Loading...
HomeMy WebLinkAboutContracts & Agreements_250-2025AGREEMENT FORM Bid Category No. 09 THIS AGREEMENT, entered into this 16th day of December , 2025 in the San Bernardino County of the State of California, by and between the CITY OF RE, DLANDS, hereinafter called the "City", and Perfection Pro Contractors , hereinafter called the "Contractor". Contractor acknowledges that this Project is being awarded in accordance with the Uniform Public Construction Cost Accounting ("UPCCAA") set forth in Public Contract Code section 22000 et seq. Bidders shall comply with any requirements set forth in the UPCCAA including all guidelines and requirements in the current California Uniform Construction Cost Accounting Commission Cost Accounting Policies and Procedures Manual. Contractor shall cooperate with the City and provide any requested information or documents as requested by the City to comply with the UPCCAA including, but not limited to, all Project cost data, invoices, accounting records, payroll records, etc. WITNESSETH that the City and the Contractor for the consideration stated herein agree as follows: ARTICLE 1- SCOPE OF WORK: The Contractor shall furnish all labor, materials, equipment, tools, and utility and transportation services, and perform and complete all work required in connection with FCS20251017TS & City Hall Renovation ("Project") in strict accordance with the Contract Documents enumerated in Article 7 below. The Contractor shall be liable to the City for any damages arising as a result of a failure to comply with that obligation, and the Contractor shall not be excused with respect to any failure to comply by an act or omission of the Construction Manager, Architect, Engineer, Inspector, City, or representative of any of them, unless such act or omission actually prevents the Contractor from fully complying with the Contract Documents and the Contractor protests, in accordance with the Contract Documents, that the act or omission is preventing the Contractor from fully complying with the Contract Documents. Such protest shall not be effective unless reduced to writing and filed with the City office within seven (7) days of the date of occurrence of such act or omission preventing the Contractor from fully complying with the Contract Documents. ARTICLE 2 - TIME OF COMPLETION: The City may give notice to proceed within ninety (90) days of the award of the bid by the City. Once the Contractor has received a notice to proceed, the Contractor shall reach Substantial Completion (See Article 1.1.47) of the Work within Three Hundred Thirty-two (332) calendar days from the start of construction receipt. This shall be called Contract Time. (See Article 8). It is expressly understood that time is of the essence. Contractor has thoroughly studied the Project and has satisfied itself that the time period(s) for this Project was adequate for the timely and proper completion of submittal, procurement and the Project within each milestone and within the Contract time. In the event that the City desires to postpone giving the notice to proceed beyond this ninety (90) day period, it is expressly understood that with reasonable notice to the Contractor, giving the notice to proceed may be postponed by the City. It is further expressly understood by the Contractor, that the Contractor shall not be entitled to any claim of additional compensation as a result of the City's postponement of giving the notice to proceed. If the Contractor believes that a postponement will cause hardship to it, the Contractor may terminate the Contract with written notice to the City within ten (10) days after receipt by the Contractor of the City's notice of postponement. It is further understood by the Contractor that in the event that the Contractor terminates the Contract as a result of postponement by the City, the City shall only be obligated to pay the Contractor for the work performed by the Contractor at the time of notification of postponement. Should the Contractor terminate the Contract as a result of a notice of postponement, the City shall have the authority to award the Contract to the next lowest responsible bidder. ARTICLE 3 - LIQUIDATED DAMAGES: It being impracticable and infeasible to determine the amount of actual damage, it is agreed that the Contractor will pay the City the sum specified in the Supplementary General Conditions per calendar day for each and every day of delay beyond the Contract Time set forth in Article 2 of this Agreement (inclusive of Milestones that are critical on the critical path or noted as critical to the City) as Liquidated