construction Corp. S E M f �2.7 CONSTRUCTION CONTRACT PUBLIC SAFETY CENTER UPGRADES, PROJECT No. 31028 (ROYAL CONSTRUCTION CORP.) 1. PARTIES AND DATE This Contract is made and entered into this 81h day of October, 2024 (Effective Date) by and between the City of Rosemead, a municipal corporation of the State of California, located at 8838 E. Valley Blvd., Rosemead, California 91770, ("City") and Royal Construction Corp. with its principal place of business at 11680 Goldring Rd., Ste A. Arcadia, CA 91006 (hereinafter referred to as "Contractor"). City and Contractor are sometimes individually referred to as "Party" and collectively as "Parties" in this Contract. 2. RECITALS 2.1 Contractor Contractor desires to perform and assume responsibility for the PUBLIC SAFETY CENTER UPGRADES PROJECT by the City on the terms and conditions set forth in this Contract. Contractor represents that it is experienced in providing such work services to public clients, that it and its employees or subcontractors have all necessary licenses and permits to perform the Services in the State of California, and that is familiarwith the plans of City. 2.2 Project City desires to engage Contractor to render such services described herein as Project ("Project") as set forth in this Contract. 3.1 Scope of Services and Term 3.1.1 General Scope of Services. Contractor promises and agrees to furnish to the City all labor, materials, tools, equipment, services, and incidental and customary work necessary to fully and adequately supply the professional construction services necessary for the Project ("Services"), The Services are more particularly described in Exhibit "A" attached hereto and incorporated herein by reference. All Services shall be subject to, and performed in accordance with, this Contract, the exhibits attached hereto and incorporated ROYAL CONSTRUCTION CORP. Page 2 of 11 herein by reference, and all applicable local, state and federal laws, rules and regulations. 3.1.2 Term. The term of this Contract shall be from Effective Date shown above to October 81h, 2026 unless earlier terminated as provided herein. Contractor shall complete the Services within the term of this Contract, and shall meet any other established schedules and deadlines. The Parties may, by mutual, written consent, extend the term of this Contract if necessary to complete the Services. 3.2 Responsibilities of Contractor. 3.2.1 Control and Payment of Subordinates; Independent Contractor. The Services shall be performed by Contractor or under its supervision. Contractor will determine the means, methods and details of performing the Services subject to the requirements of this Contract. City retains Contractor on an independent contractor basis and not as an employee. Contractor retains the right to perform similar or different services for others during the term of this Contract. Any additional personnel performing the Services under this Contract on behalf of Contractor shall also not be employees of City and shall at all times be under Contractor's exclusive direction and control. Contractor shall pay all wages, salaries, and other amounts due such personnel in connection with their performance of Services under this Contract and as required by law. Contractor shall be responsible for all reports and obligations respecting such additional personnel, including, but not limited to: social security taxes, income tax withholding, unemployment insurance, disability insurance, and workers' compensation insurance. 3.2.2 Schedule of Services: Contractor shall perform the Services expeditiously, within the term of this Contract, and within the schedules timeline. Contractor represents that it has the professional and technical personnel required to perform the Services in conformance with such conditions. In order to facilitate Contractor's conformance with the Schedule, City shall respond to Contractor's submittals in a timely manner. Upon request of City, Contractor shall provide a more detailed schedule of anticipated performance to meet the Schedule of Services. 3.2.3 Conformance to Applicable Requirements. All work prepared by Contractor shall be subject to the approval of City. 3.2.4 City's Representative. The City hereby designates the City Manager, Ben Kim, or his designee, to act as its representative for the performance of this Contract ("City's Representative"). City's Representative shall have the power to act on behalf of the City for all purposes under this Contract. Contractor shall not accept direction or orders from any person other than the City's Representative or his or her designee. 3.2.5 Contractor's Representative. Contractor hereby Hanson Ho, or designee, to act as its representative for the performance of this Contract ("Contractor's Representative"). Contractor's Representative shall have full authority to represent and act on behalf of the Contractor for all purposes under this Contract. The Contractor's Representative shall supervise and direct the Services, using his/her best skill and attention, and shall be responsible for all means, methods, techniques, sequences and procedures and for the satisfactory coordination of all portions of the Services under this Contract. ROYAL CONSTRUCTION CORP. Page 3 of 11 3.2.6 Coordination of Services. Contractor agrees to work closely with City staff in the performance of Services and shall be available to City's staff, consultants and other staff at all reasonable times. 3.23 Standard of Care; Performance of Employees. Contractor shall perform all Services under this Contract in a skillful and competent manner, consistent with the standards generally recognized as being employed by professionals in the same discipline in the State of California. Contractor represents and maintains that it is skilled in the professional calling necessary to perform the Services. Contractor warrants that all employees and subcontractors shall have sufficient skill and experience to perform the Services assigned to them. Finally, Contractor represents that it, its employees and subcontractors have all licenses, permits, qualifications and approvals of whatever nature that are legally required to perform the Services, including a City Business License if applicable, and that such licenses and approvals shall be maintained throughout the term of this Contract. As provided for in the indemnification provisions of this Contract, Contractor shall perform, at its own cost and expense and without reimbursement from the City, any services necessary to correct errors or omissions which are caused by the Contractor's failure to comply with the standard of care provided for herein. Any employee of the Contractor or its sub -contractors who is determined by the City to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project, a threat to the safety of persons or property, or any employee who fails or refuses to perform the Services in a manner acceptable to the City, shall be promptly removed from the Project by the Contractor and shall not be re-employed to perform any of the Services or to work on the Project. 3.2.8 Laws and Regulations. Contractor shall keep itself fully informed of and in compliance with all local, state aind federal laws, rules and regulations in any manner affecting the performance of the Project or the Services, including all Cal/OSHA, AQMD requirements, and shall give all notices required by law. Contractor shall be liable for all violations of such laws and regulations in connection with Services. If the Contractor performs any work knowing it to be contrary to such laws, rules and regulations and without giving written notice to the City, Contractor shall be solely responsible for all costs arising therefrom. Contractor shall defend, indemnify and hold City, its officials, directors, officers, employees and agents free and harmless, pursuant to the indemnification provisions of this Contract, from any claim or liability arising out of any failure or alleged failure to comply with such laws, rules or regulations. 3.2.9 Insurance: Contractor shall maintain, prior to the beginning of and for the duration of this Contract, insurance coverage as specified in Exhibit B attached to and part of this Contract. 3.2.10 Safety. Contractor shall execute and maintain its work so as to avoid injury or damage to any person or property. In carrying out its Services, the Contractor shall at all times be in compliance with all applicable local, state and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A) ROYAL CONSTRUCTION CORP. Page 4 of 11 adequate life protection and life saving equipment and procedures; (B) instructions in accident prevention for all employees and subcontractors, such as safe walkways, scaffolds, fall protection ladders, bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devices, equipment and wearing apparel as are necessary or lawfully required to prevent accidents or injuries; and (C) adequate facilities for the proper inspection and maintenance of all safety measures. 3.2.11 Prevailing Wages. Contractor is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 1600, et seq., ("Prevailing Wage Laws"), which require the payment of prevailing wage rates and the performance of other requirements on "public works" and "maintenance" projects. If the Services are being performed as part of an applicable "public works" or "maintenance" project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Contractor agrees to fully comply with such Prevailing Wage Laws. City shall provide Contractor with a copy of the prevailing rates of per diem wages in effect at the commencement of this Contract. Contractor shall make copies of the prevailing rates of per diem wages for each craft, classification or type of worker needed to execute the Services available to interested parties upon request, and shall post copies at the Contractor's principal place of business and at the project site. Contractor shall defend, indemnify and hold the City, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 3.2.12 Bonds. 3.2.12.1 Performance Bond: If specifically requested by City, Contractor shall execute and provide to City concurrently with this Contract a Performance Bond in the amount of the total, not -to -exceed compensation indicated in this Contract, and in a form provided or approved by the City. If such bond is required, no payment will be made to Contractor until it has been received and approved by the City. 3.2.12.2 Payment Bond. If required by law or otherwise specifically requested by City, Contractor shall execute and provide to City concurrently with this Contract a Payment Bond in the amount of the total, not -to -exceed compensation indicated in this Contract, and in a form provided or approved by the City. If such bond is required, no payment will be made to Contractor until it has been received and approved by the City. 3.2.12.3 Bond Provisions. Should, in City's sole opinion, any bond become insufficient or any surety be found to be unsatisfactory, Contractor shall renew or replace the affected bond within 10 days of receiving notice from City. In the event the surety or Contractor intends to reduce or cancel any required bond, at least thirty (30) days prior written notice shall be given to the City, and Contractor shall post acceptable replacement bonds at least ten (10) days prior to expiration of the original bonds. No further payments shall be deemed due or will be made under this Contract until any replacement bonds required by this Section are accepted by the City. To the extent, if any, that the total compensation is increased in accordance with the Contract, the Contractor shall, upon request of the City, cause the amount of the bonds to be increased accordingly and shall promptly deliver satisfactory evidence of such increase to the City. To the extent available, ROYAL CONSTRUCTION CORP. Page 5 of 11 the bonds shall further provide that no change or alteration of the Contract (including, without limitation, an increase in the total compensation, as referred to above), extensions of time, or modifications of the time, terms, or conditions of payment to the Contractor, will release the surety. If the Contractor fails to furnish any required bond, the City may terminate this Contract for cause. 3.2.12.4 Surety Qualifications. Only bonds executed by an admitted surety insurer, as defined in Code of Civil Procedure Section 995.120, shall be accepted. The surety must be a California -admitted surety with a current A.M. Best's rating no less than A:VIII and satisfactory to the City. If a California -admitted surety insurer issuing bonds does not meet these requirements, the insurer will be considered qualified if it is in conformance with Section 995.660 of the California Code of Civil Procedure, and proof of such is provided to the City. 3.3 Fees and Payments. 3.3.1 Compensation. The total compensation shall not exceed TWO MILLION, THREE HUNDRED EIGHTY-EIGHT THOUSAND ($2,388,000.00) without advance written approval of City's project manager. Extra Work may be authorized, as described below, and if authorized, will be compensated at the rates and manner set forth in this Contract. 3.3.2 Payment of Compensation. Contractor shall submit to City a monthly itemized statement that indicates work completed and hours of Services rendered by Contractor. The statement shall describe the amount of Services and supplies provided since the initial commencement date, or since the start of the subsequent billing periods, as appropriate, through the date of the statement. City shall, within 45 days after receiving such statement, review the statement and pay all approved charges. The payments will be subject to a 5% retention amount, which would be released and paid after all work under the Contract has been satisfactorily completed, and 35 days after a Notice of Completion is filed with the County of Los Angeles. 3.3.3 Reimbursement for Expenses. Contractor shall not be reimbursed for any expenses unless authorized in writing by City. 3.3.4 Extra Work. At any time during the term of this Contract, City may request that Contractor perform Extra Work. As used herein, "Extra Work" means any work that is determined by City to be necessary for the proper completion of the Project, but which the parties did not reasonably anticipate would be necessary at the execution of this Contract. Contractor shall not perform, nor be compensated for, Extra Work without written authorization from City's Representative. 3.4 Accounting Records. 3.4.1 Maintenance and Inspection. Contractor shall maintain complete and accurate records with respect to all costs and expenses incurred under this Contract. All such records shall be clearly identifiable. Contractor shall allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of such ROYAL CONSTRUCTION CORP. Page 6 of 11 records and any other documents created pursuant to this Contract. Contractor shall allow inspection of all work, data, documents, proceedings, and activities related to the Contract for a period of three (3) years from the date of final payment under this Contract. 3.5 General Provisions. 3.5.1 Termination of Contract. 3.5.1.1 Grounds for Termination. City may, by written notice to Contractor, terminate the whole or any part of this Contract at any time and without cause by giving written notice to Contractor of such termination, and specifying the effective date thereof, at least seven (7) days before the effective date of such termination. Upon termination, Contractor shall be compensated only for those services that have been adequately rendered to City, and Contractor shall be entitled to no further compensation. Contractor may not terminate this Contract except for cause. 3.5.1.2 Effect of Termination. If this Contract is terminated as provided herein, City may require Contractor to provide all finished or unfinished Documents and Data and other information of any kind prepared by Contractor in connection with the performance of Services under this Contract. Contractor shall be required to provide such document and other information within fifteen (15) days of the request. 3.5.1.3 Additional Services. In the event this Contract is terminated in whole or in part as provided herein, City may procure, upon such terms and in such manner as it may determine appropriate, services similar to those terminated. 3.5.2 Delivery of Notices. All notices permitted or required underthis Contract shall be given to the respective parties at the following address, or at such other address as the respective parties may provide in writing for this purpose: CONTRACTOR: Royal Construction Corp. 11680 Goldring Rd. Ste. A Attn: Hanson Ho Tel: (626) 358-6688 CITY: City of Rosemead 8838 E. Valley Boulevard Rosemead, CA 91770 Attn: Ben Kim, City Manager Such notice shall be deemed made when personally delivered or when mailed, forty-eight (48) hours after deposit in the U.S. Mail, first class postage prepaid and addressed to the party at its applicable address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. ROYAL CONSTRUCTION CORP. Page 7 of 11 3.5.3 Cooperation; Further Acts. The Parties shall fully cooperate with one another, and shall take any additional acts or sign any additional documents as may be necessary, appropriate or convenient to attain the purposes of this Contract. 3.5.4 Attorney's Fees. If either party commences an action against the other party, either legal, administrative or otherwise, arising out of or in connection with this Contract, the prevailing party in such litigation shall be entitled to have and recover from the losing party reasonable attorney's fees and all other costs of such action. 3.5.5 Indemnification. Contractor shall defend, indemnify and hold the City, its officials, officers, employees, volunteers and agents free and harmless from any and all claims, demands, causes of action, costs, expenses, liability, loss, damage or injury, in law or equity, to property or persons, including wrongful death, in any manner arising out of or incident to any alleged acts, omissions or willful misconduct of Contractor, its officials, officers, employees, agents, consultants and contractors arising out of or in connection with the performance of the Services, the Project or this Contract, including without limitation the payment of all consequential damages and attorneys fees and other related costs and expenses. Contractor shall defend, at Contractor's own cost, expense and risk, any and all such aforesaid suits, actions or other legal proceedings of every kind that may be brought or instituted against City, its directors, officials, officers, employees, agents or volunteers. Contractor shall pay and satisfy any judgment, award or decree that may be rendered against City or its directors, officials, officers, employees, agents or volunteers, in any such suit, action or other legal proceeding. Contractor shall reimburse City and its directors, officials, officers, employees, agents and/or volunteers, for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided. Contractor's obligation to indemnify shall not be restricted to insurance proceeds, if any, received by the City, its directors, officials, officers, employees, agents or volunteers. 3.5.6 Entire Contract. This Contract contains the entire Contract of the parties with respect to the subject matter hereof, and supersedes all prior negotiations and understandings. This Contract may only be modified by a writing signed by both parties. 3.5.7 Governing Law. This Contract shall be governed by the laws of the State of California. Venue shall be in Los Angeles County. 3.5.8 Time of Essence. Time is of the essence for each and every provision of this Contract. 3.5.9 City's Right to Employ Other Contractors. City reserves right to employ other contractors in connection with this Project. 3.5.10 Successors and Assigns. This Contract shall be binding on the successors and assigns of the parties. 3.5.11 Assignment or Transfer. Contractor shall not assign, hypothecate, or transfer, either directly or by operation of law, this Contract or any interest herein without the prior written consent of the City. Any attempt to do so shall be null and void, and any assignees, hypothecates or transferees shall acquire no right or interest by reason of such ROYAL CONSTRUCTION CORP. Page 8 of 11 attempted assignment, hypothecation or transfer. 3.5.12 Construction; References; Captions. Since the Parties or their agents have participated fully in the preparation of this Contract, the language of this Contract shall be construed simply, according to its fair meaning, and not strictly for or against any Party. Any term referencing time, days or period for performance shall be deemed calendar days and not workdays. All references to. Contractor include all personnel, employees, agents, and subcontractors of Contractor, except as otherwise specified in this Contract. All references to City include its elected officials, officers, employees, agents, and volunteers except as otherwise specified in this Contract. The captions of the various articles and paragraphs are for convenience and ease of reference only, and do not define, limit, augment, or describe the scope, content, or intent of this Contract. 3.5.13 Amendment; Modification. No supplement, modification, or amendment of this Contract shall be binding unless executed in writing and signed by both Parties. 3.5.14 Waiver. No waiver of any default shall constitute a waiver of any other default or breach, whether of the same or other covenant or condition. No waiver, benefit, privilege, or service voluntarily givenor performed by a Party shall give the other Party any contractual rights by custom, estoppels, or otherwise. 3.5.15 No Third Party Beneficiaries. There are no intended third party beneficiaries of any right or obligation assumed by the Parties. 3.5.16 Invalidity; Severability. If any portion of this Contract is declared invalid, illegal, or otherwise unenforceable -by a court of competent jurisdiction, the remaining provisions shall continue in full force and effect. 3.5.17 Prohibited Interests. Contractor maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Contractor, to solicit or secure this Contract. Further, Contractor warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Contractor, any fee, commission, percentage, brokerage fee, gift or other consideration contingent. upon or resulting from the award or making of this Contract. For breach or violation of this warranty, City shall have the right to rescind this Contract without liability. For the term of this Contract, no member, officer or employee of City, during the term of his or her service with City, shall have any direct interest in this Contract, or obtain any present or anticipated material benefit arising therefrom. 3.5.18 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. Contractor shall also comply with all relevant provisions of City's Minority Business Enterprise program, Affirmative Action Plan or other related programs or guidelines currently in effect or hereinafter enacted. 3.5.19 Labor Certification. By its signature hereunder, Contractor certifies that ROYAL CONSTRUCTION CORP. Page 9 of 11 it is aware of the provisions of Section 3700 of the California Labor Code that require every employer to be insured against liability for Worker's Compensation or to undertake self- insurance in accordance with the provisions of that Code, and agrees to comply with such provisions before commencing the performance of the Services. 