Damages and not as a penalty or forfeiture. In the event Liquidated Damages are not paid, the Contractor further agrees that the City may deduct such amount thereof from any money due or that may become due the Contractor under the Contract (See Article 9.6 and 2.2 of the General Conditions). ARTICLE 4 - CONTRACT PRICE: The City shall pay to the Contractor as full consideration for the faithful performance of the Contract, subject to any additions or deductions as provided in the Contract Documents, the sum of Two Hundred Twenty Thousand DOLLARS 220 000 , said sum being the total amount stipulated in the Bid Contractor submitted. Payment shall be made as set forth in the General Conditions. Should any Change Order result in an increase in the Contract Price, the cost of such Change Order shall be agreed to in advance by the Contractor and the City, subject to the monetary limitations set forth in Public Contract Code section 20118.4. In the event that the Contractor proceeds with a Change in work without an agreement between the City and Contractor regarding the cost of a Change Order, the Contractor waives any Claim of additional compensation for such additional work. ARTICLE 5 - IIOLD HARMLESS AGREEMENT: Contractor shall defend, indemnify and hold harmless City, Architect, Construction Manager, Inspector, the State of California and their officers, employees, agents and independent contractors from all liabilities, claims, actions, liens, judgments, demands, damages, losses, costs or expenses of any kind arising from death, personal injury, property damage or other cause based or asserted upon any act, omission, or breach connected with or arising from the progress of Work or performance of service under this Agreement or the Contract Documents. As part of this indemnity, Contractor shall protect and defend, at its own expense, City, Architect, Construction Manager, Inspector, the State of California and their officers, employees, agents and independent contractors from any legal action including attorney's fees or other proceeding based upon such act, omission, breach or as otherwise required by this Article. Furthermore, Contractor agrees to and does hereby defend, indemnify and hold harmless City, Architect, Construction Manager, Inspector, the State of California and their officers, employees, agents and independent contractors from every claim or demand made, and every liability, loss, damage, expense or attorney's fees of any nature whatsoever, which may be incurred by reason of: (a) Liability for (1) death or bodily injury to persons; (2) damage or injury to, loss (including theft), or loss of use of, any property; (3) any failure or alleged failure to comply with any provision of law or the Contract Documents; or (4) any other loss, damage or expense, sustained by any person, firm or corporation or in connection with the Work called for in this Agreement or the Contract Documents, except for liability resulting from the sole or active negligence, or the willful misconduct of the City. (b) Any bodily injury to or death of persons or damage to property caused by any act, omission or breach of Contractor or any person, firm or corporation employed by Contractor, either directly or by independent contract, including all damages or injury to or death of persons, loss (including theft) or loss of use of any property, sustained by any person, firm or corporation, including the City, arising out of or in any way connected with Work covered by this Agreement or the Contract Documents, whether said injury or damage occurs either on or off City property, but not for any loss, injury, death or damages caused by the sole or active negligence or willful misconduct of the City. (c) Any dispute between Contractor and Contractor's subcontractors/supplies/ Sureties, including, but not limited to, any failure or alleged failure of the Contractor (or any person hired or employed directly or indirectly by the Contractor) to pay any Subcontractor or Materialman of any tier or any other person employed in connection with the Work and/or filing of any stop notice or mechanic's lien claims. Contractor, at its own expense, cost, and risk, shall defend any and all claims, actions, suits, or other proceedings that may be brought or instituted against the City, its officers, agents or employees, on account of or founded upon any cause, damage, or injury identified herein Article 5 and shall pay or satisfy any judgment that may be rendered against the City, its officers, agents or employees in any action, suit or other proceedings as a result thereof. The Contractor's and