3.5.20 Authority to Enter Contract. Contractor has all requisite power and authority to conduct its business and to execute, deliver, and perform the Contract. Each Party warrants thatthe individuals who have signed this Contract have the legal power, right, and authority to make this Contract and bind each respective Party. 3.5.21 Counterparts. This Contract may be signed in counterparts, each of which shall constitute an original. 3.6 Subcontracting. 3.6.1 Prior Approval Required. Contractor shall not subcontract any portion of the work required by this Contract, except as expressly stated herein, without prior written approval of City. Subcontracts, if any, shall contain a provision making them subject to all provisions stipulated in this Contract. [SIGNATURES ON NEXT PAGE] ROYAL CONSTRUCTION CORP. Page 10 of 11 CITY OF ROSEMEAD ROYAL CONSTRUCTION CORP. 5Z � p Z2�2 By: L � — (o - �,19 Ben Kim,30f Manager Date Signature Date Attest: Zy Ericka Hernandez, City Clerk d'ate Approved as to Form: a4 , I �-t (AA�— 4 Rachel Richman, City Attorney Date Name: HANSON HO Print Title: PRESIDENT [If Corporation, TWO SIGNATURES, President OR Vice President AND Secretary, AND CORPORATE SEAL OF CONTRACTOR REQUIRED] Name: ZE YI TONG Title: SECRETARY ROYAL CONSTRUCTION CORP. EXHIBIT A SCOPE OF CONTRACT SERVICES SEE ATTACHED BID SCHEDULE/PROPOSAL BIDDER: Royal Construction Corp. CITY OF ROSEMEAD PUBLIC SAFETY CENTER UPGRADES PROJECT No. 31028 SECTION I - BID SCHEDULE CONTRACT BID FORMS CBF-1 BIDDER: Royal Construction Corp. BASE BID SCHEDULE SCHEDULE OF PRICES FOR PUBLIC SAFETY CENTER UPGRADES PROJECT No. 31028 ITEM DESCRIPTION COST 01 Limited Pre -Renovation Lead Abatement (per Property Health, Inc. Report — See Appendix A) $� 02 Limited Pre -Renovation Asbestos Abatement (per Property Health, Inc. Report — See Appendix B) $ nt1 C 03 Reroofing of Existing Public Safety Center Roof (See Appendix E and Addendum 3, Attachment B). Scope to include removal of existing roofing system and replacement of new Roofing System. Contractor is to also obtain Building Permit from the City of Rosemead Building and Safety Department. $ 04 Animal Kennels (See Sheet A1.23 and item 73 per Addendum 3) 7 r; $ C% Division 1 General Requirements CSI DESCRIPTION COST 01 10 00 General Conditions $ 2�j 01 10 01 Overhead and profit $ 01 1002 Bonds and Insurance $ a E)e 01 4000 Quality control provisions per Section 014000 (Quality Requirements) of the Specifications. $ 01 5000 Temporary Facilities (Temporary Toilets, Hand Wash Stations) $ 01 1719 Waste Management (Construction Waste Management and Disposal) $ 01 7423 Final Cleaning (Final cleaning for move in and final building turn over) $ Division 2 Demolition CSI DESCRIPTION COST CBF-2 BIDDER:Royal Construction Corp. 024100 Site Demolition (Sidewalks, AC Paving & Base, Landscape,+ Irrigation, Misc Demolition) $ 02 41 01 Grading (Cut & Fill, Scarify, Water and Compact Subgrade, Fine Grading to Hardscape) $ 024102 Erosion Control (Gravel Bag Check Damns, Stabilization, Concrete Washout, Maintenance) $ 02 41 03 Site Lighting (Trench, backfill, wall packs-55W LED, J-Boxes-WP, Lighting Conductors) $ 02 41 04 Site Power (Motor Connect to Gate, J-Boxes-WP, Detection Loops, Pedestal Card Reader) $ (�E� U, C, 02 41 05 Interior Foundation (For Gun Safe) $ t) 02 41 06 Interior Partitions (Interior walls and doors) $ [ 1A 0 02 41 07 Interior Finishes (Flooring, Tiles, T-Bar Ceilings, Misc.) $ % U C._) (� 02 41 08 Plumbing Fixtures (Restrooms, Kitchen Sink, Drinking Fountain, Misc.) $ �j E C) D T 024109 HVAC (Existing RTU's, Ducts, Vents, Registers, Air Handlers, Return Air) $ 6 (, 02 41 10 Electrical (Existing Electrical As Required for new work.) $ Division 3 Concrete CSI DESCRIPTION COST 030516 Underslab Vapor Barrier (Underslab and Footing at Gun Safe) $ < < L 031000 Concrete Forming (Concrete Roof at Gun Safe and Interview Room) $ r �� 03 20 00 Concrete Reinforcing (Underslab and Footing at Gun Safe and Interview Room) 03 30 00 Cast -In -Place Concrete (Concrete Roof at Gun Safe and Interview Room) $ c(E 033511 Concrete Floor Finishes (Concrete Floor at Gun Safe) $ Division 4 Masonry CSI DESCRIPTION COST CBF-3 BIDDER: Royal Construction Corp. 04 20 00 Unit Masonry (Masonry Wall for Gun Safe and Existing Fence) $ Division 5 Metals CSI DESCRIPTION COST 05 70 00 Decorative Metal (Guardrails for Drinking Fountain) Division 6 Wood, Plastics, and Composites . CSI DESCRIPTION COST 061000 Rough Carpentry (All Rough Carpentry Required for the Project) $J- Ct' r 0 0) 064100 Architectural Casework (Cabinets/Counters as shown for Restrooms, Offices, and Auditorium) $ Division 7 Thermal and Moisture Protection` CSI DESCRIPTION COST 07 92 00 Join Sealants (Restrooms and new Exterior Transaction Window) $ Division-8 Openings CSI DESCRIPTION COST 0811 13 Hollow Metal Doors & Frames (Refer to Sheet A8,01) $b or) 081416 Flush Wood Doors (Transaction Door 102A (Specialty Door, Ballistic Resistance with Tray)) $ (�j(�(� 08 30 00 Transaction Window (Level 3 Ballistic Resistant with Speak Thru and Tray) $ ' 08 40 00 Armory Vault Door (Basis of Design: Mnf. Overly, Model No. C5A- I IL-K / Class 5 Armory Door) $ 'C; Division 9 Finishes - CSI DESCRIPTION COST 0921 16 Gypsum Board Assemblies (New Interior Walls and Opening Enclosure) $ 09 2216 Non -Structural Framing (All Required Interior Framing and Exterior Entry Canopy) $ L� CBF-4 BIDDER: Royal Construction Corp. 09 30 00 Tiling (All Restrooms and Shower Room, floors, base, walls) $ A-, 095100 Acoustic Ceilings (Ceiling Plan Sheet A3.00) $ 0 09 54 23 Linear Metal Ceilings (Wood Veneer Cladding on Wall and Ceiling at Lobby Waiting Area. Sheet A9.41) $ V G C' 09 65 00 Resilient Flooring (At Lobby per Sheet A2.01) $ r b, C) C' 096813 Tile Carpeting (Offices and Interview Room per Sheet A2.01) $ 0�JZ� 09 91 13 Exterior Painting (New CMU Fence, New Metal Fences, & New Metal Entry Canopy) $ 09 91 23 Interior Painting (Interior Painting Per Sheet A2.01 & as Required) $ C I C, � Division 10 Specialties. -. CSI DESCRIPTION COST 101100 Magnetic Porcelain Whiteboard (8' x 4') (to also serve as Projector Screen) $ ' 1 L� 101100 Tack Board (Per A4.20) $ 7- (.' C' CD 101419 Dimensional Letter Signage (Aluminum Lettering for Lobby Building Signage, see Sheet 111A4.20) $ 101423 Panel Signage (Accessible, Room Identification, Building Exiting, Restroom Signage) $ I) (� i 10 28 00 Toilet & Bath Accessories (Restroom Accessories) $ Qn 101000 Knox Box (Knox Box as required by the Fire Department) $ ( �' 1051 13 Metal Lockers (Sherrill Locker Room (Include Wood Bench)) $ L) L'C' 107316 Metal Entry Canopy Division 12 Furnishings CSI DESCRIPTION COST 12 36 00 Countertops (Cabinets and Support Brackets) CBF-5 BIDDER: Royal ConstrucCion Corp. 12 50 00 Furniture Tables, chairs, Work Stations (tbd with City and Architect) $50k Budget Division 22 Plumbing Fixtures CSI DESCRIPTION COST 2213 19 Tile Floor and Shower Drain - $ . C CYO Plumbing Plumbing Fixtures (Restrooms, Shower, and Kitchen Sink - Refer to Plumbing Drawings) $ (1 k Cj- Division 23 Heating, Ventilation, and Air -Conditioning (HVAC) CSI DESCRIPTION COST 23 00 00 HVAC (New RTUs and AC System per Mechanical Drawings) $ 0 -& < <} Division 26 Electrical CSI DESCRIPTION COST 260050 Power & Lighting (Electrical Power and Lighting Controls) $ 26 00 55 Fire Alarm System (Fire Alarm, Conduit, Wiring, DAS/ERCES System per AHJ) $20k Budget 262500 Data / Communication (Data for Access Control and Fire Alarm (Conduit and Boxes)) $10k Budget 26 50 50 Access Controls / Security (Access Control per Directive by City of Rosemead) $10k Budget Division 32 Exterior Improvements CSI DESCRIPTION COST 32 00 00 Exterior Improvements (Asphalt/Asphalt Patching, ADA parking sign, sign posts, concrete footings, new turf, irrigation lines, parking lot light poles, gate motor, Per Civil Drawings) $ (� l0 0 3215 00 Aggregate Surfacing (Refer to Civil Drawings for New Parking Lot and Additional Information) l 61 $ 6 CBF - 6 BIDDER: Royal Construction Corp. 32 23 Sidewalks (Per Civil Drawings and per sheet A1.00 (Animal Kennel & Keynote 0208)) $ }D 321713 Parking Bumpers (Per Civil Drawings) $�_�T�� f� 3217 23 Pavement Markings (Per Civil Drawings and Architectural Sheets A1.00 & A1.22) $ i ��� �� 3217 26 Tactile Warning Surfacing (Per Civil Drawings and Architectural Sheets A1,00 & A1.22) $ ` 3231 19 Decorative Metal Fences & Gates (Per Sheet A1.21 (Note Custom Rose Emblem and Fabric Privacy Screen)) $T� i� E b C) 323136 SecurityGates and Barriers 2 Secured Person Gates/Barriers G1 & G2) ( 7� $� TOTAL BASE BID AMOUNT IN NUMBERS $ TOTAL BASE BID AMOUNT IN WORDS: _R')" ���� -1'11�i PUBLIC SAFETY CENTER UPGRADES The scope of work ofthis Lump Sum Bid Schedule includes all work identified in the ConstruCtion Plans, Technical Specifications, and Appendices as Follows: Part "C" Technical Provisions.........................................TP-I—TP-175 Part "D" Appendix Appendix A - Limited Pre -Renovation Lead Report Appendix B —Limited Pre -Renovation Asbestos Report Appendix C — Project Plans Appendix D — Project Cut Sheets Appendix E - SIBS Modified Bituminous Membrane Roofing Specifications Appendix F - Certifications for Federal -Aid Contracts The scope of work of this Lump Sum Bid Schedule also includes all work required by the Technical Provisions included in this Bid Package for the Public Safety Center Upgrades, Project No. 31028 Note: All work identified on the Construction Drawings, and required by the Technical Provisions, shall be furnished, complete in place, including all associated trades, furnishing all fixtures and furnishings, and completing all associated work necessary to deliver the improvements in complete working order. In submitting this Lump Sum Bid, the Bidder acknowledges that there will be no CBF - 7 BIDDER: Royal Construction Corp. separate or additional payment made for completing lie work required hereunder this Bid Schedule. The City reserves the right to add, delete, increase or decrease the amount of any quantity shown above, within the limits define in Section 3-2.2.1 of the Standard Specifications, to stay within the budgeted amount of this project. The undersigned agrees that these Contract Bid forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract for the Work is fully executed by the Owner and a third party, whichever is earlier. The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. Attached hereto is a certified check, a cashier's check or a bid bond in the amount of / 0 /o Dollars ($ , WO ) said amount being not less than ten percent (10%) of the Total Bid Price. The undersigned agrees that said amount shall be retained by the Owner if, upon award, we fail or refuse to execute the Contract and furnish the required bonds, certificates and endorsementsofinsurance and other certifications within the time provided. if awarded a Contract, the undersigned agrees to execute the formal Contract, which will be prepared by the Owner for execution, within live (5) Calendar Days following the Letter of Award for the Contract, and will deliver to the Owner within that same period the necessary original Certificates of Insurance, Endorsements of Insurance, Performance Bond, Payment Bond and all other documentation and certification required by the Contract. The undersigned offers and agrees that if this bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 of Part 2 of Division 7 of the Business and Professional Code), arising from purchases of goods, materials or services by the Bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the Contractor. Bidder understands and agrees that, when requested by Owner, he shall provide: (1) evidence satisfactory to the Owner of Bidder's California contractor's license(s) in good standing; (2) evidence that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract resulting therefrom; and (3) any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the lowest responsible and responsive bidder. Bidder understands and agrees that liquidated darnages shall apply to this Contract in the amounts of five hundred dollars ($500 00) per calendar day if proiect is not completed within the working days specified on the Notice Inviting Bids The Contract Time will begin to run ten (10) Working Days from the date of the Notice of Proceed and subiect to the terms and conditions described in the Contract Form and the Contract Documents. CBF - 8 BIDDER: Royal Construction Corp. Bidder acknowledges that data submitted with its Contract Bid Forms which it requires to be incorporated into a Contract arising out of this Submittal has been so identified by Bidder. Bidder further acknowledges that the Owner may, at its discretion, incorporate any of the remaining data submitted herewith into a contract arising out of this Bid. The Bidder understands and agrees that the Total Bid Price is inclusive of all labor, materials, and equipment or supplies necessary to complete the Work as described in the Bid Documents. If this bid is accepted, the undersigned Bidder agrees to enter into and execute the Contract with the necessary bonds and accept the Total Bid Price as compensation in full for all Work under the contract. EXAMINATION OF SPECIFICATIONS AND SITE OF WORK The Bidder declares that he/she has carefully read and examined the project plans, specifications, bid documents, and he/she has made a personal examination of the site (indicate name of the person, representing the bidder, who inspected the site and date below) and that he/she understands the exact scope of the Project. Name of Person who inspected the site: Date of Inspection: Sonny Chan 08/08/24 ADDENDA ACKNOWLEDGMENT The Bidder acknowledges receipt of the following Addenda and has included their provisions in this Proposal: Addendum No. J. Dated Addendum No. 2 Dated Addendum No. 08/08/24 08/19/24 Dated 08/22/24 Addendum No. 4 Dated 08/29/24 [$1 3 ] BIDDER: Royal Construction Corp. PUBLIC CONTRACT CODE STATEMENT AND QUESTIONAIRE PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT In conformance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder has _ , has not _ been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the Califomia State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The bidder must place a checkmark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE In conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes No X If the answer is yes, explain the circumstances in the following space. CBF-10 BIDDER: _ Royal Construction Corp. PUBLIC CONTRACT CODE 10232 STATEMENT In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-year period because of the Contractors failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. CBF - 11 By: �. Lboe� — Signature Hanson Ho Type or Print Name President Title BIDDER: Royal Construction Corp. 11680 Goldring Rd., Ste A Business Street Address Arcadia, CA 91006 City, State and Zip Code 626-358-6688 Telephone Number Bidder's/Contractor's State of Incorporation: California Partners or Joint Venturers: Bidder's License Number(s): 444780 Department Industrial Relations 1000000672 Registered No. NOTES: 1) By its signature on this Bid, the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms. 2) If Bidder is a corporation, enter State of Incorporation in addition to Business Address 3) If Bidder is a partnership or joint venture, give full names of all partners or joint venturers. As further discussed in the Instructions to Bidders, Bidder will be •equired to provide evidence that the person signing on behalf of thi .orporation, partnership or joint venture has the authority to do so, CBF - 12 BIDDER: Royal Construction Corp. SECTION 2 BID DATA FORMS CBF-13 BIDDER; ROYAL CONSTRUCTION CORP. Bidder shall submit its Bid data in accordance with the format shown on each of the following Bid Data Forms. Bidders shall prepare and use as many sheets as are necessary to adequately provide the information required. Bidder shall ensure that every page of its Bid Data Forms are properly identified with the Bidder's name and page number. 2.A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT ROYAL CONSTRUCTION CORP. as Principal, and NATIONWIDE MUTUAL INSURANCE COMPANY as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of TEN PERCENT OF AMOUNT BID DOLLARS ($ 10% ), being not less than ten percent (10%) of the Total Bid Price; for the payment of which sum will 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 the OWNER to perform all Work required for the PUBLIC SAFETY CENTER UPGRADES PROJECT —as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated AUGUST 21ST, 2024 NOW, THEREFORE, if said Principal is awarded a Contract for the Work by the OWNER and, within the time and in the manner required by the above- referenced Bid Documents, enters into the written form of Contract bound with said Bid Documents, furnishes the required bonds (one to guarantee faithful performance and the other to guarantee payment for labor and materials) furnishes the required insurance certificates and endorsements, and furnishes any other certifications as may be required by the Contract, 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 the OWNER and judgment is recovered, said Surety shall pay all costs incurred by the OWNER in such suit, including reasonable attorneys' fees to be fixed by the court, SIGNED AND SEALED, this 15TH day of AUGUST 2024 ROYAL CONSTRUCTION CORP. (SEAL) NAIIUNWIOE MUTUAL INSURANCE UMPANY (SE/AL) Principal Surety 1 By: 1� PVCC�` By: "��� Signature ON5611 HV Signature KEVINVEGA,ATTG IE-h-FACT S 117cf-kT CBF - 14 Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company, an Ohio corporation hereinafter referred to severally as the "Company' and collectively as 'the Companles" does hereby make, constitute and appoint; PHILIP E VEGA, MYRNA F SMITH, KEVIN VEGA, BRITTON CHRISTIANSEN each in their Individual capacity, Its true and lawful attomeyin-fact, with full power and authority to sign, seal, and execute on Its behalf any and all bonds and undertakings, and other obligatory instruments of similar nature, In penalties not exceeding the sum of UNLIMITED and to bind the Company thereby, as futly and to the same extent as if such Instruments were signed by the duly authorized officers of the Company; and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company: 'RESOLVED, that the president, or any vice president be, and each hereby Is, authorized and empowered to appoint attomeys-in-fad of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds, forms, applications, memorandums, undertakings, recognizances, transfers, contracts of indemnity. policies, contracts guaranteeing the fidelity of persons holding positions of public or private trust, and other writings obligatory in nature that the business of the Company may require; and to modify or revoke, with or without cause, any such appointment or authority; provided, however, that the authority granted hereby shall In no way limit the authority of other duty authorized agents to sign and countersign any of said documents on behalf of the Company.' 'RESOLVED FURTHER, that such attomays-In-fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them, and to affix the seal of the Company thereto; provided, however, that said seal shall not be necessary for the validity of any such documents.' This power of attorney Is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approve ocuments, nstruments, contracts, or other papers in connection with the operation of the business of the company In addition to the chairmen of the board, the chief executive officer, president, treasurer or secretary; provided, however, the signature of any of them may be printed, engraved, or stamped on any approved document, contract, Instrument, or other papers of the Company. IN WITNESS WHEREOF, the Company has caused this instrument to be sealed and duly attested by the signature of its officer the 20th day of August, 2021. 4#0-- Antonio C. Albanese, Vice President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT 744. STATE OF NEW YORIC COUNTY OF NEW YORK: ss On this 20th day of August, 2021, before me came the above -named officer for the Company aforesaid, to me personally known to be the officer described In and who executed the preceding '�� ,S■ . 1. instrument, and he acknowledged the execution of the same, and being by me duly �`�liMOUi swam, deposes and says, that he is the officer of the Company aforesaid, that the seal affixed hereto is the of said Company, and the said corporate seal and his signature were corporate seal \��► duly affixed and subscribed to said instrument by the authority and direction of said Company. Stepharlo Rubin* r Public, f New Notary Pubtle, Smta of New each No.02MC6270117 OuW6W 4f Now York Cowry Commission Exptros October 19 2024 rM CortmdaslonW- Ocher 11. 2071 CERTIFICATE I, Laura S. Guy, Assistant Secretary of the Company, do hereby certify that the foregoing Is a full, true and correct copy of the original power of attorney issued by the Company; that the resolution Included therein Is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner, that said Antonio C. Albanese was on the date of the execution of the foregoing power of attorney the duly elected officer of the Company, and the corporate seal and his Signature as officer were duly affixed and subscribed to the said Instrument by the authority of said board of directors; and the foregoing power of attorney is still In full force and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name as Assistant Secretary, and affixed the corporate seal of said Company this 151h day of August 2024 �1(a4tfa S. Assistant Secretary BDJ 1 (08-21)00 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of LOS ANGELES On August 15th, 2024 )Ss. before me, Philip Vega, Notary Public Here Insert Name and Title of the Officer personally appeared Kevin Vega, Attorney -in -Fact Name(s) of Signer(s) PHILIP VEaA =" y Notary Public - Ca.lrcrnla 1. `E Los Angeles Cant! Commission ; 145C969 my Comm. Expires May 31, 2.23 Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph isyue and correct. WITNESS my hand and OPTIONAL Though the information below Is not required by law, it may prove valuable to persons relying on the document and reattachment ofthrs form to another document. Description of Attached Document Title of Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer Title(s): ❑ Partner - ❑ Limited Cl General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Number of Pages: Notary prevent fraudulent removal Signer's Name: ❑ Individual ❑ Corporate Officer Title(s): ❑ Partner -❑ Limited ❑ General ❑ Attorney In Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: CAMM02000.50111\10151761.2 22 (UPDATED: 01-19) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On 09/04/2024 before me, Erika Magaleon, Notary Public (insert name and title of the officer) personally appeared Hanson Ho who proved to me on the basis of satisfactory evidence to be the person( whose name( is/afe- subscribed to the within instrument and acknowledged to me that he/ tJaey executed the same in his/herft aapauthorized capacity(, and that by his/herfthair signature) on the instrument the person(o, or the entity upon behalf of which the person() acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) ERIKA MAGALEON Notary Public - California Los Angeles County > Commission 9 2398301 My Comm, Expires Apr 18, 2026 r BIDDER: Royal Construction Corp. 2.B LIST OF PROPOSED SUBCONTRACTORS In compliance with the "Subletting and Subcontracting Fair Practices Act," Sections 4100 through 4114 of the California Public Contract Code, and any amendments thereto, each Bidder shall provide the information requested below for each subcontractor who will perform work, labor or render service to Bidder in or about the construction of the Work in an amount in excess of one-half of one percent (greater than 0.5 %) of the Bidder's Total Bid Price, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of l percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, and shall further set forth the portion of the Work which will be done by each subcontractor. Bidder shall list only one subcontractor for any one portion of the Work. Pursuant to Public Contract Code Section 4104, the Owner has determined that it will allow Bidders twenty-four (24) additional hours after the deadline for submission of bids to submit the information requested by the Owner about each subcontractor, other than the name and location of each subcontractor. If the Bidder fails to specify a subcontractor for any portion of the Work to be performed under the Contract, it shall be deemed to have agreed to perform such portion itself, and shall not be permitted to subcontract that portion of the Work except under the conditions hereinafter set forth below. Subletting or subcontracting of any portion of the Work in excess of one half of one percent (greater than 0.5%) of the Total Bid Price or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, for which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after Owner approval. CBF-15 BIDDER: Royal Construction Corp. 2.13 LIST Or PROPOSED SUBCONTRACTORS (continued) [**Duplicate Next 2 Pages if needed for listing additional subcontractors.