Subcontractors' obligation to defend, indemnify and hold harmless the City, Architect, Construction Manager, Inspector, the State of California and their officers, employees, agents and independent contractors hereunder shall include, without limitation, any and all claims, damages, and costs for the following: (1) any damages or injury to or death of any person, and damage or injury to, loss (including theft), or loss of use of, any property; (2) breach of any warranty, express or implied; (3) failure of the Contractor or Subcontractors to comply with any applicable governmental law, rule, regulation, or other requirement; (4) products installed in or used in connection with the Work; and (5) any claims of violation of the Americans with Disabilities Act ("ADA"). ARTICLE 6 - PROVISIONS REQUIRED BY LAW: Each and every provision of law and clause required to be inserted in this Contract shall be deemed to be inserted herein, and this Contract shall be read and enforced as though it were included herein, and if through mistake or otherwise any such provision is not inserted or is not inserted correctly, then upon application of either party the Contract shall forthwith be physically amended to make such insertion or correction. ARTICLE 7 - COMPONENT PARTS OF THE CONTRACT: The Contract entered into by this Agreement consists of the following Contract Documents, all of which are component parts of the Contract as if herein set out in full or attached hereto: Notice Inviting Bids Instructions to Bidders Designation of Subcontractors Non -Collusion Declaration Bid Guarantee Form Bid Bond Bid Form Contractor's Certificate Regarding Worker's Compensation Acknowledgment of Bidding Practices Regarding Indemnity Agreement Form Payment Bond Performance Bond Guarantee Escrow Agreement for Security Deposit In Lieu of Retention Workers' Compensation/Employers Liability Endorsement General Liability Endorsement Automobile Liability Endorsement Contractor's Certificate Regarding Drug -Free Workplace Contractor's Certificate Regarding Alcohol and Tobacco General Conditions Supplementary General Conditions Specifications All Addenda as Issued Drawings/Plans Substitution Request Form Requirements, Reports and/or Documents in the Project Manual or Other Documents Issued to Bidders Trade Scope of Work Summary All of the above named Contract Documents are intended to be complementary. Work required by one of the above named Contract Documents and not by others shall be done as if required by all. ARTICLE S - PREVAILING WAGES: Wage rates for this Project shall be in accordance with the general prevailing rate of holiday and overtime work in the locality in which the work is to be performed for each craft, classification, or type of work needed to execute the Contract as determined by the Director of the Department of Industrial Relations. Copies of schedules of rates so determined by the Director of the Department of Industrial Relations are on file at the administrative office of the City and are also available from the Director of the Department of Industrial Relations. Monitoring and enforcement of the prevailing wage laws and related requirements will be performed by the Labor Commissioner/ Department of Labor Standards Enforcement (DLSE). The following are hereby referenced and made a part of this Agreement and Contractor stipulates to the provisions contained therein. 1. Chapter 1 of Part 7 of Division 2 of the Labor Code (Section 1720 et seq.) 2. California Code of Regulations, Title 8, Chapter 8, Subchapters 3 through 6 (Section 16000 et seq.) ARTICLE 9 - RECORD AUDIT: In accordance with Government Code section 8546.7(and Davis Bacon, if applicable) and Article 13.11 of the General Conditions, records of both the City and the Contractor shall be subject to examination and audit for a period of five (5) years after a Final Retention Payment or the Recording of a Notice of Completion, whichever occurs first. ARTICLE 10 - CONTRACTOR'S LICENSE: The Contractor must possess throughout the Project a Class as specified in the Notice Inviting Bids, Contractor's License, issued by the State of California, which must be current and in good standing. IN WITNESS WHEREOF, this Agreement has been duly executed by the above named parties, on the day and year first above written. City of Redlands By, --� V � ` Mario Saucedo, Mayor Dated: 12 — J I — 2 5 Attest: J nne Donaldson, City Clerk CONTRACTOR: Antonia Marquez Typed or Printed Name President tle t' t CA Signature Diana Zarate Type or Printed Name Secreta Title (Authorized Officers or Agent re 25i1 'va> Bond #:0104562 Premium: Included