**] Name and Location Description of Work of Subcontractor to be Subcontracted PIL)ITI Name: C�(.�I t C 0's P1 Ut 6110 t A - (7 Address: f 1 1 "t II w n�'t , License No.: l L Department of Industrial Relation Registration No. Name and Location Description of Work of Subcontractor to be Subcontracted ,,� Name:U-0 (-I (�:tt~ �(-e (` �t Address: I `N i P h�h License No.: 1 2H 4`1 L Department of Industrial Relation Registration No. Name and Location Description of Work of Subcontractor / to be Subcontracted -ri A Name: Taut ( le to Address: 6 n %t"f, License No.: I'1,:�� p �- . --g `cam &,KL Department of Industrial Relation Registration No. (1(;(, . Name and Location of Subcontractor Name: Uj► Address: 2 c! 1 u f License No.: (-(, ,OY I J Department of Industrial Relation Registration Name and Location Name: Address: License No.: _( Department of Indu al Relation Registration CBF-16 Description of Work to be Subcontracted �VAC— It'j,co-P ("(r Description of Work to be Subcontracted�1� lei BIDDER: Royal Construction Corp. 2.B LIST OF PROPOSED SUBCONTRACTORS (continued) [**Duplicate Next 2 Pages if needed for listing additional subcontractors.**] Name and Location Description of Work of Subcontractor to be Subcontracted fnlli 10A/n.Gft k1 ( / Name: (/r %gin jet -fd l'Y ✓tG � �ak-ww- Address: C17S vNkse4fa. ' . vF �'cc. License No.: q'?SOtfq Department of Industrial Relation Registration No. 1 00o -21-131 Name and Location of Subcontractor Description of Work to be Subcontracted Name: /1 t'r PiVL)c Address: U C> lte (! i' 14 IV License No.: Department of Industrial Relation Registration No. ( 0CKV0 2 -7 bj Name and Location of Subcontractor Description of Work to be Subcontracted 1�)ODV c:,vet_ Name: l- r� (Y �D^ 4i112 �f�' Address: ;Z !t Cf �, � 1 License No.: 15 k 2- `( Department of Industrial Relation Registration No. Name and Location Description of Work of Subcontractor to be Subcontracted A f-Cjt,, Jkc tt t O et (i Name: PhIgitA-00-�kcs Address: ' 2- di a Alb,L License No.: Department of Industrial Relation Registration No. I MY)CO c ( I ( + Name and Location of Subcontractor Address: License No.: Department o al Relation Registration No. CBF - 16 Description of Wor to be Subcontracted [ S� U� y� % BIDDER: Royal Construction Corp. 2.13 LIST Or PROPOSED SUBCONTRACTORS (continued) [**Duplicate Next 2 Pages if needed for listing additional subcontractors.**] Name and Location Description of Work of Subcontractor to be Subcontracted 0(1�t tuv k Name: Address: -.1 tl,,zi I.-�1rff i rS,bA License No.: 1 b (( 2 w e V Department of Industrial Relation Registration No. 1000% b l)SS Name and Location Description of Work of Subcontractor to be Subcontracted Name: ao �/4 ' Address: 2 ' (U A,-; Z 102- / trIO",C'Ok"-. License No.: Department of Industrial Relation Registration No.(`T Name and Location of Subcontractor Name: Address: License No.: Description of Work to be Subcontracted Department of Industrial Relation Registration No. Name and Location of Subcontractor Description of Work to be Subcontracted Name: Address: License No.: Department of Industrial Relation Registration No. Name and Location of Subcontractor Name: Address:_ License No.: Description of Work to be Subcontracted Department of Industrial Relation Registration No. CBF-16 BIDDER: Royal Construction Corp. 2.0 REFERENCES The following are the names, addresses and telephone numbers for three public agencies for which BIDDER has performed similar work within the *past two (2) years: 1' City of -Los Angeles 201 N. Figueroa St., Ste 1400, Los Angeles, CA 90012 Name and Address of Owner Javier Gonzalez 213-847-4725 Name and telephone number of person familiar with project 29,393,341 Expand and upgrade historic Vision Theatre 02/26/24 Contract amount Type of Work Date Completed 2• Los Angeles County Development Authority 700 W. Main St., Alhambra, CA 91801 Name and Address of Owner 4,683,000 Renovation and addition to Temple City Library 05/17/22 Name and telephone number of person familiar with project Contract amount Type of Work Date Completed 3. Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed CBF - 17 4. BIDDER: Royal Construction Corp. Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed CBF - 18 BIDDER: Royal Construction Corp. SECTION 3 NON-COLL USIONAFFIDA VIT CBF - 19 BIDDER: Royal Construction Corp. NON -COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly sworn, deposes and says that he or she holds the position listed below with the bidder, the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation;_ that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refi-ain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true, and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Signature Hanson Ho Typed or Printed Name President Title Royal Construction Corp. Bidder Subscribed and sworn before me This day of =5C- 4,x�- 202 -/ Notary Public in and for the State of California My Commission Expires: _ Z(o CBF - 20 (Seal) ERIKA MAGALEON Notary Public - California , Los Angeles County a Commission # 2398301 •i..o••�`, My Comm, Expires Apr 18, 2016 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California Los Angeles County of On 09/04/2024 before me, Erika Magaleon, Notary Public (insert name and title of the officer) personally appeared Hanson Ho who proved to me on the basis of satisfactory evidence to be the person(Vwhose name(o War& subscribed to the within instrument and acknowledged to me that helsha hey executed the same in his/ha#their-authodzed capacity(k)4 and that by his/4er/their- signaturev) on the instrument the person(), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS m hand and official seal. � ERIKAMAGALEON y Notary Public - California_ x = Los Angeles County f Commission # 2398301 ,. My Comm, ExpiresApr 18, 20Z5 Signature (Seal) Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 13 CFR Part 145. The regulations were published as Part VII of the May 26, 1988 Federal Register (pages 19160-19211). (BEFORE COMPLETING CERTIFICATION, READ INSTRUCTIONS ON REVERSE) 1. The CONTRACTOR certifies to the best of its knowledge and belief that it and its principals: (a) Are not presently debarred, suspended, proposed for disbarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this application been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and (d) Have not within a three-year period preceding this application had one or more public transactions (Federal, State, or local) terminated for cause or default. 2. Where the CONTRACTOR is unable to certify to any of the statements in this certification, such CONTRACTOR shall attach an explanation to this certification. Indicate to whom it applies, initiating agency, and dates of action. Business Name: Royal Construction Date: 08/21/2024 By: Hanson Ho, President Name and Title of Authorized Representative Signature of Authorized Representative Page: APPENDIX B-Certifications for Federal -Aid Contracts.2 INSTRUCTIONS FOR CERTIFICATION 1. By signing and submitting this proposal, the prospective primary participant is providing the certification set out below, 2. The inability of a person to provide the certification required below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to fumish a certification or an explanation shall disqualify such person from participation in this transaction. 3. The oertification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. 4. The prospective primary participant shall provide immediate written notice to the department or agency to which this proposal is submitted if at any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 5. The terms "covered transaction," "debarred," "suspended," "Ineligible," "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of the rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is submitted for assistance in obtaining a copy of those regulations (13 CFR Part 145). 6. The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered Into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. 7. The prospective primary participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion —Lower Tier Covered Transactions," provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 8. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the ineligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List, 9. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 10. Except for transactions authorized under paragraph 6 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. Page: APPENDIX B-Certifications for Federal -Aid Contracts.3 NON -LOBBYING CERTIFICATION FOR FEDERAL -AID CONTRACTS The CONTRACTOR certifies, by signing and submitting this contract, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) if any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in conformance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The CONTRACTOR also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. Business Name: Royal Construction Corp. Date: 08/21/2024 By: Hanson Ho, President Name and Title of Authorized Representative Signature of Authorized Representative Page: APPENDIX B-Certifications for Federal -Aid Contracts.4 INSTRUCTIONS FOR COMPLETING SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime federal recipient at the initiation or receipt of covered federal action or a material change to previous filing pursuant to title 31 U.S.C. Section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered federal action for which lobbying activity is and/or has been secured to influence, the outcome of a covered federal action. 2. Identify the status of the covered federal action. 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last, previously submitted report by this reporting entity for this covered federal action. 4. Enter the full name, address, city, state, and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the first tier. Subawards include but are not limited to: subcontracts, subgrants, and contract awards under grants. 5. If the organization filing the report in Item 4 checks "Subawardee" then enter the full name, address, city, state, and zip code of the prime federal recipient. Include Congressional District, if known. 6. Enter the name of the federal agency making the award or loan commitment. Include at least one organization level below agency name, if known. For example, Department of Transportation, United States Coast Guard. 7. Enter the federal program name or description for the covered federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments. S. Enter the most appropriate federal identifying number available for the federal action identification in item I (e.g., Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant. or loan award number, the application/proposal control number assigned by the federal agency). Include prefixes, e.g., "RFP-DE-90-001." 9. For a covered federal action where there has been an award or loan commitment by the Federal agency, enter the federal amount of the award/loan commitments for the prime entity identified in item 4 or 5. 10. (a) Enter the full name, address, city, state, and zip code of the lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified in Item 4 to influence the covered federal action. (b) Enter the full names of the individual(s) performing services and include full address if different from 10 (a). Enter Last Name, First Name and Middle Initial (MI). Page: APPENDIX B-Certifications for Federal -Aid Contracts.6 11. The certifying official shall sign and date the form, print his/her name, title, and telephone number. According to the Paperwork Reduction Act, as amended, no persons are required to respond to a collection of information unless it displays a valid OMB Control Number. The valid OMB control number for this information collection is OMB No. 0348-0046. Public reporting burden for this collection of information is estimated to average 10 minutes per response, including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0046), Washington, DC 20503. Page: APPENDIX B-Certificatlons for Federal -Aid Contracts.7 DISCLOSURE OF LOBBYING ACfIVIT1ES COMPLETE THIS FORM TO DISCLOSE L013BYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352 1. Type of Federal Action: 2. Status of Federal 3. Report Type: Action: ❑ a. contract ❑ a. bid/ofTer/application ❑ a. initial b. grant b. initial award b. material change c. cooperative agreement c. post -award d. loan For Material Change Only: e. loan guarantee year quarter f. loan insurance date of last report 4. Name and Address of Reporting Entity 5. If Reporting Entity in No. 4 is Subawardec, Enter Name and Address of Prime: 0 Prime ❑ Subawardee Tier , ifknown Congressional District, ifknown: 6. Federal Department/Agency: 8. Federal Action Number, ifknown 10.a. Name and Address of Lobby Registrant (If individual, last name, First name, MI) Congressional District, il'known: _ 7. Federal Program Name/Description: CFDA Number, ifapplicable 9. Award Amount, if known: S 10.6. Individuals Performing Services (including address if dillcrent from No. 10) (last name, first name. MI) (attach Continuation Shect(s) if necessary) t H. Information requested through this form is q Signature: i art `yam authorized by "title 31 U.S.C. Section 1352. This is ! ?5 C disclosure of lobbying activities a material Print Name: Ike C,7,1 r) representation of fact upon which reliance was placed by the tier above when his transaction was made or entered into. This disclosure is required Title: pursuant to 31 U.S.C. 1352. This information will be available for public inspection. Any person 7(�. �S� who fails to file the required disclosure shall be Telephone No.: Date subject to a civil penalty of not less than $10.000 and not more than $100,000 for each such failure. Federal Use Only: Authorized for Local Reproduction Standard Form — LLL (Rev. 7-97) Page: APPENDIX B-Certifications for Federal -Aid Contracts.5 MINUTES OF SPECIAL MEETING OF THE BOARD OF DIRECTORS OF ROYAL CONSTRUCTION CORP. A Special meeting of the Board of Directors of ROYAL CONSTRUCTION CORP., a California corporation, was held at 11680 Goldring Rd., Suite A, Arcadia, CA, on December 01, 2023 at the hour of 10:00 O'clock A.M. There were present at said meeting the following Directors, constituting a quorum of full board: Hanson A.H. Ho, Ze Yi Tong, Erika Magaleon, Ferwin Santos, Sonny Chan. Hanson A.H. Ho acted as chairman of the meeting and Ze Yi Tong was appointed secretary of the meeting. QUORUM: Waiver of Notice The Chairman announced that the meeting was held pursuant to a written waiver of notice thereof and consent thereto signed by all the Directors of the corporation; such waiver and consent was presented to the meeting, and upon motion duly made, seconded and unanimously carried, was made a part of the records of the meeting and now precedes the minutes of this meeting in the Book of Minutes of the corporation. After further discussion and deliberations, and upon motion duly made, second and unanimously carried, the following resolutions were adopted: RESOLVED, that Hanson A.H. Ho as president, of the Corporation is authorized to sign solely on behalf of the corporation any bidding documents, proposals, agreements, etc. ADJOURNMENT: There being no further business to come before the meeting and after motion duly made, seconded and unanimously carried, the meeting was adjourned. Ze Yi Tong, Secretary Hanson A.H. Ho, President APPENDIX F - CERTIFICATIONS FOR FEDERAL -AID CONTRACTS IN ADDITION TO CITY'S STANDARD CONTRACT, THE FOLLOWING REQUIREMENTS WILL ALSO BE INCLUDED IN THE CONTRACT DUE TO ARPA FUNDING REQUIREMENTS. THE CONTRACTOR SHALL ALSO COMPLY WITH THE ARPA REQUIREMENTS Page: APPENDIX ©-Certifications for Federal -Aid Contracts.1 Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions This certification is required by the regulations implementing Executive Order 12649, Debarment and Suspension, 13 CFR Part 146. The regulations were published as Part VII of the May 26, 1988 Federal Register (pages 19160-19211). (BEFORE COMPLETING CERTIFICATION, READ INSTRUCTIONS ON REVERSE) 1. The CONTRACTOR certifies to the best of Its knowledge and belief that It and its principals: (a) Are not presently debarred, suspended, proposed for disbarment, declared Ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this application been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense In connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and (d) Have not within a three-year period preceding this application had one or more public transactions (Federal, State, or local) terminated for cause or default. 2, Where the CONTRACTOR is unable to certify to any of the statements in this certification, such CONTRACTOR shall attach an explanation to this certification. Indicate to whom it applies, initiating agency, and dates of action. Business Name: ROYAL CONSTRUCTION CORP. Date: 9/4/24 By: HANSON HO, PRESIDENT Name and Title of Authorized Representative Signature of Authorized Representative Page: APPENDIX B-Certificat Ions for Federal -Aid Contracts.2 INSTRUCTIONS FOR CERTIFICATION 1. By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. 2. The inability of a person to provide the certification required below will not necessarily result In denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered In connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall disqualify such person from participation in this transaction. 3. The certification in this clause Is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If It Is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. 4. The prospective primary participant shall provide immediate written notice to the department or agency to which this proposal Is submitted if at any time the prospective pdmary participant learns that Its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 5. The terms "covered transaction," "debarred; "'suspended," "ineligible," "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of the rules Implementing Executive Order 12549. You may contact the department or agency to which this proposal is submitted for assistance in obtaining a copy of those regulations (13 CFR Part 145). 6. The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered Into, It shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared Ineligible, or voluntarily excluded from participation In this covered transaction, unless authorized by the department or agency entering Into this transaction. 7. The prospective primary participant further agrees by submitting this proposal that it will Include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion —Lower Tier Covered Transactions," provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 6. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless It knows that the certification Is erroneous, A participant may decide the method and frequency by which it determines the ineligibility of its principals. Each participant may, but is not required to, check the Nonprocuremenl List. 9. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and Information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 10. Except for transactions authorized under paragraph 6 of these Instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. Page: APPENDIX B-Certifications for Federal -Aid Contracts.3 NON -LOBBYING CERTIFICATION FOR FEDERAL -AID CONTRACTS The CONTRACTOR certifies, by signing and submitting this contract, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to Influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress In connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering Into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress In connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Farm-LLL, "Disclosure of Lobbying Activities," in conformance with its instructions. This certification Is a material representation of fact upon which reliance was placed when this transaction was made or entered Into. Submission of this certification Is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who falls to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The CONTRACTOR also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be Included in all lower tier subcontracts, which exceed $100.000 and that all such subreciplents shall certify and disclose accordingly. Business Name: ROYAL CONSTRUCTION CORP. Date: 9/04/24 By: HANSON HO, PRESIDENT Name and Title of Authorized Representative Signature of Authorized Representative Page: APPENDIX B-Certifications for Federal -Aid ContractsA DISCLOSURfs or LOBBYm, Ac rlvrru s COMPLETETHIS FOR TO DISCLOSE 1.ODUYINCI ACTIVITIES PURSUANTTO 31 U.S.C, 1352 I. Type of Federal Action, 0 n, contract x b, grunt a. cooperative agreement d, loan e, loan guarantee f. loan insurance 2. Status of Federal 3, Report Type: Action: rXI a. bi(Votier/upplicntion x 0 it, initial x b. initial award b. material change C. post -award 4. Name and Address of Reporting Entity 4Primc Sab:nvnrdcc Royal onstruction Corp. 11680 Goldring Rd., Ste A riC[ if kllnw'li Arcadia, CA 91006 CongressionniDist•ict, il'knotwt: 6. Federnl Depnrtnent/Agency: B. Federal Action Number, if known: Mo. Name and Address of Lobby Registrant (If individual, last name, first mmme, Mi) For Matcrinl Change Only: yenr quarter (Into of Inst report 5. If Reporting Entity in No. 4 Is Subawardec, [Inter Name and Address of Prime: Congressional District, if known: _, 7. Federal Program Name/Descriptlow CFDA Number, Wapplicable 9. Award Amount, il'knomn S 10.1), Individuals Performing Services (including address if dillcrent liom No. 10) (last nnlue, first mute, MI) (attach Continuation shec►(s) if necessary) 11. Information requested drough this fomt Is authorized by Tillc 31 U.S.C. Section 1352. Ibis disclosure of lobbying nclivities is a ntniarial Print Name: HANSON HO tepreseniation of fact upon which reliance %vas placed by the tier above when his transaction was made, or entered into. 'Ilds disclosure is rcquircd Title: PRESIDENT pursuant to 31 U.S.C. 1352, 'Ibis inronnntion will be available for public. inspection. Any person 626-358-6688 9/04/24 who falls to file the required disclosure shall be Telephone No.: Date: subject to a civil penalty of not less than $10,000 and not more than S 100,000 for each such failure. Federal Use Only: Authorized for Local Reproduction Standard Form — LI,I. (Itcv, 7-97) Page: APPENDIX 8-Certifications for Federal -Aid Contracts.5 INSTRUCTIONS FOR COMPLETING SF-LLL, DISCLOSURE OR LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime federal recipient at the initiation or receipt of covered federal action or a material change to previous filing pursuant to title 31 U.S.C. Section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection will) a covered federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Offlce of Management and Budget for additional information. 1. Identify the type of covered federal action for which lobbying activity is and/or has been secured to influence, the outcome of a covered federal action. 2. Identify the status of the covered federal action. 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to (lie information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last, previously submitted report by this reporting entity for this covered federal action. 4. Enter the full name, address, city, state, and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee, e,g., the first subawardee of the prime is the first tier. Subawards include but are not limited to: subcontracts, subgrants, and contract awards under grants. 5. If ti►e organization filing the report in Item 4 checks "Subawardee" then enter the full name, address, city, state, and zip code of the prime federal recipient. Include Congressional District, if known. 6. Enter the name of the federal agency making the award or loan commitment. Include at least one organization level below agency name, if known. For example, Department of Transportation, United States Coast Guard, 7. Enter the federal program name or description for the covered federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments. 8. Enter the most appropriate federal identifying number available for the federal action identification in item I (e.g,, Request for Proposal (RFP) number, Invitation for Bid (1FB) number, grant announcement number, the contract grant. or loan award number, the application/proposal control number assigned by the federal agency). include prefixes, e.g., "RFP-DE-90-001." 9. For a covered federal action where there has been an award or loan commitment by the Federal agency, enter the federal amount of the award/loan commitments for the prime entity identified in item 4 or 5. 10. (a) Enter t1)e full name, address, city, slate, and zip code of the lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified In item 4 to influence the covered federal action. (b) Enter the full names of the individual(s) performing services and include full address if different from 10 (a). Enter Last Name, First Name and Middle initial (MI). Page: APPENDIX B-Certifications for Federal-Ald Contracts.6 11. The certifying official shall sign and date the form, print his/her name, title, and telephone number. According to the Paperwork Reduction Act, as amended, no persons are required to respond to a collection of information unless it displays a valid OMB Control Number. The valid OMB control number for this information collection is OMB No. 0348-0046. Public reporting burden for this collection of information is estimated to average 10 minutes per response, including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0046), Washington, DC 2050, Page: APPENDIX B-Certl(Ications for Federal -Aid Contracts.7 This Contract may be funded in whole or in part with funds provided by the American Rescue Plan Act - Coronavirus Local Fiscal Recovery Fund (ARPA), Federal Award Identlflcallon Number (FAIN): SLT0628 and Assistance Llst/ng Number (formerly known as a CFDA number): 21.027, and therefore Contractor agrees to comply with any and all ARPA requirements In addition to any and all applicable County, State, and Federal laws, regulations, policies, and procedures pertaining to the funding of this Contract. The use of the funds must also adhere to official federal guidance issued or to be issued on what constitutes a necessary expenditure. Any funds expended by Contractor or its subcontractor(s) In any manner that does not adhere to the ARPA requirements shall be returned or repaid to the City or County. Any funds paid to Contractor 1) in excess of the amount to which Contractor is finally determined to be authorized to retain; II) that are determined to have been misused; or Ill) that are determined to be subject to a repayment obligation pursuant to section 603(a) of the Act and have not been repaid, shall constitute a debt to the federal government. Contractor agrees to comply with the requirements of section 603 of the Act, regulations adopted by Treasury pursuant to the Act, and guidance issued by Treasury regarding the foregoing. Contractor shall provide for such compliance in any agreements with subcontractor(s). By Execution of this Contract, Contractor hereby certifies that it will comply with the following provisions required for a federally assisted construction contract and agrees to comply with the following: A. General Principle: CONTRACTOR shall, comply with generally accepted accounting principles and goad business practices, including all applicable cost principles published by the Federal Office of Management and Budget (OMB), Including 2 CFR 200 - UNIFORM ADMINISTRATIVE REQUIREMENTS, COST PRINCIPLES, AND AUDIT REQUIREMENTS FOR FEDERAL AWARDS "The Uniform Guidance", which can be viewed at https:liwww.ecfr.gov/current/title-2lsublitle- A/chapter-li/Part-200?toc=1 CONTRACTOR shall comply with all federal, State and other funding source requirements. CONTRACTOR shall, at its own expense, furnish all cost Items associated with this Agreement except as herein otherwise specified in the budget or elsewhere to be furnished by CITY. CONSULTANT shall retain financial records, supporting documents, statistical records, and all other records pertinent to the proposed services for a period of a minimum of three (3) years from the expiration of the term of the Master Agreement. CONTRACTOR shall take reasonable measures to safeguard protected personally identifiable information and other Information designated as sensitive or is considered sensitive consistent with laws regarding privacy and responsibility over confidentiality. CONTRACTOR shall also certify that none of the proposed equipment or services are produced by Hytera Communications Corporation, Hangzhou Hikvislon Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities); or produced by an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country in accordance with 2 CFR 200.216. B. Surplus Area Firms: CONTRACTOR shall, In accordance with 2 CFR 200,321, take affirmative steps to include minority business, women's business enterprises, and labor surplus area firm by: 1. Placing qualified small and minority businesses and women's business enterprises on solicitation lists; 2. Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; 3. Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; 4. Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; and Page: APPENDIX D-Certifications for Federal -Aid Contracts.8 5. Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. C. Domestic preference: In accordance with Title 2 Code of Federal Regulations (C.F.R.) Section 200,322, the non -Federal Contractor should, to the greatest extent practicable under a Federal award, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced In the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). The requirements of this section must be Included in all subawards Including all contracts and purchase orders for work or products under this award, For purposes of this section: "Produced in the United States" means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred In the United States. "Manufactured products" means items and construction materials composed In whole or in part of non-ferrous metals such as aluminum; plastics and polymer -based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber, D. In accordance with Title 2 C.F.R. Section 200.471, costs incurred for telecommunications and video surveillance services or equipment such as phones, Internet, video surveillance, cloud servers are allowable except for the following circumstances: Obligating or expending covered telecommunications and video surveillance services or equipment or services (as described in Title 2 C.F.R. Section 200.216) to; 1) Procure or obtain, extend or renew a contract to procure or obtain; 2) Enter into a contract (or extend or renew a contract) to procure; or 3) Obtain the equipment, services, or systems, as described in Title 2 C.F.R. Section 200.216 that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. As described in Public Law 116-232, section 889, covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities) and; (€) For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hlkvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities); (ii) Telecommunications or video surveillance services provided by such entities or using such equipment; and (ill) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, In consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. In implementing the prohibition under Public Law 115.232, section 669, subsection (0, paragraph (1), heads of executive agencies administering loan, grant, or subsidy programs shall prioritize available funding and technical support to assist affected businesses, institutions and organizations as Is reasonably necessary for those affected entitles to transition from covered communications equipment and services, to procure replacement equipment and services, and to ensure that communications service to users and customers is sustained. E. Procurement of Recovered Materials; CONTRACTOR shall comply with 2 CFR part 200.323. CONTRACTOR shall procure only Items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the Item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000, CONTRACTOR certifies that the percentage of recovered materials to be used in the performance of this Agreement will be at least the amount required by applicable specifications or other contractual requirements. For contracts over $100,000 in total value, CONTRACTOR shall estimate the percentage of total material utilized for the performance of the Agreement that is recovered materials and shall provide such estimate to CITY upon request. A non -Federal Contractor that is a state agency or agency of a political subdivision of a state and its contractors must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 Include procuring only Items designated in Page: APPENDIX B-Certifications for Federal -Aid Contracts.9 guidelines of the Environmental Protection Agency (EPA) at Title 40 C.F.R. Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. F. Byrd Anti -Lobbying Amendment: (31 U.S.C, Section 1362) - Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for Influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by Title 31 U.S.C. Section 1352, CONTRACTOR shall disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award by CONTRACTOR or CONTRACTOR's Subcontractors. In accordance with 31 U.S.C. 1352, CONTRACTOR shall also file a disclosure form at the end of each calendar quarter in which there occurs any event that requires disclosure or that materially affects the accuracy of the Information contained in any disclosure form previously filed. CONTRACTOR shall Include this provision in all subcontracts and require each of its subcontractors to comply with the certification and disclosure requirements of this provision, G. Clean Air Act (42 U.S.C. Sections 7401.7671a.) and the Federal Water Pollution Control Act: (33 U.S.C. Sections 1261-1389), as amended - Contracts and subgrants of amounts In excess of $150,000 must contain a provision that requires the non -Federal award to agree to comply with all applicable standards, orders or regulations Issued pursuant to the Clean Air Act (42 U.S.C. Sections 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. Sectlons1251- 1389). CONTRACTOR agrees to comply with all applicable standards, orders or regulations Issued pursuant to the Clean Air Act, as amended, 42 U.S.C. §§ 7401 et seq. CONTRACTOR agrees to report each violation to the USDA and the appropriate EPA Regional Office. CONTRACTOR agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act as amended (33 U,S.C. §§ 1251 at seq.). CONTRACTOR agrees to report each violation to the USDA and the appropriate EPA Regional Office. H, Right of Inventio r�s: Contractor shall comply with the requirements of 37 CFR Par 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts, and Cooperative Agreements," and any implementing regulations issued by the Treasury. Rights to inventions Made Under a Contract or Agreement. If the Federal award meets the definition of "funding agreement" under Title 37 C.F.R. Section 401.2(a) and the recipient or subreciplent wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the Title 33 U.S.C. Sections 1251-1387 recipient or subreciplent must comply with the requirements of Title 37 C.F.R. Part 401, `Rights to Inventions Made by Nonprofit Organizations and Small Business ,Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. Contract Work Hours and Safety Standards Act (40 U.S.C. Sections 3701-3708). Where applicable, all contracts awarded by the non -Federal Contractor in excess of $100,000 that involve the employment of mechanics or laborers must Include a provision for compliance with Title 40 U.S.C. Sections 3702 and 3704, as supplemented by Department of Labor regulations (29 C.F.R. Part 6). Under Title 40 U.S.C. Section 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker Is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of Title 40 U.S,C. Section 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working Page: APPENDIX 8-Certifications for Federal -Aid Contracts.10 conditions which are unsanitary, hazardous or dangerous to health or safety. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. Davis -Bacon Act, as amended (40 U,S.C. Sections 3141-3148). When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non -Federal entities must Include a provision for compliance with the Davis -Bacon Act (40 U.S.C. Sections 3141-3148) as supplemented by Department of Labor regulations (29 C.F.R. Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non -Federal contractor must place a copy of the current prevailing wage determination Issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non -Federal Contractor must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland "Anti -Kickback" Act (18 U.S.C. Section 874 and 40 U.S.C. Section 3145), as supplemented by Department of Labor regulations (29 C.F.R. tart 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United Stales"). The Act provides that each contractor or subreciplent must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non -Federal contractor must report all suspected or reported violations to the Federal awarding agency. K. The Contractor and all Subcontractors and Sub -subcontractors are required to pay their employees and workers a wage not less than the minimum wage for the work classification as specified in both the Federal and California wage decisions. See Section 3.10.6 "Prevailing Wages" for additional Information regarding California Prevailing Wage Rate Requirements and the applicable general prevailing wage determinations which are on file with the City and are available to any interested party on request. The higher of the two applicable wage determinations, either California prevailing wage or Davis -Bacon Federal prevailing wage, will be enforced for all applicable work/services under this Contract. L. Contracts for more than the simplified acquisition threshold, which Is the Inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by Title 41 U.S.C. Section 1908, must address administrative, contractual, or legal remedies In instances whore Contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. M. Zerminatlon for Cause and Convenience; The City may, at any time, terminate this Contract for the City's convenience and without cause by giving prior written notice of City's intent to terminate this Contract of which shall specify the effective date of such termination. Upon such termination for convenience, Contractor shall be compensated only for those services and tasks which have been performed by Contractor up to the effective date of the termination. Contractor may not terminate this Agreement except for cause as provided under section 9(b), below. If this Contract is terminated as provided herein, City may require Contractor to provide all finished or unfinished products and other information of any kind prepared by Contractor in connection with the performance of the Work. Contractor shall be required to provide such products within fifteen (15) calendar days of City's written request. No actual or asserted breach of this Contract on the part of City pursuant to Section 9(b), below, shall operate to prohibit or otherwise restrict City's ability to terminate this Contract for convenience as provided under this Section. N. Equal Employment Opportunity. Except as otherwise provided under Title 41 C.F.R. Part 60, all contracts that meet the definition of federally assisted construction contract in Title 41 C.F.R. Section 60-1.3 must include the equal opportunity clause provided under Title 41 C.F.R. Section 60- Page: APPENDIX B-Certiflcations for Federal -Aid Contracts.11 1,4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 C.F.R. Part, 1964-1965 Comp., p, 339), as amended by Executive Order 11376, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 C,F.R, part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," The Identified clause is below and Contractor shall comply with the clause and all legal requirements and include the equal opportunity clause In each of its nonexempt subcontracts. O. Nondiscrimination Clause: CONTRACTOR shall ensure that services and facilities are provided without regard to ethnic group Identification, race, color, national origin, creed, religion, age, sex, physical or mental disability, political affiliation, or marital status in accordance with applicable laws, including, but not limited to, Title VI of the Civil Rights Act of 1964 (42 U,S,C, 200-d); Section 162 (a) of the Federal -Aid Highway Act of 1973 (23 U.S.C. 324); Section 604 of the Rehabilitation Act of 1973; the Civil Rights Restoration Act of 1987 (P,L. 100-209); Executive Order 12898 (February 11, 1994); Executive Order 13166 (August 16, 2000); Title VII of the Civil Rights Act of 1964 (42 U.S.0 2000-d); the Age Discrimination Act of 1976 (42 U.S.C. 6101); Article 9.5, Chapter 1, Part 1, Division 2, Title 2 (Section 11135, et seq) of the California Government Code; Title 9, Chapter 4, Subchapter 6 (Section 10800, at seq) of the CCR and California Department of Social Services Manual of Policies and Procedures (CDSS MPP) Division 21. CONTRACTOR shall ensure that project activities be accomplished in an equitable and Impartial manner so that no person shall be excluded because of race, color, gender, or national origin from participation In, or be denied the benefits, or any program or activity for which federal financial assistance is received (31 CFR Part 22). P. The applicant hereby agrees that it will Incorporate or cause to be incorporated into any contract for construction work, or modification thereof, as defined in the regulations of the Secretary of Labor at Title 41 C.F.R. Chapter 60, which Is paid for in whole or in part with funds obtained from the Federal Government or borrowed on the credit of the Federal Government pursuant to a grant, contract, loan, Insurance, or guarantee, or undertaken pursuant to any Federal program Involving such grant, contract, loan, insurance, or guarantee, the following equal opportunity clause: During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment adverttsing; layoff or termination; rates of pay or other forms of compensation, and selection for training, Including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender Identity, or national origin. (3) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances In which an employee who has access to the compensation Information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to Individuals who do not otherwise have access to such information, unless such disclosure Is In response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. Page: APPENDIX B-Certificatlons for Federal -Aid Contracts.12 (4) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice In conspicuous places available to employees and applicants for employment. (5) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and the rules, regulations, and relevant orders of the Secretary of labor. (6) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or In part and the contractor may be declared Ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies Invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (a) The contractor will Include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1966, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the Interests of the United States, The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, That if the applicant so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate In work on or under the contract. The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor In obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such Information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency In the discharge of the agency's primary responsibility for securing compliance. The applicant further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to the Executive Order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be Imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part 11, Subpart D of the Executive Order. In addition, the applicant agrees that If it falls or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received Page: APPENDIX 6-Certifications for federal -Aid Contracts.13 from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings. Q. Data Collection Requirements — Contractor agrees to collect pre -post data per County, and United States Treasury guidelines and timeline, for project tracking and monitoring and various reporting purposes. Data including, but not limited to: Required Project Demographic Distribution Data; Required Performance Indicators and Programmatic Data; Required Expenditure Report Data; and Required Program Evaluation Data. Contractor agrees to track and monitor data In a quantifiable and reportable database - retrievable collective data that needs to be available to County, State or Federal governments upon request. R. Data Submission Requirements - Contractor agrees to furnish data to the County upon request, per County, and United States Treasury guidelines and timeline, for project tracking and monitoring and various reporting purposes. Data.including, but not limited to: Required Project Demographic Distribution Data; Required Performance Indicators and Programmatic Data; Required Expenditure Report Data; Required Program Evaluation Data. Contractor agrees to track and monitor data In a quantifiable and reportable database - retrievable collective data that needs to be available at request. S. Project Progress Reporting - Contractor agrees to provide project timeline and progress updates to the City upon request, per County, and United States Treasury guidelines and timeline. Contractor agrees to routine and impromptu program and project evaluation by the City. T. Contractor shall comply with Title 2 Code of Federal Regulations Part 200 (Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards), including, but not limited to, Title 2 C.F.R. Section 200.303 (internal control), Title 2 C.F.R. Sections 200,331 through 200.333 (subrecip€ent monitoring and management), and Title 2 C.F.R. Part 200 Subpart F (audit requirements), as these sections currently exist or may be amended. The use of funds must also adhere to official federal guidance issued or to be issued on what constitutes an eligible expenditure. Any funds expended by Contractor or Its subcontractor(s) in any manner that does not adhere to official federal guidance shall be returned to the County. Contractor agrees to comply with all official guidance regarding the ARPA CLFRF. Contractor also agree that as additional federal guidance becomes available, an amendment to this Contract may become necessary. If an amendment is required, Contractor agrees to promptly execute the Contract amendment. U. Contractor shall retain documentation of all uses of the funds, Including but not limited to invoices and/or sales receipts In a manner consistent with Title 2 C.F.R. Section 200.334 (retention requirements for records). Such documentation shall be produced to City upon request and may be subject to audit. Unless otherwise provided by Federal or State law (whichever Is the most restrictive), Contractor shall maintain all documentation connected with Its performance under this Contract for a minimum of five (5) years from the date of the last payment made by City or until audit resolution is achieved, whichever is later, and to make all such supporting information available for Inspection and audit by representatives of the City, the State or the United States Government during normal business hours at Contractor. Copies will be made and furnished by Contractor upon written request by City. V. Contractor shall establish and maintain an accounting system conforming to Generally Accepted Accounting Principles (GAAP) to support Contractor's requests for reimbursement which segregate and accumulate costs of Contractor and produce monthly reports which clearly identify reimbursable costs, matching fund costs (if applicable), and other allowable expenditures by Contractor. Contractor shall provide a monthly report of expenditures under this Contract no later than the 201h day of the following month. W, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards, Title 2 C.F.R, Part 200, other than such provisions as Treasury may determine are inapplicable and Page: APPENDIX B-Certificatlons for Federal -Aid Contracts.14 subject to such exceptions as may be otherwise provided by Treasury. Subpart F — Audit Requirements of the Uniform Guidance, implementing the Single Audit Act, shall apply. X. Universal Identifier and System for Award Management (SAM), Title 2 C.F.R. Part 25, Y. Reporting Subaward and Executive Compensation Information, Title 2 C.F.R. Part 170. Z. OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (nonprocurement), Title 2 C.F.R. Part 180, Including the requirement to include a term or condition in all lower tier covered transactions (contracts and subcontracts described in 2 C.F.R. Part 180, subpart B) that the award Is subject to Title 2 C,F,R. Part 180 and Treasury's implementing regulation at Title 31 C.F.R. Part 19, Debarment and Suspension (Executive Orders 12549 and 12689) - A contract award (see 2 C.F.R. Section 180,220) must not be made to parties listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with the OMS guidelines at Title 2 C,F.R. Part 180 that implement Executive Orders 12549 (3 C,F.R, Part 1986 Comp„ p. 189) and 12689 (3 C.F.R. Part 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. AA.Recipient Integrity and Performance Matters, pursuant to which the award terms set forth in Title 2 C.F.R. Part 200, Appendix XII to Part 200 is hereby incorporated by reference, 1313, Government Requirements for Drug -Free Workplace, Title 31 C.F.R. Part 20. CC.New Restrictions on Lobbying, Title 31 C.F,R. Part 21. DD,Uniform Relocation Assistance and Real Property Acquisitions Act of 1970 (42 U.S.C. Sections 4601- 4655) and Implementing regulations. EE. Applicable Federal environmental laws and regulations. FF. Statutes and regulations prohibiting discrimination include, without limitation, the following: 1. Title VI of the Civil Rights Act of 1964 (42 U,S.C. Sections 2000d et seq.) and Treasury's Implementing regulations at Title 31 C.F.R. Part 22, which prohibit discrimination on the basis of race, color, or national origin under programs or activities receiving federal financial assistance. II. The Fair Housing Act, Title Vill of the Civil Rights Act of 1968 (42 U.S.C. Sections 3601 et seq.), which prohibits discrimination in housing on the basis of race, color, religion, national origin, sex, familial status, or disability. iii. Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. Section 794), which prohibits discrimination on the basis of disability under any program or activity receiving federal financial assistance. iv. The Age Discrimination Act of 1975, as amended (42 U.S.C. Sections 6101 et seq.), which prohibits discrimination on the basis of disability under programs, activities, and services provided or made available by state and local governments or instrumentalities or agencies thereto. V. Title II of the Americans with Disabilities Act of 1990, as amended (42 U.S.C. Sections 12101 et seq.), which prohibits discrimination on the basis of disability under programs, activities, and services provided or made available by state and local governments or instrumentalities or agencies thereto. GG. Contractor understands that making false statements or claims in connection with the ARPA funded activities is a violation of federal law and may result in criminal, civil, or administrative sanctions, Including fines, imprisonment, civil damages and penallies, debarment from participating in federal awards or contracts, and/or any other remedy available by law. Page; APPENDIX B-Certifications for Federal -Aid Contracts.15 HH.Any publications produced with ARPA funds must display the following language: "This project [is being] [was] supported, in whole or In part, by federal award number SLT-0628 awarded to Los Angeles County by the U.S. Department of Treasury." II. Pursuant to Executive Order 13043, 62 FIR 19217 (Apr, 18, 1997), Contractor is being encouraged to adopt and enforce on-the-job seat belt policies and programs for their employees when operating company -owned, rented, or personally owned vehicles. JJ. Pursuant to Executive Order 13513, 74 FIR 51225 (Oct. 6, 2009), Contractor is being encouraged to adopt and enforce policies that ban text messaging while driving and establishing workplace safety policies to decrease accidents caused by distracted drivers. KK.As a recipient of federal financial assistance, the Civil Rights Restoration Act of 1987 applies, and Contractor assures that it: 1. Ensures its current and future compliance with Title VI of the Civil Rights Act of 1964, as amended, which prohibits exclusion from participation, denial of the benefits of, or subjection to discrimination under programs and activities receiving federal funds, of any person In the United States on the ground of race, color, or national origin (42 U.S.C. Sections 2000d et seq.), as Implemented by the Department of the Treasury Title VI regulations at Title 31 C,F.R. Part 22 and other pertinent executive orders such as Executive Order 13166, directives, circulars, policies, memoranda and/or guidance documents. €I. Acknowledges that Executive Order 13166, "Improving'Acoess to Services for Persons with Limited English Proficiency," seeks to Improve access to federally assisted programs and activities for individuals who, because of national origin, have Limited English proficiency (LEP). Contractor understands that denying a person access to its programs, services, and activities, because of LEP is a form of national origin discrimination prohibited under Title VI of the Civil Rights Act of 1964 and the Department of the Treasury's implementing regulations. Contractor shall initiate reasonable steps, or comply with the Department of the Treasury's directives, to ensure LEP persons have meaningful access to its programs, services, and activities. Contractor understands and agrees that meaningful access may entail provide language assistance services, Including oral Interpretation and written translation where necessary, to ensure effective communication. ill. Agrees to consider the need for language services for LEP persons during development of applicable budgets and when conducting programs, services, and activities. iv, Agrees to maintain a complaint log of any complaints of discrimination on the grounds of race, color, or national origin, and limited English proficiency covered by Title VI of the Civil Rights Act and implementing regulations and provide, upon request, a list of all such reviews or proceedings based on the complaint, pending or completed, including outcome. LL. The City must Include the following language in every contract or agreement subject to Title VI and its regulations: "The sub -grantee, contractor, successor, transferee, and assignee shall comply with Title VI of the Civil Rights Act of 1964, which prohibits recipients of federal financial assistance from excluding a program or activity, denying benefits of, or otherwise discriminating against a person on the basis of race, color, or nation origin (42 U.S.C. Section 2000d et seq.), as implemented by the Department of the Treasury's Title VI regulations, Title 31 C.F.R. Part 22, which are herein Incorporated by reference and made a part of this contract (or agreement). Title VI also includes protection to persons with "Limited English Proficiency" in any program or activity receiving federal financial assistance, 42 U.S.C. Section 2000d et seq., as implemented by the Department of the Treasury's Title VI regulations, Title 31 C.F.R. Sections Part 22, and herein Incorporated by reference and made a part of this contract or agreement." MM. Contractor shall cooperate in any enforcement or compliance review activities by the City, and/or the Department of the Treasury. Contractor shall comply with Information requests, on -site compliance reviews, and reporting requirements. Page,, APPENDIX B-Certifications for Federal -Aid Contracts.16 NN.Contractor shall maintain records and financial documents sufficient to evidence compliance with section 603(c), regulations adopted by Treasury Implementing those sections, and guidance Issued by Treasury regarding the foregoing. 00. City has the right of access to records (electronic or otherwise) of Contractor in order to conduct audits or other Investigations. PP. Contractor shall maintain records for a period of five (5) years after the completion of the contract or a period of five (5) years after the last reporting date the City is obligated with the Department of the U.S. Treasury, whichever is later. QQ. Contractor must disclose in writing any potential conflict of interest In accordance with Title 2 C,F.R. Section 200.112, RR. In accordance with Title 41 U.S.C. Section 4712, subrecipient or Contractor may not discharge, demote, or otherwise discriminate against an employee in reprisal for disclosing to any of the list of persons or entities provided below, information that the employee reasonably believes is evidence of gross mismanagement of a federal contract or grant, a gross waste of federal funds, an abuse of authority relating to a federal contract or grant, a substantial and specific danger to public health or safety, or a violation of law, rule, or regulation related to a federal contract (including the competition for or negotiation of a contract) or grant. The list of persons and entities referenced in the paragraph above Includes the following: (1) A member of Congress or a representative of a committee of Congress; (11) An Inspector General; (lit) The Government Accountability Office; (Iv) A Treasury employee responsible for contract or grant oversight or management; (v) An authorized official of the Department of Justice or other law enforcement agency; (vi) A court or grand jury; or (vll) A management official or other employee of Recipient, subreciplent, contractor, or subcontractor who has the responsibility to investigate, discover, or address misconduct. Subrecipient or Contractor shall inform its employees in writing of the rights and remedies provided under this section, in the predominant native language of the workforce. SS. City and Contractor acknowledge that if additional federal guidance is Issued, an amendment to this Contract may be necessary, in the event any of the terms In this Exhibit conflict with any other terms in the Contract, the terms in this Exhibit shall control. Page: APPENDIX B-Certifications for Federal -Aid Contracts.17 Form f tm -9 Request for Taxpayer Give form to the (Rev. March 2024) Identification Number and Certification requester. Do not Department of the Treasury Go to www.irs.gov/ForinW9 for instructions and the latest information. send to the IRS. Internal Revenue Service Before you begin. For guidance related to the purpose of Form W-9, see Purpose of Form, below, Name of entity/individual. An entry is required. (Fora sole proprietor or disregarded entity, enter the owner's name on line 1, and enter the business/dlsregarded entity's name on line 2.) ROYAL CONSTRUCTION CORP 2 Business name/disregarded entity name, If different from above, co 3a Check the appropriate box for federal tax classification of the entityllndlvidual whose name is entered on line i. Check 4 Exemptions (codes apply only to roonly one of the following seven boxes. certain entitles, not individuals; a ❑ Individual/sole proprietor © C corporation ❑ S corporation ❑ Partnership ❑ Trust/estate see instructions on page 3): o y ❑ I.I.C. Enter the tax classification (C = C corporation, S = s corporation, P = Partnership) . . . . Exempt payee code (it any) Q �° Note: Check the "LLC" box above and, In the entry space, enter the appropriate code (C, S, or P) for the tax Account Tax chi classification of the LLC, unless it is a disregarded entity. A disregarded entity should Instead check the appropriate Exemption from Foreign 0 4 box for the tax classification of Its owner. Compliance Act (FATCA) reporting in ❑Other (see Instructions) code Of any) a. u lies to accounts maintained (Applies 3b if on line 3a you checked "Partnership" or "Trust/estate," or checked "LLC" and entered "P" as its lax classification, Q and you are providing this form to a partnership, trust, or estate in which you have an ownership Interest, check beneficiaries. See Instructions ❑ outside the United States.) this box If you have any foreign partners, owners, or , . . . . . , , . 5 Address (number, street, and apt. or suite no.). See instructions. Requester's name and address (optional) 11680 GOLDRING RD, SUITE A 6 City, state, and ZIP code ARCADIA, CA 91006 7 List account number(s) here (optional) Taxpayer Identification Number (TIN) Enter your TiN in the appropriate box. The TIN provided must match the name given on line 1 to avoid social security number backup withholding. For individuals, this Is generally your social security number (SSN). However, for a FM M resident allen, sole proprietor, or disregarded entity, see the Instructions for Part 1, later. For other _ _ entities, it is your employer identification number (EIN). If you do not have a number, see How to gat a TIN, later, Note: If the account is in more than one name, see the Instructions for tine 1. See also What Name and Number To Give the Requester for guidelines on whose number to enter. ertification or i Employer identification number I r7©0©mu000M Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am walling for a number to be issued to me); and 2. 1 am not subject to backup withholding because (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3,1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that i am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage Interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an Individual retirement arrangement (IRA), and, generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part 11, later. Sign Signature of 11 C 7 , Here U.S.person .:'���.. - 'rA,(,;l,j••i !�T' Data General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest Information about developments related to Form W-9 and Its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9, What's New Line 3a has been modified to clarify how a disregarded entity completes this line. An LLC that is a disregarded entity should check the appropriate box for the tax classifioation of its owner. Otherwise, it should check the "LLC" box and enter its appropriate tax classification. New fine 3b has been added to this form. A flow -through entity is required to complete this line to indicate that It has direct or indirect foreign partners, owners, or beneficiaries when it provides the Form W-9 to another flow -through entity In which it has an ownership interest. This change is intended to provide a flow -through entity with information regarding the status of its indirect foreign partners, owners, or beneficiaries, so that it can satisfy any applicable reporting requirements. For example, a partnership that has any indirect foreign partners may be required to complete Schedules K-2 and K-3. See the Partnership Instructions for Schedules K-2 and K-3 (Form 1065), Purpose of Form An Individual or entity (Form W-9 requester) who is required to file an Information return with the IRS is giving you this form because they Cat. No. 10231X Form W-9 (Rev.3-2024) ROYAL CONSTRUCTION CORP. EXHIBIT B INSURANCE REQUIREMENTS Prior to the beginning of and throughout the duration of the Work, Contractor will maintain insurance in conformance with the requirements set forth below. Contractor will use existing coverage to comply with these requirements. If that existing coverage does not meet the requirements set forth here, Contractor agrees to amend, supplement or endorse the existing coverage to do so. Contractor acknowledges that the insurance coverage and policy limits set forth in this section constitute the minimum amount of coverage required. Any insurance proceeds available to City in excess of the limits and coverage required in this Contract and which is applicable to a given loss, will be available to City. Contractor shall provide the following types and amounts of insurance: Commercial General Liability Insurance. Contractor shall maintain commercial general liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01, in an amount not less than $1,000,000 per occurrence, $2,000,000 general aggregate, for bodily injury, personal injury, and property damage, and a $2,000,000 completed operations aggregate. The policy must include contractual liability that has not been amended. Any endorsement restricting standard ISO "insured contract" language will not be accepted. Automobile liability insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with Work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than $1,000,000 combined single limit for each accident. Workers' compensation insurance. Contractor shall maintain Workers' Compensation Insurance (Statutory Limits) and Employer's Liability Insurance (with limits of at least $1,000,000) for Contractor 's employees in accordance with the laws of the State of California, Section 3700 of the Labor Code In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California, Section 3700 for all of the subcontractor's employees. Excess or Umbrella Liability Insurance. (Over Primary) Contractor shall obtain and maintain an umbrella or excess liability insurance policy that will provide bodily injury, personal injury and property damage liability coverage at least as broad as the primary coverages set forth above, including commercial general liability, automobile liability, and employer's liability. Such policy or policies shall include the following terms and conditions: Contractor shall obtain and maintain an umbrella or excess liability insurance policy that will provide bodily injury, personal injury and property damage liability coverage at least as broad as the primary coverages set forth above, including commercial general liability, automobile liability, and employer's liability. Such policy or policies shall include the following terms and conditions: ROYAL CONSTRUCTION CORP. • A drop down feature requiring the policy to respond in the event that any primary insurance that would otherwise have applied proves to be uncollectable in whole or in part for any reason; • Pay on behalf of wording as opposed to reimbursement; • Concurrency of effective dates with primary policies; and • Policies shall "follow form" to the underlying primary policies. • Insureds under primary policies shall also be insureds under the umbrella or excess policies. Builder's risk insurance. Upon commencement of construction and with approval of Agency, Contractor shall obtain and maintain builder's risk insurance for the entire duration of the Project until only the Agency has an insurable interest. The Builder's Risk coverage shall include the coverages as specified below. The named insureds shall be Contractor and Agency, including its officers, officials, employees, and agents. All Subcontractors (excluding those solely responsible for design Work) of any tier and suppliers shall be included as additional insureds as their interests may appear. Contractor shall not be required to maintain property insurance for any portion of the Project following transfer of control thereof to Agency. The policy shall contain a provision that all proceeds from the builder's risk policy shall be made payable to the Agency. The Agency will act as a fiduciary for all other interests in the Project. Policy shall be provided for replacement value on an "all risk" basis forthe completed value of the project. There shall be no coinsurance penalty or provisional limit provision in any such policy. Policy must include: (1) coverage for any ensuing loss from faulty workmanship, Nonconforming Work, omission or deficiency in design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities, fixtures and all other properties constituting a part of the Project; (4) Ordinance or law coverage for contingent rebuilding, demolition, and increased costs of construction; (5) transit coverage (unless insured by the supplier or receiving contractor), with sub -limits sufficient to insure the full replacement value of any key equipment item; (6) Ocean marine cargo coverage insuring any Project materials or supplies, if applicable; (7) coverage with sub -limits sufficient to insure the full replacement value of any property or equipment stored either on or off the Site or any staging area. Such insurance shall be on a form acceptable to Agency to ensure adequacy of terms and sublimits and shall be submitted to the Agency prior to commencement of construction. Insurance procured pursuant to these requirements shall be written by insurers that are admitted carriers in the state of California and with an A.M. Bests rating of A- or better and a minimum financial size Vll. General conditions pertaining to provision of insurance coverage by Contractor. Contractor and City agree to the following with respect to insurance provided by Contractor: 1. Contractor agrees to have its insurer endorse the third party General liability policies shall provide or be endorsed to provide that Agency and its officers, officials, employees, agents, and volunteers shall be additional insurer under such policies ROYAL CONSTRUCTION CORP. using standard ISO endorsement No. CG 2010.. Contractor also agrees to require all contractors, and subcontractors to do likewise. 