Issued In Triplicate PAYMENT BOND (CALIFORNIA PUBLIC WORK) KNOW ALL MEN BY THESE PRESENTS: THAT WHEREAS, the City of Redlands (sometimes referred to hereinafter as "Obligee") has awarded to Perfection Painting Corp. (hereinafter designated as the "Principal" or "Contractor"), an agreement for the work described as follows: FCS20251017TS & City Hall Renovation (hereinafter referred to as the "Public Work"); and WHEREAS, said Contractor is required to furnish a bond in connection with said Contract, and pursuant to California Civil Code section 9550; NOW, THEREFORE, We, Perfection Painting Corp. the undersigned Contractor, as Principal; and Developers Surety and Indemnity Company, a corporation organized and existing under the laws of the State of California , 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 Redlands and to any and all persons, companies, or corporations entitled by law to file stop notices under California Civil Code section 9100, or any person, company, or corporation entitled to make a claim on this bond, in the sum of Two Hundred Twenty Thousand and 00/100ths Dollars ($ 220,000.00 ), such sum being not less than one hundred percent (100%) of the total amount payable by said Obligee under the terms of said Contract, for which payment will 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 said Principal, its heirs, executors, administrators, successors, or assigns, or subcontractor, shall fail to pay any person or persons named in Civil Code section 9100; or fail to pay for any materials, provisions, or other supplies, used in, upon, for, or about the performance of the work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code, with respect to work or labor thereon of any kind; or shall fail to deduct, withhold, and pay over to the Employment Development Department, any amounts required to be deducted, withheld, and paid over by Unemployment Insurance Code section 13020 with respect to work and labor thereon of any kind, then said Surety will pay for the same, in an amount not exceeding the amount herein above set forth, and in the event suit is brought upon this bond, also will pay such reasonable attorneys' fees as shall be fixed by the court, awarded and taxed as provided in California Civil Code section 9550 et seq. This bond shall inure to the benefit of any person named in Civil Code section 9100 giving such person or his/her assigns a right of action in any suit brought upon this bond. It is further stipulated and agreed that the Surety of this bond shall not be exonerated or released from the obligation of the bond by any change, extension of time for performance, addition, alteration or modification in, to, or of any contract, plans, or specifications, or agreement pertaining or relating to any scheme or work of improvement herein above described; or pertaining or relating to the furnishing of labor, materials, or equipment therefor; nor by any change or modification of any terms of payment or extension of time for payment pertaining or relating to any scheme or work of improvement herein above described; nor by any rescission or attempted rescission of the contract, agreement or bond; nor by any conditions precedent or subsequent in the bond attempting to limit the right of recovery of claimants otherwise entitled to recover under any such contract or agreement or under the bond; nor by any fraud practiced by any person other than the claimant seeking to recover on the bond; and that this bond be construed most strongly City Hall Renovation Payment Bond City of Redlands Page 39 against the Surety and in favor of all persons for whose benefit such bond is given; and under no circumstances shall the Surety be released from liability to those for whose benefit such bond has been given, by reason of any breach of contract between the Obligee and the Contractor or on the part of any obligee named in such bond; that the sole condition of recovery shall be that the claimant is a person described in California Civil Code section 9100, and who has not been paid the full amount of his or her claim; and that the Surety does hereby waive notice of any such change, extension of time, addition, alteration or modification herein mentioned. IN WITNESS WHEREOF this instrument has been duly executed by the Principal and Surety above named, on the 22nd day of December 12025 PRINCIPAUCONTRACTOR: Perfection Painting Corp. UYq� By: 'v5carl "Vze a4e'l� SURETY: M. and Indemnity Company Attorney -in -Fact Shilo Lee Los!no City Hall Renovation Payment Bond City of Redlands Page 40 IMPORTANT: THIS IS A REQUIRED FORM. Surety companies executing bonds must possess a certificate of authority from the California Insurance Commissioner authorizing them to write surety insurance defined in California Insurance Code section 105, and if the work or project is financed, in whole or in part, with federal, grant or loan funds, Surety's name must also appear on the Treasury Department's most current list (Circular 570 as amended). Any claims under this bond may be addressed to: (Name and Address of Surety) (Name and Address of agent or representative for service for service of process in California) Developers Surety and Indemnity Company CONTRACTORS BEST INSURANCE SERVICES INC 800 Superior Avenue E., 21st Floor 21200 OXNARD ST #245, Cleveland. OH 44114 WOODLAND HILLS. CA 91365 Telephone: Suretybondclaims@amtrustgroup.com Telephone: _818-667-7656 A notary public or other office completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached and not the truthfulness accuracy, or validity of that document. STATE OF CALIFORNIA ) ss. COUNTY OF ) On before me, , personally appeared , who proved 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) as the Attorney -in -Fact of (Surety) and acknowledged to me that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) 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. (SEAL) Notary Public in and for said State Commission expires: NOTE: A copy of the power -of -attorney to local representatives of the bonding company must be attached hereto. City Hall Renovation Payment Bond City of Redlands Page 41 POWER OF MTOx:NEY FOR COREPOASTE 31 SURANCE COYIPAW DEVELOPERS SURYTY AiND i'NDENIN- y CUi%ipAN)' 54 Maiden f anc, 43td Floor, ,NlewYork. NY 1003E (212) 220-7120 KNOW* ALL Rv'i'llESE PRESENTS that, except its expre:•sl+' limited herC+n [qK1 PUiMIE I�sU 1RANcr: Cgn9PAN1' and 1)@vrl.UrL'RS ytlrr•TY AND 1\i)1 h1NiT}' C131411'ANY. do Jterehy ma1:e. ransntute�rtd:ipMlilt 5hrlo Losfno or Woodland flills. CA a; its true and 1:11%ful Alr(rmes-m-Fact. to mal.c. VALICUle detri•cr and a"air)wledge. 1(Ir and Un t;ellal! lit Said Coni fianw.- its sufetac�, txrnds, ttaderfakmeT and contracts m suretyship gtvntp :rr;d granunk unto said Attnmta •tn•F'acl roll I;nuer and authorit% to du and in perform even uct necesi.zav reyutsise ur proper la ir_. done ii1 o,nneciron rherckci It as each rf sold compan% could do but rr. rrvtnr. ul eneb of said ra(n�,luy lull rlllrer of suhsnlation alld r`v"`ilt10t1. and 311 Offlit acr_ti of said •homey-in-Fuct. pursuant to lhese plesents are liercix aatllied and Cnolirnwd This POWT of Auuruey (5 ei'fctt(ee November 14, 2025 i its Power afAn(nnv, is panted altit is signed under and 11} ,lnlhorit+ ai'the "10`109 lesal(rtluns aduptcd by die Hoard of Directors ofCUREI'OI\TE INSURANCE COMPANY and DFVI:I..f)PGRS St1Rr:'I'Y AND INDEMNITY CfkLIPA,1tY' (callecu« h. "Cnmlune"i an Februun IU. 3lt_'3 RESOLVED, that Sam Zara, President, Snrety Undermiung, James Bell, Vice Presidcnt. Surety Under%%Titing, and Craig Dawson, rMcciltiye Undervniee Surety each tit CMP1P_yC.Q of ArnTrue .ln 1 rllert�r� in" , to LI3i t 00he C.am i v ! tit t 1 sec! Sign , SP �,ti'), ar • ha: ehv a tilnri7e In xeculC a 1 (M- r f rney, qualifying attorneys) -in -fact named in the PoWer of Attorney to execute, no behal l f of file Company, b,nds. undellakrngs and rentr.tcts of suretyship, or other sureryshipabhgauans; and that the Secretary or any Assist ail Secretary of the Campasly be, and each of lhcm hereby is, authorized io attest Ilk eeecution of any such Power of Anomcy RESOLVED, that the signature of any One of the Authorized Signors' nd the Secretary or any Assistant StWetaryof the Coampany, and the seal of the Compon� must be axed to any such Pawer of Attorney, and any such signature or seal may be affixed by facsimile. and such Power of Auumey sllall be valid and binding upun fit: Company when so affixed: aril in the future with respect to ally botntL undertaking or contract of suretyship to which it is attached. IN 1 11 MISS tl'f 11.R2 01` (Y)Jt1:l'i)lNTE Ih:,�Ifl(ANCl' C).%Il'Afa1' and DI!VF'1.0111:1tS S'Pkf'!1' 41'D E,^1UF5[NC11 C't�y11',1\Y' 1>1ve c:WLX' ale' lr�ents u, I': s1L'nctib+ air,•:luihn:s���iStkrur;utdius�3tr(Ji1% lhetr'w-:refer urAssistuni Sec•ret:lrl r131.� Aag115t 7 ?tr?.t I I �If Printe(t 1:; Sam Z.ULI r 1',ti, President, Surety UndenwTiting ;CKNOWLf_DGENI NT; 111111.IruNrr a1a1111n1rrr► rr i �. N• AiV D Kj co w SEAL: !_ = 1936 +OJ• ••FCAWA��•� Y; �,;�-7 q(JFOR ..