2. No liability insurance coverage provided to comply with this Contract shall prohibit Contractor, or Contractor's employees, or agents, from waiving the right of subrogation prior to a loss. Contractor agrees to waive subrogation rights against City regardless of the applicability of any insurance proceeds, and to require all contractors and subcontractors to do likewise. 3. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other Contract relating to the City or its operations limits the application of such insurance coverage. 4. None of the coverage required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. 5. No liability policy shall contain any provision or definition that would serve to eliminate so-called "third party action over' claims, including any exclusion for bodily injury to an employee of the insured or of any contractor or subcontractor. 6. All coverage types and limits required are subject to approval, modification and additional requirements by the City, as the need arises. Contractor shall not make any reductions in scope of coverage (e.g. elimination of contractual liability or reduction of discovery period) that may affect City's protection without City's prior written consent. 7. Proof of compliance with these insurance requirements, consisting of certificates of insurance evidencing all of the coverage required and an additional insured endorsement to Contractors general liability policy, shall be delivered to City at or prior to the execution of this Contract. In the event such proof of any insurance is not delivered as required, or in the event such insurance is canceled at any time and no replacement coverage is provided, City has the right, but not the duty, to obtain any insurance it deems necessary to protect its interests under this or any other Contract and to pay the premium. Any premium so paid by City shall be charged to and promptly paid by Contractor or deducted from sums due Contractor, at City option. 8. Certificate(s) are to reflect that the insurer will provide 30 days notice to City of any cancellation of coverage. Contractor agrees to require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor' (as opposed to being required) to comply with the requirements of the certificate. ROYAL CONSTRUCTION CORP. 9. It is acknowledged by the parties of this Contract that all insurance coverage required to be provided by Contractor or any subcontractor, is intended to apply first and on a primary, noncontributing basis in relation to any other insurance or self insurance available to City. 10. Contractor agrees to ensure that subcontractors, and any other party involved with the project who is brought onto or involved in the project by Contractor, provide the same minimum insurance coverage required of Contractor. Contractor agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Contractor agrees that upon request, all Contracts with subcontractors and others engaged in the project will be submitted to City for review. 11. Contractor agrees not to self -insure or to use any self -insured retentions or deductibles on any portion of the insurance required herein and further agrees that it will not allow any contractor, subcontractor, Architect, Engineer or other entity or person in any way involved in the performance of work on the project contemplated by this Contract to self -insure its obligations to City. If Contractor's existing coverage includes a deductible or self -insured retention, the deductible or self - insured retention must be declared to the City. At that time the City shall review options with the Contractor, which may include reduction or elimination of the deductible or self -insured retention, substitution of other coverage, or other solutions. 12. The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Contractor ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Contractor, the City will negotiate additional compensation proportional to the increased benefit to City. 13. For purposes of applying insurance coverage only, this Contract will be deemed to have been executed immediately upon any party hereto taking any steps that can be deemed to be in furtherance of or towards performance of this Contract. 14. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any insurance requirement in no way imposes any additional obligations on City nor does it waive any rights hereunder in this or any other regard. 15. Contractor will renew the required coverage annually as long as City, or its employees or agents face an exposure from operations of any type pursuant to this Contract. This obligation applies whether or not the Contract is canceled or terminated for any reason. Termination of this obligation is not effective until City executes a written statement to that effect. 16. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered ROYAL CONSTRUCTION CORP. shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City within five days of the expiration of the coverage. 17. The provisions of any workers' compensation or similar act will not limit the obligations of Contractor under this Contract. Contractor expressly agrees not to use any statutory immunity defenses under such laws with respect to City, its employees, officials and agents. 18. Requirements of specific coverage features or limits contained in this section are not intended as limitations on coverage, limits or other requirements nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or insured to be limiting or all-inclusive. 19.These insurance requirements are intended to be separate and distinct from any other provision in this Contract and are intended by the parties here to be interpreted as such. 20. The requirements in this Section supersede all other sections and provisions of this Contract to the extent that any other section or provision conflicts with or impairs the provisions of this Section. 21. Contractor agrees to be responsible for ensuring that no contract used by any party involved in any way with the project reserves the right to charge City or Contractor for the cost of additional insurance coverage required by this Contract. Any such provisions are to be deleted with reference to City. It is not the intent of City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against City for payment of premiums or other amounts with respect thereto. Contractor agrees to provide immediate notice to City of any claim or loss against Contractor arising out of the work performed under this Contract. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. EXECUTED IN 3 ORIGINAL COUNTERPARTS BOND NUMBER: 7901219653 PERFORMANCE BOND WHEREAS the CITY OF ROSEMEAD (also herein "Obligee") has awarded to ROYAL CONSTRUCTION CORP. (hereinafter "Contractor"), a contract for work consisting of but not limited to, furnishing all labor, materials, tools, equipment, services, and incidentals for the PUBLIC SAFETY CENTER UPGRADES PROJECT and all other required structures and facilities within the rights -of -way, easements and permits; WHEREAS, the Work to be performed by the Contractor is more particularly set forth in that certain contract for the said Public Work dated OCTOBER 6TH, 2024 (hereinafter the "Public Work Contract"); and WHEREAS, the Contractor is required by said Public Work Contract to perform the terms thereof and to provide a bond both for the performance and guaranty thereof, NOW, THEREFORE, we ROYAL CONSTRUCTION CORP. , the undersigned Contractor, as Principal, and NATIONWIDE MUTUAL 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 OF ROSEMEAD in the sum of TWO MILLION THREE HUNDRED EIGHTY EIGHT THOUSAND & 00/100 dollars, ($ 2,388,000.00 ), said sum being not less than 100% of the total amount payable by the said Obligee under the terms of the said Public Work Contract, for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, 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 Public Work Contract and any alteration thereof made as therein provided, on his or their part, 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 Obligee, its officers and agents, as stipulated in the said Public Work Contract, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. In the event legal action is required to enforce the provisions of this agreement, the prevailing party shall be entitled to recover reasonable attorneys' fees in addition to court costs, necessary disbursements, and other damages. [n case legal action is required to enforce the provisions of this bond, the prevailing party shall be entitled to recover reasonable attorneys' fees in addition to court costs, necessary disbursements and other consequential damages. The said Surety, for value received, hereby stipulates and agrees that no change, extensions of time, alteration or addition to the terms of the Public Work Contract or to the Work to be performed PERFORMANCE BOND - 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 Specifications. IN WITNESS WHEREOF, we have hereto set our hands and seals this 3RD day on OCTOBER , 20 24 ROYAL CONSTRUCTION CORP. Principal/Contractor By: l- 4K,$C�0 ffD President NATIONWIDE MUTUAL INSUPXCE COMPANY Surety By: Attorn"actKEVIVEGA The rate of premium on this bond is $9.89 per thousand. The total amount of premium charged, $ 23,626.00 (The above must be filled in by corporate surety.) PERFORMANCE BOND - 2 STATE OF CALIFORNIA ) ss. COUNTY OF ) On this day of , in the year , before me, a Notary Public in and for said state, personally appeared , known to me (or proved to be on the basis of satisfactory evidence) to be the person whose name is subscribed to the within instrument as the Attorney -in -Fact of the (surety) and acknowledged to me that he subscribed the name of the (surety) thereto and his own name as Attorney -in -Fact. (SEAL) My Commission expires Notary Public in and for said State PERFORMANCE BOND - 3 CERTIFICATE AS TO CORPORATE PRINCIPAL I, , certify that I am the Secretary of the corporation named as principal to the within bond; that who signed the said bond on behalf of the principal was then of said corporation; that I know his signature, and his signature thereto is genuine; and that said bond was duly signed, sealed and attested for and in behalf of said corporation by authority of its governing Board. (Corporate Seal) Signature Date NOTE: A copy of the power of attorney to local representatives of the bonding company may be attached hereto. PERFORMANCE BOND - 4 Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company, an Ohio corporation hereinafter referred to severally as the 'Company' and collectively as 'the Companies' does hereby make, constitute and appoint: PHILiP E VEGA, MYRNA F SMITH, KEVIN VEGA, BRIT -TON CHRISTIANSEN each In their individual capacity, its true and lawful attorney -in -fact, with full power and authority to sign, seat, and execute on its behalf any and all bonds and undertakings, and other obligatory instruments of similar nature, In penalties not exceeding the sum of UNLIMITED and to bind the Company thereby, as fully and to the same extent as if such Instruments wore signed by the duly authorized officers of the Company; and all acts of sold Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney Is made and executed pursuant to end by authority of the following resolution duly adopted by the board of directors of the Company. 'RESOLVED, that the president, or any vice president be, and each hereby Is, authorized and empowered to appoint attorneys -in -fact of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds, forms, applications, memorandums, undertakings, recognizances, transfers, contracts of indemnity, policies, contracts guaranteeing the fidelity of persons holding posiftons of public or private trust, and other writings obligatory in nature that the business of the Company may require; and to modify or revoke, with or without cause, any such appointment or authority, provided, however, that the authority granted hereby shall In no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company.' "RESOLVED FURTHER, that such attomays-In•fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them, and to affix the seal of the Company thereto; provided, however, that said seal shall not be necessary for the validity of any such documents: This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents, instruments, contracts, or other papers in connection with the operation of the business of the company In addition to the chairman of the board, the chief executive officer, president, treasurer or secretary; provided, however, the signature of any of them may be printed, engraved, or stamped on any approved document, contract, Instrument, or other papers of the Company. IN WITNESS WHEREOF, the Company has caused this instrument to be sealed and duly attested by the signature of its officer the 20th day of August, 2021. 4#0- Antonio C. Albanese, Vice President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT +, STATE OF NEW YORK COUNTY OF NEW YORK: ss �? " •.tip, #7 On this 20th day of August, 2021, before me came the above -named officer for the Company described In who executed the aforesaid, to me personally known to be the officer and preceding �AT Instrument, and he acknowledged the execution of the same, and being by me duly R� : , swam, deposes and says, that he is the officer of the Company aforesaid, that the seat affixed �ro `ltiHtyS \�'4 tip,- hereto Is the corporate seat of said Company, and the said corporate seal and his signature were duly affixed and subscribed to said instrument by the authority and direction of said Company. stcphallo RuWo McArthur Notary Public, stato of NOW York No. 02MC6270117 auallrted In Now York Cgurty Nary Pubic Commlaefan Eyptms Oclabof 19 2024 My Cam uw agkc% Ou.ba 11.2021 CERTIFICATE I, Laura B. Guy, Assistant Secretary of the Company, do hereby certify that the foregoing is a full, true and correct copy of the original power ofiattorriey Issued by the Company; that the resotulion Included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner, that sold Antonio C. Albanese was on the date of the execution of the foregoing power of attorney the duty elected officer of the Company, and the corporate seal and his signature as officer were duly affixed and subscribed to the said Instrument by the autho* of said board of directors; and the foregoing power of attorney is still In full fore and effect IN WITNESS WHEREOF, I have hereunto subscribed my name as Assistant Secretary, and affixed the corporate seal of said Company this 3rd day of Oc�tober 2024 Assistant Secretary BDJ 1(08-21)00 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of LOS ANGELES On October 3rd, 2024 ) ss. before me, Philip Vega, Notary Public Here Insert Name and Title of the Officer personally appeared Kevin Vega, Attorney -in -Fact Name(s) of Signers) Votary Aught . C Count -vnia Z ;W.JINy Los fission s C 4905 > Commission = 2a90569 Comm, Expires may 31, 2028 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. OPTIONAL Though the Information below Is not required by law, It may prove valuable to porsons relying on the and reattachment of this form to another document. Description of Attached Document Title of Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Number of Pages: prevent fraudulent removal Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer Title(s): ❑ Corporate Officer T1tle(s): ❑ Partner - ❑ Limited ❑ General ❑ Partner - ❑ Limited ❑ General ❑ Attorney in Fact Right Thumbprint or Signer ❑ Attorney in Fact ❑ Trustee Too of thumb here ❑ Trustee ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: ❑ Other: CA1DD102000.50111\10151761.2 M+r���•���µr`� 22 (UPDATED:01-19) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California Los Angeles County of On 10/04/2024 before me, Erika Magaleon, Notary Public (insert name and title of the officer) personally appeared Hanson Ho who proved to me on the basis of satisfactory evidence to be the person(O whose name() is/a-Fe subscribed to the within instrument and acknowledged to me that he/siae/thay executed the same in his/he/their authorized capacity(4es), and that by his/he#th4air signature on the instrument the person(o, or the entity upon behalf of which the persons) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. *my ERIKAIAAG,.LECN WITNESS my hand and official seal. Nowry Public • CaliforniaLos Angeles CountyCommission # 2398301 Comm. Expires Apr 18, 2026 Signature (Seal) EXECUTED IN 3 ORIGINAL COUNTERPARTS BOND NUMBER; 7901219653 PAYMENT (MATERIAL & LABOR) BOND WHEREAS the CITY OF ROSEMEAD (hereinafter "Obligee") has awarded to ROYAL CONSTRUCTION CORP, (hereinafter "Contractor"), a contract for work consisting of but not limited to, furnishing all labor, materials, tools, equipment, services, and incidentals for the PUBLIC SAFETY CENTER UPGRADES PROJECT and all other required structures and facilities within the rights -of -way, easements and permits; WHEREAS, the Work to be performed by the Contractor is more particularly set forth in that certain contract for the said Public Work dated OCTOBER 8TH, 202a , (hereinafter the "Public Work Contract"); and WHEREAS, said Contractor is required to furnish a bond in connection with said Public Work Contract providing that if said Contractor or any of his or its subcontractors shall fail to pay for any materials, provisions, or other supplies, or terms used in, upon, for or about the performance of the Work contracted to be done, or for any work or labor done thereon of any kind, or for amounts due under the provisions of 3248 of the California Civil Code, with respect to such work or labor, that the Surety on this bond will pay the same together with a reasonable attorney's fee in case suit is brought on the bond, NOW, THEREFORE, we ROYAL CONSTRUCTION CORP. , the undersigned Contractor, as Principal and NATIONWIDE MUTUAL 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 OF ROSEMEAD and to any and all material men, persons, companies or corporations furnishing materials, provisions, and other supplies used in, upon, for or about the performance of the said Public Work, and all persons, companies or corporations renting or hiring teams, or implements or machinery, for or contributing to said Public Work to be done, and all persons performing work or labor upon the same and all persons supplying both work and materials as aforesaid excepting the said Contractor, the sum of TWO MILLION THREE HUNDRED EIGHTY THOUSAND & 001100 dollars, ($ 2,388,000.00 ), said sum being not less than 100% of the total amount payable by said Obligee under the terms of the said Public Work Contract, for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Principal, his or its subcontractors, heirs, executors, administrators, successors, or assigns, shall fail to pay for any materials, provisions, or other supplies or machinery used in, upon, for or about the performance of the Work contracted to be done, or for work or labor thereon of any kind, or fail to pay any of the persons named in California Civil Code Section 3181, or amounts due under the Unemployment Insurance Code with respect to work or labor performed by any such claimant, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and his subcontractors pursuant to PAYMENT BOND - 1 Section 13020 of the Unemployment Insurance Code with respect to such work and labor, and all other applicable laws of the State of California and rules and regulations of its agencies, then said Surety will pay the same in or to an amount not exceeding the sum specified herein. In case legal action is required to enforce the provisions of this bond, the prevailing party shall be entitled to recover reasonable attorneys' fees in addition to court costs, necessary disbursements and other consequential damages. In addition to the provisions hereinabove, it is agreed that this bond will inure to the benefit of any and all persons, companies and corporations entitled to make claims under Sections 3110, 3111, 3112 and 3181 of the California Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond. The said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or additions to the terms of the said Public Work Contract or to the Work to be performed thereunder or the specification 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. IN WITNESS WHEREOF, we have hereto set our hands and seals this 3RP day on OCTOBER , 20 24 ROYAL CONSTRUCTION CORP. Principal/Contractor By. OM C�6t4 OV President NATIONWIDE MUTUAL INS KANCE COMPA Surety By: V4�2 �A QA Actor e n-Fact VELA PAYMENT BOND - 2 STATE OF CALIFORNIA ) COUNTY OF ) ss. On this day of , in the year , before me, , a Notary Public in and for said state, personally appeared , known to me (or proved to be on the basis of satisfactory evidence) to be the person whose name is subscribed to the within instrument as the Attorney -in -Fact of the (surety) and acknowledged to me that he subscribed the name of the (surety) thereto and his own name as Attorney -in -Fact. (SEAL) My Commission Expires Notary Public in and for said State PAYMENT BOND - 3 CERTIFICATE AS TO CORPORATE PRINCIPAL I, , certify that I am the Secretary of the corporation named as principal in the attached bond, that who signed the said bond on behalf of the principal was then of said corporation; that I know his signature, and his signature thereto is genuine; and that said bond was duly signed, sealed and attested for and in behalf of said corporation by authority of its governing Board. (Corporate Seal) Signature Date NOTE: A copy of the power of attomey to local representatives of the bonding company may be attached hereto. PAYMENT BOND - 4 Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual insurance Company, an Ohio corporation hereinafter referred to severally as the 'Company' and collectively as 'the Companies' does hereby make, constitute and appoint: PHILIP E VEGA, MYRNA F SMITH, KEVIN VEGA, BRITTON CHRISTIANSEN each in their Individual capacity. Its true and lawful attomeyin-fact, with full power and authority to sign, seal, and execute on its behalf any and all bonds and undertakings, and other obligatory Instruments of similar nature, In penalties not exceeding the sum of UNLIMITED and to bind the Company thereby, as fully and to the same extent as if such Instruments were signed by the duly authorized officers of the Company; and all acts of said Attorney pursuant to the authority given ere hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company: 'RESOLVED, that the president, or any vice president be, and each hereby is, authorized and empowered to appoint attomeys-in•fact of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds, forms, applications, memorandums, undertakings, recognizances, transfers, contracts of Indemnity, policies, contracts guaranteeing the ridelity of persons holding positions of public or private trust, and other writings obligatory In nature that the business of the Company may require; and to modify or revoke, with or without cause, any such appointment or authority, provided, however, that the authority granted hereby shall in no way timl the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company.' 