•_4 ; r �F .. _ _ _ rr '1r111r11N11� 1,r�/r 11111111aaa A notary public or either officer completing this certificate verifies only the identity of the individual who signed the document to Which this certificate is attached, and not the truffif dress. accuracy, or validity of that document. STATE CIF California COUNTTY OF OmnLLc On des d�} of7` 20 bcfurc me, lic�ant. Omcr_Phil Pirurt _ ' persunally appeared S:LmZa�ct who proved to tic im the ba§rs of satisfactory evidence to be the person lvhosc mane Is subscribed to within ih_ instrument and ackno' wledged to me that dim, CUeldcd the same an their atnhurizcd capacity, and that by the signature on the instrument die entities upon bchnlf nhich the person acted, executed this Instrument. I Cerhfv, under penalty of perjury, under the 1a1:5 of the S ate of Cnhfomia that the furegumg paragroph is true and correct. WITNESS my hand and official se:11 _ ROAN-P. P Notary Public - California Signature _�5Q_ W 25 Orange County s -^� Commission # 2432970 y Comm. Expires Inc 311 2026 CORPORATE CER'f IFICAT1Q\ The undersignett, the Secretary ar Ascrslant Secretary of CORff1 �IN''TF INSIIRA NCF and E51 VfiE.UPtItS SURETY,�,Vn lul�i_tit�rfl C ONWAN)', dues hereby certify That fife provisions of the rdsntuunrlx of Ilse rcspaetive Bnords of Directors of grid curp :are In fairre as of the date of this Curtilicatioa arations set forth in this Power of Attontev 'Illis Certification is executed tit the City ofClt-scf8nd, Ohra, this August 2. 2024 oosuStgned by: By, ) _ Janie f'lul , Asslsta^t Srcretar v -878B803E2236aA8.- Docusign Envelope ID: 5Ai3920B9-227E-06CB,BU53-CE-3AOWE46 Ed 0824 Signed and sealed this day of DEC 2 2 2025 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 �'s�>�orrcc.c�.c>rc�.c�.err_rcc�c�.�-ri.�.c�.rccarerrarer,Frrrerr:��:rcrr�.c.�r�rrc:rc:rc�:rcrr�rcrc�.crcr.�-r<=r,c;r.�r.�:cc.�.rr.� 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 ANG t_ES ) On DEC 2 2 2025 before me, CHIMENE HOBBS, NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared SHILO LEE LOSINO Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument, CHIMENE HOBBS Via• `q Notary Public - California z Los Angeles County ' Y Commission 4 2464773 My Comm. Expires Sep 28, 2027 Place Notary Seal Above 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 rjlx� - Signature of Notary Public OPTIONAL. Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: _____��;-------------------_--------_mac=____--___.,. ©2014 National Notary Association • www.NationalNotary.org - 1-800-US NOTARY (1-800-876-6827) Item #5907 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 bmt"Ir f ) On before me, _FS ftW d VeIM�� Nh bb �n t n (insert name and ti a of he officer) personally appeared _ amar I�1 I+�lp,{'�tiP 7 Jet' who proved to me on the basis of satisfactory evidence to be the person(s) whose names) is/are subscribed to the within instrument and acknowledged to me that helshe/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) E=PUBLIC-CALIFORNIA LAZ o 2261 y O. LIFORNIA OUNTYC. 24.2020 Bond #:0104562 Premium: $4,300.00 Issued In Triplicate PERFORMANCE BOND (CALIFORNIA PUBLIC WORK) KNOW ALL MEN BY THESE PRESENTS: THAT WHEREAS, the City of Redlands (sometimes referred to hereinafter as "Obligee") has awarded to Perfection Painting Corp. (hereinafter designated as the "Principal" or "Contractor"), an agreement for the work described as follows: FCS202510llTS & City Hall Renovation (hereinafter referred to as the "Public Work"); and WHEREAS, the work to be performed by the Contractor is more particularly set forth in that certain contract for said Public Work dated November 21st 2025 , (hereinafter referred to as the "Contract'), which Contract is incorporated herein by this reference; and WHEREAS, the Contractor is required by said Contract to perform the terms thereof and to provide a bond both for the performance and guaranty thereof. NOW, THEREFORE, we, Perfection Painting Corp. the undersigned Contractor, as Principal, and Developers Surety and Indemnity Company a corporation organized and existing under the laws of the State of California , and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto the City of Redlands in the sum of Two Hundred Twenty Thousand 00/100ths Dollars ($ 220,000.00 ), said sum being not less than one hundred percent (100%) of the total amount payable by said Obligee under the terms of said Contract, for which amount well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the bounded Contractor, his or her 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 said Contract and any alteration thereof made as therein provided, on his or her part, to be kept and performed at the time airT n the manner therein specified, and in all respects according to their intent and meaning; and shall faithfully fulfill