'RESOLVED FURTHER, that such attomeys-!n-fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and [imitations of the power of attorney Issued to them, and to affix the seal of the Company thereto; provided, however, that said seal shall not be necessary for the validity of any such documents.' This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approve ocuments, instruments, contracts, or other papers in connection with the operation of the business of the company In addition to the chairman of the board, the chief executive officer, president, treasurer or secretary; provided, however, the signature of any of them may be printed, engraved, or stamped on any approved document, contract, Instrument, or other papers of the Company. IN WITNESS WHEREOF, the Company has caused this instrument to be sealed and duly attested by the signature of its officer the 201h day of August 2021• X0- Antonio C. Albanese, Vice President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT • '• STATE OF NEW YORK COUNTY OF NEW YORK: ss / • .•�,� On this ZOth day of August, 2021, before me came the above -Warned officer for the Company described In the r aforesaid, to me personally known to be the officer and who executed preceding being by duly instrument, and he acknowledged the execution of the same, and ma ♦/�roj sworn, deposes and says, that he is the officer of the Company aforesaid, that the seal affixed / at hereto is the corporate seal of said Company, and the said corporate seal and his signature were \�1 duly affixed and subscribed to said Instrument by the authority and direction of said Company. Stophanlo Rubino McArthur Notary Pubilc, stare of New York Na 02MC6270117 OuaX d to New York County Notwr pubic comml3slanDolms October 192024 My C*=4$1on Eder octow it. 1e24 CERTIFICATE 1, Laura B, Guy, Assistant Secretary of the Company, do hereby certify that the foregoing Is a full, true and correct copy of the original power of attorney Issued by the Company; that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of diiectarsaridthe same has not been revoked or amended in any manner, that said Antonio C. Albanese was on the dale of the execution of the foregoing power of attorney the duly elected officer of the Company, and the corporate seal and his signature as officer were duly affixed and subscribed to the said Instrument bythe authority of said board of directors; and the foregoing power of attorney is still in full force and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name as Assistant Secretary• and affixed the corporate seat of said Company this "3b day of October 2024 Assistant Secretary BDJ 1(08-21)00 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of LOS ANGELES On October 3rd, 2024 ) ss. before me, Philip Vega, Notary Public Here Insert Name and Title of the Officer personally appeared Kevin Vega, Attorney -in -Fact Name(s) of Signer(s) -� PHIL;P'vEGA f Notary Pcbdc • Caofcmia Los A„§e!es "%,jrJ = Commission ; 249C569 My Comm. 'xpves May 31. 2028 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paroraph is true and correct. WITNESS my hand andp�`figWseal. OPTIONAL Though the Information below is not required bylaw, it may prove valuable to persons relying on the and reatlachment of this form to another document. Description of Attached Document Title of Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer Tille(s): ❑ Partner - ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardlan or Conservator ❑ Other; CA10D102000.50111 \ 10151761, 2 22 Number of Pages: prevent fraudulent removal Signer's Name: ❑ Individual ❑ Corporate Officer Tille(s): ❑ Partner - ❑ Limited ❑ General ❑ Attorney In Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: (UPDATED: 01-19) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On 10/04/2024 before me, Erika Magaleon, Notary Public (insert name and title of the officer) personally appeared Hanson Ho who proved to me on the basis of satisfactory evidence to be the person( whose name(j is/wxe— subscribed to the within instrument and acknowledged to me that he/sheithey executed the same in his/her4thefr authorized capacity(ies), and that by his/her/their signatureo on the instrument the person(), or the entity upon behalf of which the person) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) *my ERIKA MAGALEON Notary Public - California Los Angeles CountyCommisslon X 2398301 Comm. Expires Apr 18, 2026 ACORO® CERTIFICATE OF LIABILITY INSURANCE FDA 010412 24 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($), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policypea) 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 Ilan of such endorsements . PRODUCER Pacific Global Insurance Brokers - Tom Leach O ACT Tom Leach E . 818.339-1869 F e rRUBLE . dskhelpti®gmell.com 2146 Boa Circle INSURERS AFFORDING COVERAGE NAICO Thousand Oaks CA 91362 INSURED Royal Construction Corp. c11680 Goldring Road, Suite A .. INSURER A: GemW Insurance Company INSURER a ; Employers Mutual Casualty Company 10833 21415 INSURER c: GuldeOns National Insurance Company _ 14167 INSURER D: Everest Premier Insurance Company 27507 INSURER E : INSURER P : Arcadia CA 91006 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO A" THE•TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. am LTATYPECFINSURANCE A COY{IERCULGENERALLIABILTTY CLAIMS hdADE ®OCCUR Y Y POLICYNUMBER VCGPO29200 WI) 0312112024 wD Y EXP 03/21/2025 LIfdRB EACH OCCURRENCE .. .. $ 1,000,OOD 1 F n e S 100,000 LGDEXP one roan S 5,000 PERSONAL & AOV INJURY c 1,000,000 GENERAL AGGREGATE S 2,000,00D GENLAGaREGATSMrAPPLIESPER: pR� POLICY ® JECT ❑ LCC PRODUCTS • COMPIOPAGG OQ $ 2,000,0. S B Dom': AUTOMOBU UASILRY ANYAUTO OWNED SCHEDULED AUTOS ONLY AUTOSED HIRED NON-OWN AUTOS ONLY AUTGS ONLY Y Y 6E232432$ 07/1712024 07/17/2025 COa�,d z. : 1,00D,000 BODILY IMfURY(Parr peraort) $ BODILY WJURY(Pwaee�deni) $ F OPEATY D GE $ $ C ULleRELLALIAa Exc£ssLIAB OCR CLAUAS4. OE Y Y 550000269-05 03/21/2024 03/21/2025 EACH OCCURRENCE S ;00%000 AGGREGATE s 3,00D,000. s DED RerENTioNs D WORKERS COLWENATtON ANDFEWLOYERIi'LUSUM NRTECUTIVEOEAA MFnr ffDrrEyy99> RIPTlONOFOPERATIONS6eow DYY!N andatemIn N►q NIA Y 7600016034241 02101/2024 02/01/2025 E.LEACH ACCIDENT 1,000,000 E.LDISEASE -EAEMPLOY s 1,00,0 E.LDISEASE-CYMrr S 1,00,000 rProject: CR:PMONOFOPERATIONS ILOCATIONS IVEHICLES(ACORD/01,AddlUonalRemarksScheduto, maybe attached Itmar* tpacelrrroqutred) Renovation of public safety center located at 3018 Charlotte Avenue, Rosemead, CA 91770 il The City of Rosemead, Its officers, officials, employees, agents and volunteers are named as additional Insureds far general liability, automobile IlablUty end umbrella Dablilty per attached forms CG 2010 07 04, CG 201812 19, CG 2037 07 04, and CA7270 1117, Waiver of Subrogation per ettached'forTls CG 2404 12 19 and WC 04 03 06, Primary and Noncontributory Insurance applles per form VE 0973 04 20 City of Rosemead Attn: Ben Kim, City Manager 8838 E. Valley Blvd, Rosemead ACORD 25 (2016/03) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ` ACCORDANCE WITH THE POLICY PROVISIONS, AUTHORIIEDREPRESENTATIVE .v.N.1yrs.as,; Ti,? Ltac% i% :o.a........ CA 91770 4D1988-2015 ACORD The ACORD name and logo are registered marks of ACORD rights reserved. Policy Number. VCGP031363 CG 20 10 07 04 Insured Name: Royal Construction Corp. Number: 32 Effective Date: 03/21/2024 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSORS OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Part SCHEDULE Name Of Additional Insured Person(s) Or Organizationis): Locations) Of Covered Operations Any person or organization when you have agreed All locations for which you have agreed in a written in a written and executed contract, prior to an and executed contract prior to an "occurrence *occurrence*, that such person or organization be added as an additional insured on your policy information required to complete this Schedule, if not shown above, will be shown In the Declarations. A. Section II — Who Is An Insured is amended B. With respect to the insurance afforded to to Include as an additional insured the these additional insureds, the following person(s) or organizations) shown in the additional exclusions apply: Schedule, but only with respect to liability for This insurance does not apply to "bodily "bodily injury", "property damage" or " " injury or property damage' occurring after: personal and "advertising injurycaused, in whole or in part, by: 1. All work, including materials, parts or equipment furnished in connection with 1. Your acts or omissions; or such work, on the project (other than 2. The acts or omissions of those acting on service, maintenance or repairs) to be your behalf; performed by or on behalf of the In. the performance of your ongoing additional insured(s) at the location of.the operations for the additional Insured(s) at the covered operations has been completed; location(s) designated above. or 2. That portion of "your work" out of which the injury or damage arises has been put to Its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project: CG 2010 07 04 @ ISO Properties, Inc., 2004 Page 1 of 1 Policy Number: VCGPO31353 CG 20 18 12 19 insured Name: Royal Construction Corp. Number. 33 Effective Date: 03/21/2024 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - MORTGAGEE, ASSIGNEE OR RECEIVER This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Part Schedule Nam s Of Persons Or Organization(s) Designation Of Premises Any person or organization you have agreed in a All premises for which you have agreed in a written and executed contract, prior to an written and executed contract prior to an "occurrence", that such person or organization be 'occurrence." added as an additional insured on your policy. Information required to complete this Schedule if not shown above will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional Insured the person(s) or orgenization(s) shown in the Schedule, but only with respect to their liability as mortgagee, assignee or receiver and arising out of the ownership, maintenance or use of the premises by you and shown in the Schedule. However. 1. The Insurance afforded to such additional Insured only applies to the extent permitted by law; and 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. C. With respect to the insurance afforded . to these additional insureds, the following is added to Section III — Limits Of Insurance: if coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured Is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. B. This insurance does not apply to structural alterations, new construction and demolition operations performed by or for that person or organization. All other terms and conditions of this Policy remain unchanged. CG 2018 1219 © Insurance Services Office, Inc., 2018 Page'1 of 1 Policy Number: VCGP031363 CG 20 37 07 04 Insured Name: Royal Construction Corp. Number: 34 Effective Date: 03/21/2024 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 SCHEDULE Name Of Additional Insured Person(s) Location And Description Of Completed Or Organization(s): Operations Any person or organization when you have agreed in All locations and completed operations for which a written and executed contract, prior to an you have agreed In a written and executed contract .occurrence", that such person or organization be prior to an 'occurrence." added as an additional insured on your policy. Information required to complete this Schedule, if not shown above, will be shown In the Declarations. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, In whole or in part, by 'Your work" at the location designated and described In the schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". CG 20 37 07 04 ® ISO Properties, Inc., 2004 Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 06 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA We have the right to recover our payments from anyone liable for an Injury covered by this policy. We will not enforce our right against the person or organization named In the Schedule, (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged In the work described in the Schedule. The additional premium for this endorsement shall be 2 % of the California workers' compensation premium otherwise due on such remuneration, SCHEDULE PERSON OR ORGANIZATION JOB DESCRIPTION ANY PERSON OR ORGANIZATION FOR BLANKET WAIVER OF SUBROGATION WHOM THE NAMED INSURED HAS AGREED BY WRITTEN CONTRACT TO FURNISH THIS WAIVER - 11998 by the werker& Compermflon trssuramo Raling Bureau of Callfornla. All rights reserved. From the WCIRB's CalPfomla Workers' Compensation Insurance Forms Manual - 1999. NSUR® COPY Policy Number: VCGP031363 CG 24 04 12 19 insured Name: Royal Construction Corp. Number: 35 Effective Date: 03121/2024 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: Commercial General Uability Coverage Part Schedule Name Of Person(s) Or Organizatlon(s): Any person or organization you have agreed in a written and executed contract, prior to an 'occurrence', that you would provide such person or organization a waiver of transfer of rights of recovery against others to us on your policy. 5-nfAr.,, atinn ramdred to cmmnlete this Schedule. if not shown above, will be shown in the Declarations. I Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only to the .extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. All other terns and conditions of this Policy remain unchanged. CG 24 04 12 19 0 Insurance Services Office, inc., 2018 Page 1 of 1 Policy Number: VCGP031363 VE 09 73 04 20 Insured Name: Royal Construction Corp. Number: 41 Effective Date: 03/2112024 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies Insurance provided under the following: Commercial General Liability Coverage Part The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance Is primary to and will not seek contribution from any other Commercial General Liability insurance available to an additional Insured under your policy, but only if: (1) The additional insured Is a Named Insured under such other Commercial General Liability Insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other Commercial General Liability insurance available to the additional Insured. Coverage granted to an additional insured remains subject to all terms, conditions, limitations, and exclusions set forth In the endorsement form that conferred the additional insured status. In the event of conflict between this endorsement and an endorsement conferring additional insured status, then the endorsement conferring additional insured status shall govern the scope of coverage available to the additional insured, All other terms and conditions of this Policy remain unchanged. VE 09 73 04 20 Includes copyrighted material of Insurance Services Office, Inc, Page 1 of 1 with its permisslon COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL AUTO ESSENTIAL EXTENSION This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM The BUSINESS AUTO COVERAGE FORM is amended to include the following clarifications and extensions of coverage. With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. AUTOMATIC ADDITIONAL INSUREDS b. That organization is covered under Covered Autos Liability Coverage is changed to include the following as an "insured": 1. Where Required by a Contract or Agreement the following is added: The Who Is An Insured provision contained in the Business Auto Coverage Form is amended to add the following: Any person or organization whom you become obligated to include as an additional insured under this policy, as a result of any contract or agreement you enter into which requires you to furnish insurance to that person or organization of the type provided by this policy, but only with respect to liability covered by the terms of this policy, arising out of the use of a covered "auto" you own, hire or borrow and resulting from the acts or omissions by you, any of your "employees" or agents. The insurance provided herein will not exceed: (1) The coverage and/or limits of this policy, or (2) The coverage and/or limits required by said contract or agreement, whichever is less However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". B. NEWLY FORMED OR ACQUIRED ORGANIZATIONS Section II — Covered Autos Liability Coverage, A.1. Who Is An Insured is amended by adding the following: e. Any organization which you acquire or form after the effective date of this policy in which you maintain ownership or majority interest. However: 1.' Coverage under this provision is afforded only up to 180 days after you acquire or form the organization, or to the end of the policy period, whichever is earlier. 2. Any. organization you acquire or form will not be considered an "insured" if: a. The organization is a partnership or a joint venture; or other similar insurance: 3. Coverage under this provision does not apply to any claim' for "bodily injury" or "property damage' resulting from an "accident" that occurred before you formed or acquired the organization. C. SUBSIDIARIES AS INSUREDS Section II — Covered Autos Liability Coverage, A.I. Who is An Insured is amended by adding the following: Any legally incorporated subsidiary in ,which you own more than 50% of the voting stock on the effective date of this policy. However, "insured" does not include any subsidiary that is an "insured" under any other automobile liability, policy or was an "insured" under such a policy but for termination of that policy or the exhaustion of the policy's• limits of liability. D. SUPPLEMENTARY PAYMENTS Section ll — Covered Autos Liability 'Coverage, A.2.a. Coverage Extensions, Supplementary Payments (2) and (4) are replaced by the following: (2) Up to $3,000 for cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. . (4) All reasonable expenses incurred by the "insured" at our request, including actual logs of earnings up to $350 a day because of time off from work. E. TOWING Section III — Physical Damage Coverage, A.2. Towing is replaced with the following: We will pay for towing and labor costs incurred, subject to the following: a. Up to $100 each time a covered "auto of the private passenger type is disabled; or b. Up to $500 each time a covered "auto" other than the private passenger type is disabled, However, the labor must be performed at the place of disablement. CA7270(11.17) Includes copyrighted material or ISO Properties, Inc. with Its permission. I Page t of 3 F. LOCKSMITH SERVICES Section IiI — Physical Damage Coverage, AA. Coverage Extensions is amended by adding the following: We will pay up to $50 per occurrence for necessary locksmith services for keys locked Inside a covered private passenger "auto" for which Comprehensive coverage is provided. The deductible is waived for these services. G. TRANSPORTATION EXPENSES Section III — Physical Damage Coverage, A.4. Coverage Extensions Subparagraph a. Transportation Expenses Is replaced by the following: (1) We wili'pay up to $75 per day to a maximum of $1,000 for temporary transportation expense Incurred by you because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Cause Of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for Its "loss". (2) If the temporary transportation expenses you incur arise from your rental of an "auto" of the private passenger type, the most we will pay is the amount it costs to rent an "auto" of the private passenger type which is of the same like kind and quality as the stolen covered "auto". H. AUDIO, VISUAL, AND DATA ELECTRONIC EQUIPM$NT COVERAGE ADDED LIMITS Audio, Visual; And Data Electronic Equipment Coverage Added Limits of $1,000 Per "Loss" are In addition to the sublimit in Paragraph CA.b. of the Limits Of Insurance Provision under Section III — Physical Damage Coverage. I. HIRED AUTO PHYSICAL DAMAGE Section 10 — Physical Damage Coverage, A.A. Coverage Extensions is amended by adding the following: If hired "autos" are covered "autos" for Liability Coverage, and If Comprehensive, Specified Causes of Loss, or Collision coverage is provided for any "auto" you own, then the Physical Damage coverage's provided~ are extended to "autos" you hire, subject to the following limit and deductible: 1. The most we will pay for loss to any hired "auto" is the lesser of Actual Cash Value, $75,000, or Cost of Repair, minus the deductible. ' 2. The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage. No deductible applies to "foss" caused by fire or lightning. 3. Subject to the above limit and deductible provisions, we will provide coverage equal to the broadest coverage applicable to any covered "auto" you own. However, any "auto" that is leased, hired, rented or borrowed with a driver Is not a covered "auto". J. PERSONAL PROPERTY OF OTHERS Section III — Physical Damage Coverage, AA. Coverage Extensions Is amended by adding the following: We wail pay up to $500 for loss to personal property of others in or on your covered "auto". This coverage applies only in the event of 'loss' to your covered "auto" caused by fire, lightning, explosion, theft, mischief or vandalism, the covered "auto's" collision with another object, or the covered "auto's" overtum. No deductibles apply to this coverage., K. RENTAL REIMBURSEMENT Section III — Physical Damage Coverage, AA. Coverage Extensions is amended by adding the following: 1, This coverage applies only to a covered "auto" for which Physical Damage Coverage Is provided on this pofcy. 2. We vn71 pay for rental reimbursement expenses Incurred by you for the rental of an"auto" because of "loss" to a covered "auto". Payment applies in addition to the otherwise applicable amount of each coverage you have on a covered "auto". No deductibles apply to this coverage. 3. We will pay only for those expenses incurred during the policy period beginning 24 hours after the "loss" and ending, regardlesss of the policy's expiration, with the lesser of the following number of days: a. The number of days reasonably, required to repair or replace the covered "auto". If 'loss" is caused by theft, this number of days is added to the number of days it takes to locate the covered "auto" and return it to you; or b. 30 days. 4. Our payment is limited to the lesser of the following amounts: I a. Necessary and actual expenses incurred; or b. $50 per day, subject to a $1,500 limit. S. This coverage does not apply while there are spare or reserve "autos" available to you for your operations. 6. If "loss" results from the total theft of a covered "auto" of the private passenger type, we will pay under this coverage only that amount of. your rental reimbursement expenses which is not already provided for under the 'Physical Damage — Transportation Expense coverage extension Included in this endorsement ' CA7270(11-17) tndudes copyrighted material of ISO Properties, inc. with Its permission. Page 2 of 3 7. Coverage provided by this extension is excess over any other collectible insurance and/or endorsement to this policy. L. AIRBAG COVERAGE Section ill — Physical Damage Coverage, B.3.a. Exclusions Is amended by adding the following: if you have purchased Comprehensive or Collision Coverage under this policy, the exclusion relating to mechanical breakdown does not apply to the accidental discharge of an airbag. M. LOSS TO TWO OR MORE COVERED AUTOS FROM ONE ACCIDENT Section IiI — Physical Damage Coverage, D. Deductible is amended by adding the following: If a Comprehensive, Specified Causes of Loss or Collision Coverage "loss" from one "accident" involves two or more covered "autos", only the highest deductible applicable to those coverages will be applied to the 'accident". If the application of the highest deductible Is less favorable or more restrictive to the Insured than the separate deductibles as applied in the standard form, the standard deductibles will apply. This provision only applies If you cant' Comprehensive, . Collision or Specified Causes of Loss Coverage, for those vehicles, and does not extend coverage to any covered 'autos" for which you do not carry such coverage. N. WAIVER OF DEDUCTIBLE — GLASS REPAIR OR REPLACEMENT Section IiI — Physical Damage Coverage, D. Deductible Is amended by adding the following: If a Comprehensive Coverage deductible is shown in the Declarations it does not apply to the cost of repairing or replacing damaged glass. 0. DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT, OR LOSS Section IV — Business Auto Conditions, A.2. Duties in The Event Of Accident, Claim, Suit Or Loss is amended by adding the following: d. Your obligation to notify us promptly of an daccidenr, claim, °sulf or'loss' is satisfied if you send us the required notice as soon as practicable after your Insurance Administrator or anyone else designated by you to be responsible for insurance matters is notified, or in any manner made aware, of an 'accident", claim, °suit° or "loss". P. UNINTENTIONAL FAILURE TO DISCLOSE EXPOSURES Section IV — Business Auto Conditions, B.2 Concealment, Misrepresentation, Or „Fraud is amended by adding the following: If you unintentionally fail to disclose any exposures existing at the inception date of this poilcy,.we will not deny coverage under this Coverage` Part solely because of such failure to disclose. However, this provision does not affect our right to gollect additional premium or exercise our right of cancellation or non - renewal. Q. MENTAL ANGUISH Section V — Definitions, C. Is replaced by the following: 'Bodily injury° means bodily injury, sickness or disease sustained by a person, including mental anguish or death resulting from bodily injury, sickness or disease. R. LIBERALIZATION Paragraph B.3. Liberalization is amended for this endorsement as follows: If we revise this endorsement to provide greater coverage without additional premium'charge, We;will automatically provide the additional coverage to' all endorsement holders as of the day the revision is effective in your state. CA7270(11-17) Includes copyrighted material of ISO Properties, Inc. with Its permission. Page 3 of 3 Attachment B Termite Inspection Report Public Safety Center WOOD DESTROYING PESTS AND ORGANISMS INSPECTION REPORT Building No. Street City Zip Date of Inspection Number of Pages 8301 E Garvey Ave Rosemead 91770 217/2025 1/4 Animal Pest Management Services, Inc 13655 Redwood Court Urban Wildlife Profession'& Chino, CA 91710 Phone: 800-344-6567 http://www.animalpest.com Fax: 909-590-1435 Registration # PR2253 Report # 23426 Ordered by: Property Owner and/or Party Of Interest: Report sent to: Christopher Daste Chris Camacho Christopher Daste City of Rosemead 8301 E Garvey Ave City of Rosemead 8301 E Garvey Ave Rosemead, CA 91770 8838 E. Valley Blvd Rosemead, CA 91770 Rosemead, CA 91770 cdaste@cltyofrosemead.org COMPLETE REPORT 0 LIMITED REPORT ❑ SUPPLEMENTAL REPORT ❑ REINSPECTION REPORT ❑ General Description: Inspection Tag Posted: Single Story, Commercial Building, Wood Frame, Stucco, Flat Roof, Slab Interior Other Tags Posted: An inspection has been made of the structure(s) shown on the diagram in accordance with the Structural Pest Control Act. Detached porches, detached steps, detached decks and any other structures not on the diagram were not inspected. Subterranean Termites ❑ Drywood Termites N Fungus / dryrot ❑ Other Findings ❑ Further Inspection ❑ h any of the above boxes are checked, it indicates that there were visible problems In accessible areas. Read the report for details on checked Items. *diagram not to scale ic Thayde Hernandez FR48080 ; Inspected by: State License No. SignatureL_��/7- You are entitled to obtain copies of all reports and completion notices on this property reported to the Structural Pest Control Board during the preceding two years. To obtain copies contact: Structural Pest Control Board, 2005 Evergreen Street, Suite 1500, Sacramento, CA 95815. NOTE: Questions or problems concerning the above report should be directed to the manager of the company. Unresolved questions or problems with services performed may be directed to the Structural Pest Control Board at (916) 561-8708, (800) 737-8188 or www.Desthoard.ca.gov, 43M-41 (REV. 04/2015) WOOD DESTROYING PESTS AND ORGANISMS INSPECTION REPORT Building No. Street City Zip Date of Inspection Report # Number of Pages 8301 E Garvey Ave Rosemead 91770 2n/2025 23426 2/4 OTHER - INTERIOR: 10A. FINDING: Evidence of drywood termite noted at interior; stud, joist and top plate as indicated on the diagram RECOMMENDATION: Tent entire structure and fumigate with the use of Vikane/Master Fume (Sulfuryl Fluoride) gas for the extermination of drywood termites. Dust and cover, or remove, previous evidence of termites which will help in the detection of new infestations. Apply Tim-Bor dust (active ingredient: Disodium Octaborate Tetrahydrate) to bare wood in attic as a preventative treatment of future swarming activity. (SECTION I ITEM) 10B. FINDING: Evidence of termite damage noted at interior; stud, joist and top plate as indicated on the diagram. RECOMMENDATION: Repair and/or replace the damaged members as required to eliminate this deficiency. If damage is discovered to be greater than first anticipated, then a supplemental report will be issued with FINDINGS and cost for completing repairs. Animal Pest Management will prime and paint if owner provides paint on the day of the work being completed. **It is APM's recommendation to replace the damaged members to eliminate this deficiency.** (SECTION I ITEM) SCOPE OF INSPECTION. IMPORTANT INFORMATION. This is a report of an inspection for wood destroying pests and organisms at 8301 E Garvey Ave, Rosemead, CA 91770. This inspection was of only the visible and accessible areas of the structure. This inspection report does not reveal building code compliance or non-compliance. For information about code compliance, a company that makes structural home inspections should be engaged. We have not inspected areas under furnishings, appliances, storage or floor coverings nor did we inspect inside finished walls and ceilings. Inspection of these areas is not practical. If inspection of any of these areas is requested, we would perform that inspection for an additional charge of $95.00, after area(s) are made accessible. Water stains at subflooring can and do occur for any number of reasons during the history of a structure. Water stains in the subarea will only be mentioned if they appear to be recent in nature or indicative of damage. We did not inspect electrical, heating or mechanical systems nor did we inspect the plumbing systems except as may be specifically noted below. Inspection of these systems is beyond the scope of this inspection report. THE EXTERIOR SURFACE OF THE ROOF WAS NOT INSPECTED. IF YOU WANT THE WATER TIGHTNESS OF THE ROOF DETERMINED, YOU SHOULD CONTACT A ROOFING CONTRACTOR WHO IS LICENSED BY THE CONTRACTORS STATE LICENSE BOARD. NOTES: THIS INSPECTION WAS LIMITED TO 8301 E GARVEY AVE ONLY. INSPECTION WAS PERFORMED FROM GROUND LEVEL ONLY. CONDITIONS: It is assumed that if an agent orders work on the owner's behalf, and that they were notified prior by said agent, that if payment is not made by the agent or escrow company it will be the responsibility of the owner to produce payment as agreed in a separate financial responsibility form. A service charge of 1.5% per month equivalent to an annual percent rate of 18% will apply to past due accounts. Notice to owner of Mechanic's Lien as required by the Structural Pest Control Board: Under the California Mechanics Lien Law, any structural pest control operator who contracts to do work for you, any contractor, subcontractor, laborer, supplier or other person who helps to improve your property, but is not paid for his work or supplies, has a right to enforce a claim against your property. This means that after a court hearing, your property could be sold by a court officer and the proceeds of the sale used to satisfy the indebtedness. This can happen Animal Pest Management Services, Inc WOOD DESTROYING PESTS AND ORGANISMS INSPECTION REPORT Building No. Street City Zip Date of Inspection Report # Number of Pages 8301 EGarvey Ave Rosemead 91770 2/7/2025 23426 3/4 even if you have paid your contractor in full If the subcontractor, laborers or suppliers remain unpaid. To preserve their right to file a claim or lien against your property, certain claimants such as subcontractors or material suppliers are required to provide you with a document entitled "Preliminary Notice". General contractors and laborers for wages do not have to provide this notice. A Preliminary Notice is not a lien against your property. Its purpose is to notify you of persons who may have a right to file a lien against your property if they are not paid. 1. This offer is limited to 4 months from the date of the report. 2. If further inspection is recommended, or if additional work is required, we will provide prices or recommendations for correction. Interested parties will be notified prior to any work being done. 3. APM employees and subcontractors will use due caution and diligence in their operations and care will always be taken to minimize any damage, but assumes no responsibility for matching existing colors and styles, or for incidental damage to roof coverings, TV antennas, solar panels, rain gutters, fencing, plant life, paint or wall coverings. There may be health -related issues associated with the structural repairs reflected in the inspection report, referenced by this Work Authorization Contract. These health issues include but are not limited to the possible release of mold spores during the course of repairs. We are not qualified to and do not render any opinion concerning such health issues or any special precautions, Any questions concerning health issues or any special precautions to be taken prior to or during the course of such repairs should be directed to a Certified Industrial Hygienist before any such repairs are undertaken. By executing this work authorization contract, the owner/owner's agent acknowledges that he or she has been advised of the foregoing and has had the opportunity to consult with a quality professional. 4. This report is limited to the accessible areas of the structure shown on the diagram. Please refer to the report for areas not inspected and further information. 5. This is a report of an inspection for wood destroying pests and organisms of an unoccupied, or occupied and furnished structure. This inspection was of only the visible and accessible areas of the structure; If townhouse/condominium or attached dwelling, we recommend further inspection of the remainder of structure. We have not inspected areas under furnishings, appliances, and storage or floor coverings, nor did we inspect inside finished walls, ceilings, enclosed abutments or hollow stucco walls. Inspection of these areas is not practical. If inspection of any of these areas is requested, we would perform that inspection for an additional charge of $95.00 after area(s) have been made accessible. Water stains at subflooring can and do occur for any number of reasons during the history of a structure. Water stains in the subarea will only be mentioned if they appear to be recent in nature or indicative of damage. We did not inspect electrical, heating or mechanical systems, nor did we inspect the plumbing systems, except as may be specifically noted below. Inspection of these systems is beyond the scope of this inspection report. The exterior surface of the roof was not inspected. If you want the water tightness of the roof determined, you should contact a roofing contractor who is licensed by the contractors' state license board. Furthermore, the inspection and report does not reveal building code compliance or non-compliance. For information about code compliance, a company that makes structural home inspections should be engaged. 6. Reports on this structure prepared by various registered companies should list the same FINDINGs (i.e. termite infestations, termite damage, fungus damage, etc.). However, recommendations to correct these FINDINGS may vary from company to company. You have a right to seek the opinion of another company. 7. This company will re -inspect work performed by others within four months of the original inspection. A charge of $95.00 will be assessed, which can be no greater than the original inspection for each reinspection. The reinspection must be done within ten (10) working days of request. The reinspection is a visual inspection and if inspection of concealed areas is desired, inspection of work in progress will be necessary. Any guarantees must be received from parties performing repairs. This company does not take responsibility for the workmanship of others or warranty the work completed by others. 8. We guarantee, secondary recommendations of localized treatments, done by this company, for one-year from the completion date. Fumigations are guaranteed for three -years from the date of the fumigation by the subcontracted company. We cannot guarantee work done by the owners or the owners' agent(s) or their hired contractors. We make no guarantee against future infections/infestations, adverse conditions/damage or conditions/damage present but not evident at the time of our inspection. We reserve the right to retract bids at any time prior to receipt of a signed Work Authorization Contract. 9. Slab foundation type of construction: it is possible for subterranean termite infestations to be concealed and not evident at the time of our inspection. IO. The insulation and/or storage in the attic and garage areas limits our inspection to the visible and accessible portions of these areas. No comment can be made for inaccessible areas. 11. If, during the performance of any repairs or re -inspections by this company, any infestations or infections are revealed that were not evident at the time of our original inspection, we would issue a supplemental report with FINDINGs, recommendations and additional costs for corrections. 12. If a separated report was requested and received, it will only reveal section 1/section 11 conditions present on the date of inspection only. Section 1 contains items where there is evidence of active infestation, infection or conditions that have resulted in or from infestation or infection. Section II items are conditions deemed likely to lead to infestation or infection, but where no visible evidence of such was found. Further inspection items are defined as recommendations to inspect area(s) which during the original inspection did not allow the inspector access to complete the inspection and cannot be deemed as section I or section II until further inspection can be completed. No comment can be made on inaccessible areas. 13. The second -story eaves are inspected visually from ground level, and with the use of an inspection probe. If necessary (and when feasible to perform in a safe manner), inspections are done with the use of a ladder. 14. If eaves are covered by areas of tile roofing, an inspection from the rooftop may be necessary. This company does not take any responsibility for incidental damage to roof tiles that may occur as a result of this inspection. Animal Pest Management Services, Inc WOOD DESTROYING PESTS AND ORGANISMS INSPECTION REPORT Building No. Street City Zip Date of Inspection Report # Number of Pages 8301 E Garvey Ave Rosemead 91770 2/7/2025 23426 4/4 15. State law requires that you be given the following information: CAUTION -PESTICIDES ARE TOXIC CHEMICALS. Structural Pest Control Companies are registered and regulated by the Structural Pest Control Board, and apply pesticides which are registered and approved for use by the California Department of Pesticide Regulation and the United States Environmental Protection Agency. Registration is granted when the state finds that based on existing scientific evidence there are no appreciable risks if proper use conditions are followed or that the risks are outweighed by the benefits. The degree of risk depends upon the degrees of exposure, so exposure should be minimized." If within 24 hours following application you experience symptoms similar to common seasonal illness comparable to the flu, contact your physician or poison control center (800) 523-2222 and your pest control company immediately. COUNTY AGRICULTURAL COMMISIONER: (626) 575-5520 - Los Angeles (714)447-7100 - Orange (909) 387-2130 - San Bernardino (951) 955-3014 - Riverside (805) 681-5603 - Santa Barbara (805) 933-2926 - Ventura (858) 694-2739 - San Diego COUNTY HEALTH DEPARTMENTS: (213) 240-8203 - Los Angeles (714) 834-7700 - Orange (951) ass-5172 - Riverside (909) 387-6280 - San Bernardino (858) 694-7000 - San Diego (805) 654-2813 -Ventura (805) 681-4900 - Santa Barbara 16. MOLD DISCLAIMER: There may be health related issues associated with the findings reflected in this report. We are not qualified to and do not render an opinion concerning any such health issues. The inspection reflected by this report was limited to the visible and accessible areas only. Questions concerning health related issues, which may be associated with the FINDINGS or recommendations reflected in this report, the presence of mold, and the release of mold spores or concerning indoor air quality should be directed to a Certified Industrial Hygienist. 17. Localized treatments will be performed with the use of Termidor S.C. termiticide/insecticide (Active ingredient: Fipronil, EPA reg. 7969-210). Local treatment is not intended to be an entire structure treatment method. If infestations of wood destroying pest extend or are beyond the area(s) of local treatment, they may not be exterminated. 18. Ail preventative attic treatments are performed using Timbor Professional (active ingredient: Disodium Tetrahydrate, EPA reg. 64405-8) and/or BoraCare (active ingredient: Disodium Octaborate Tetrahydrate, EPA Reg. 64405-1). Preventative attic treatments are only performed in conjunction with other localized treatments as recommended on the inspection report. 19. If requested by the person ordering this report, our inspection will be performed within 4 months of date of this report for an additional charge of $95.00. 20. If, during the performance of any repairs or re -inspections by this company, any infestation or infections are revealed that were not evident at the time of our original inspection, we will issue a supplemental report with FINDINGs, recommendations and additional cost to correct, if any. 21. If a building permit is needed for items report then it must be secured prior to commencement of work. The cost for building permit will be in addition to repair costs. Animal Pest Management Services, Inc Attachment C Project No. 31028 Construction Change Order Log City of Rosemead Project: Public Safety Center Project No. 31028 Contract Change Order Request Log Contractor COR No. Submitted by CONTRACTOR Current Status Description $Amount 1.1 2/18/2025 Approved New Fire Alarm System $45,160.96 2.2 2/19/2025 Approved New Carpet $22,546.14 3.1 2/7/2025 Rejected Arborist $1,285.20 4.2 2/19/2025 Approved Termites $45,242.29 5 2/18/2025 Approved Fire Alarm for NIC Rooms 6.2 4/4/2025 Pending Provide 2 Concrete Bases $10,198.28 7.1 4/25/2025 Pending Change LVT to Dalite $26,740.83 8.4 3/28/2025 Pending Structural Changes $36,907.35 9 3/6/2025 Pending Provide 2" Sand Over Base $22,717.51 10.1 3/27/2025 Rejected Provide Sand Bedding $5,070.39 11.3 4/10/2025 Pending Provide and Install New Floor Drains $10,563.53 12.2 4/10/2025 Pending Metal Locker Spec Change $532.28 14.1 4/9/2025 Pending Additional Wall Footing $20,601.04 15.2 4/9/2025 Pending Changing SDR 35PVC $1,229.59 16.1 4/9/2025 Pending Removal of existing Security Camera $3,758.15 17.1 4/9/2025 Pending Future Vehicular Charger/Circuit Breaker Mounting $21,376.10 18 4/4/2025 Closed Circuit Breaker Mounting Hardware $2,718.49 19.1 4/9/2025 Pending New Lighting Fixture $10,506.00 20.1 4/9/2025 Pending Add Occupancy and Vacancy Switch $1,050.56 21 4/25/2025 Rejected Modify Cabinet Finish $15,208.20 22 4/25/2025 Pending Add Fascia, wood backing, and waterproof $4,742.71 23 4/25/2025 Pending Additional Framing $8,141.23 24 4/25/2025 Pending CAT 6 Cabling $47,315.49 25 5/1/2025 Pending Remove and Replace Existing AC Unit $11,309.76 26 5/1/2025 Pending Change Copper Pipe from Type M to Type L $14,374.73 27 TBD Pending Construction of the new proposed Office next to Director of Public Safety office TBD 28 TBD Pending Paint Exterior Surface of Building TBD 29 TBD Pending Repaving Secured Parking Lot TBD 30 TBD Pending Upgrading the lighting fixtures for the two parking lot lights located near Charlotte Ave TBD APPROVED TOTAL: $112,949.39 PENDING TOTAL: $275,062.22 GRAND TOTAL: $388,011.61 CONTRACT AMOUNT: $2,388,000.00 10% CONTINGENCY: $238,800.00 TOTAL APPROVED PROJECT BUDGET: $2,626,800.00 Attachment D Resolution No. 2025-30 RESOLUTION NO.2025-30 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ROSEMEAD, CALIFORNIA, TO AMEND THE FISCAL YEAR 2024-25 CAPITAL IMPROVEMENT PROGRAM BUDGET AND APPROPRIATE NEW FUNDS FOR THE PUBLIC SAFETY CENTER UPGRADES PROJECT NO.31028 WHEREAS, the City Council adopted the Fiscal Year 2024-25 Operating and Capital Improvement Program budgets on June 27, 2024; and WHEREAS, amendments must periodically be made to the budget to conform to changed circumstances following adoption of the budget; and WHEREAS, the Fiscal Year 2024-25 budget includes funding for the Public Safety Center Upgrades Project in the amount of $2,626,800; and WHEREAS, the total cost of the Public Safety Center Upgrades Project with change orders amounts to $2,882,650, resulting in a deficiency in funding in the amount of $255,850; and WHEREAS, funding is not sufficient for the project in the City's approved 2024-25 Budget thus requiring an amendment to appropriate additional funds in the amount of $255,850 to cover the change order cost of the project; and WHEREAS, the new appropriation constitutes an update to the 2024-25 Budget approved pursuant to Resolution No. 2024-30 and 2024-62. THE ROSEMEAD CITY COUNCIL HEREBY RESOLVES AS FOLLOWS: SECTION 1: The City Council hereby approves an additional appropriation in the amount of Two Hundred Fifty -Five Thousand Eight Hundred Fifty Dollars ($255,850) in Public Facilities Funds for the Project. SECTION 2: The City Clerk shall certify the adoption of this Resolution. PASSED, APPROVED AND ADOPTED this IOth day of June, 2025. ATTEST: Margaret Clark, Mayor APPROVED AS TO FORM: Rachel H. Richman, City Attorney Ericka Hernandez, City Clerk STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES) § CITY OF ROSEMEAD ) I, Ericka Hernandez, City Clerk of the City Council of the City of Rosemead, California, do hereby certify that the foregoing City Council Resolution No. 2025-30 was duly adopted by the City Council of the City of Rosemead, California, at a regular meeting thereof held on the 101h day of June, 2025, by the following vote, to wit: AYES: NOES: ABSENT: ABSTAIN: Ericka Hernandez, City Clerk