guarantees of all materials and workmanship; and indemnify, defend and save harmless the Obligee, its officers and agents, as stipulated in said Contract, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. The Surety, for value received, hereby stipulates and agrees that it shall not be exonerated or released from the obligation of this bond (either by total exoneration or pro tanto) by any change, extension of time, alteration in or addition to the terms of the contract or to the work to be performed there under or the specifications accompanying the same, nor by any change or modification to any terms of payment or extension of time for any payment pertaining or relating to any scheme of work of improvement under the contract. Surety also stipulates and agrees that it shall not be exonerated or released from the obligation of this bond (either by total exoneration or pro tanto) by any overpayment or underpayment by the Obligee that is based upon estimates approved by the Architect. The Surety stipulates and agrees that none of the aforementioned changes, modifications, alterations, additions, extension of time or actions shall in any way affect its obligation on this bond, and it does hereby waive notice of any such changes, modifications, alterations, additions or extension of time to the terms of the contract, or to the work, or the specifications as well notice of any other actions that result in the foregoing. City Hall Renovation Performance Bond City of Redlands Page 42 Whenever Principal shall be, and is declared by the Obligee to be, in default under the Contract, the Surety shall promptly either remedy the default, or shall promptly take over and complete the Contract through its agents or independent contractors, subject to acceptance and approval of such agents or independent contractors by Obligee as hereinafter set forth, in accordance with its terms and conditions and to pay and perform all obligations of Principal under the Contract, including, without limitation, all obligations with respect to warranties, guarantees and the payment of Liquidated Damages; or, at Obligee's sole discretion and election, Surety shall obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Obligee of the lowest responsible bidder, arrange for a contract between such bidder and the Obligee and make available as Work progresses (even though there should be a default or succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the "balance of the Contract Price" (as hereinafter defined), and to pay and perform all obligations of Principal under the Contract, including, without limitation, all obligations with respect to warranties, guarantees and the payment of Liquidated Damages. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable to Principal by the Obligee under the Contract and any modifications thereto, less the amount previously paid by the Obligee to the Principal, less any withholdings by the Obligee allowed under the Contract. Obligee shall not be required or obligated to accept a tender of a completion contractor from the Surety. Surety expressly agrees that the Obligee may reject any agent or contractor which may be proposed by Surety in fulfillment of its obligations in the event of default by the Principal. Unless otherwise agreed by Obligee, in its sole discretion, Surety shall not utilize Principal in completing the Contract nor shall Surety accept a bid from Principal for completion of the work in the event of default by the Principal. No final settlement between the Obligee and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. The Surety shall remain responsible and liable for all patent and latent defects that arise out of or relate to the Contractor's failure and/or inability to properly complete the Public Work as required by the Contract and the Contract Documents. The obligation of the Surety hereunder shall continue so long as any obligation of the Contractor remains. Contractor and. Surety agree that if the Obligee is required to engage the services of an attorney in connection with enforcement of the bond, Contractor and Surety shall pay Obligee's reasonable attorneys' fees incurred, with or without suit, in addition to the above sum. In the event suit is brought upon this bond by the Obligee and judgment is recovered, the Surety shall pay all costs incurred by the Obligee in such suit, including reasonable attorneys' fees to be fixed by the Court. City Hall Renovation Performance Bond City of Redlands Page 43 IN WITNESS WHEREOF, we have hereunto set our hands and seals this 22nd day of December 12025 . PRINCIPAL/CONTRACTOR: Perfection Painting Corp. By: (0JMVqu-01< _,�_ 5 Car G lez, 124-10 SURETY: adtlAndemnity Corn By: Attorney -in -Fact Shilo Lee Losino The rate of premium on this bond is 2.5%/2% per thousand. The total amount of premium charged: $ 4,300.00 (This must be filled in by a corporate surety). IMPORTANT: THIS IS A REQUIRED FORM. Surety companies executing bonds must possess a certificate of authority from the California Insurance Commissioner authorizing them to write surety insurance defined in California Insurance Code section 105, and if the work or project is financed, in whole or in part, with federal, grant or loan funds, Surety's name must also appear on the Treasury Department's most current list (Circular 570 as amended). Any claims under this bond may be addressed to: (Name and Address of Surety) (Name and Address of agent or representative for service for service of process in California) Developers Surety and Indemnity Company CONTRACTORS BEST INSURANCE SERVICES INC 800 Superior Avenue E., 21st Floor 21200 OXNARD ST #245, Cleveland, OH 44114 WOODLAND HILLS. CA 91365 Telephone: SuretybondclaimsCalamtrustciroug.com Telephone: 818-667-7656 A notary public or other office 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. City Hall Renovation Performance Bond City of Redlands Page 44 STATE OF CALIFORNIA ) ss. COUNTY OF ) On before me, personally appeared , who proved 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) as the Attorney -in -Fact of (Surety) and acknowledged to me that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the persons) 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. Notary Public in and for said State Commission expires: (SEAL) NOTE: A copy of the power -of -attorney to local representatives of the bonding company must be attached hereto. City Hall Renovation Performance Bond City of Redlands Page 45 POWER OF ATI.ORINTY FOR CORF.POThTF. TNSURANCE COMPANY DEVELOPERS SURF;TY AND MDENTN' Y Co Rrp,%Ni` 59 Maiden lane, 43rd Flour, Nen•York. NY 10038 (2 t 2) 220-7120 I\NO%V AU BYTHESE; PRESENTS that, cxttpt as expre!�slr lilnitcd herein CrJRt:POINTL"• INSURANCE,, COMPANY and !]L•;V LOPFRS NURFTY AND INDMINITY COA-l1'ANY doherehl' male. cuns[iiute and apnnuu Slttlo Losm° or Woodland !tills. CA a+ It$ trlle and laltt'nl Allome'v-nl-Fart. In ru:ll.e, ckeCule deliver and ao:kuowitedce. tier and on hr€tali i; ;aid comfmnicti. as sumiits. txtnds, underlaklug.j and,: riracls eat surest stop gn trig and printing unlo said Atlorrit% •rn-Filet lull punt3r and aulhora% tit do and in perl'nrm cvcly ut:i Ilece$Wn MLILMlte or proper ill ir-' done III aznueelum rherewith as each ol'satd collipurw could at, hilt rewrvrnC Io each of sit id c4miruln Iiill )diver of suhC litulroll and revocation and all of tiro :lets orsald At'urne+•-m-Fa4l. pursuaol to these pl+wents are herc.N iaulitd and ennlifnn•d Thts Ptn%l:r ol'Atturnep Is erfeclivc November1_4. 2025 _ 11,is Po4wv eat Alkmlew• is marnrd and is s;gned under and tl, Jrnh(rl ll) of the to]lowrn[ lesohruulls adopted by dic fltmrd of niret:inN ol•COREPOINTE•. INSURANCL CON and Drkilit.DPCRS SIiRETY ANI) INUl:kiNIT1'(*C)S,-IPANY icollactit,0%. "CanlNn+' k an Fehnmry 10. 2023 IWSOLVED, that Sant Zara, President, Surccy Undenwatung, James Be1d, t'Ift: President. Surety Underwriting, and Craig Daiwsoo, Ljeculive.. Iindcnwitter Stircn', wch an CmRlovee nf.amTrusJ \earth Antriga, lea.. an dJfil at n 1h nm v 'I a ul nnzerl ,Siennrs j, arehCFCI74 aull3nrl7 d to xc�ute u I+u4 er 211 MMey, qualifying attorney{s)-in-fat t named in the Power of Attorney to execute, nn behalf of der Company, bonds, undertaktnes and contents of suretyship, or otter suretyship obligations; and that the Secrttary or any Assistant Secretary of the Company be, and each of them hereby Is. tludinnZed to attest the execution of any such Prruer of Artomer RESOLVER, that the stgrralurc of any one of the Authorizcd Signors turd the Sterelary, or:uly Assistant Secretaryof the Company, and the seal ortlte Campatn must be affixed to any such Power of Attorney, and any such signature or st tl Wray, be aiflxcd by facsimile. and such Power of Attorney shall be valid and binding upon the Company k0cli so a(Iixt:) and in the ruture %with respect to 3liy bond, undertaking or contract of suretyship to %1-hieh it is attachL'd. 1:11 % 11 N"Flis %V)11,RF0 1: C OREMINTh INSURANCFCOMJIhhtY and 131WF1.011FRS tit 110,I), AND INUFNIVFI Y COMPANY lLive c:sustd dleic pri-%:nLS to he ;1 ncsih [h Audtort9ktil Signor;urdatNxtcd b% their Ncrro-tan orAssi.,law Secrete% tla. August 7. 2024 Prinwd r.i Sam L L I'Me President. Surety Undcrontirte ACKNOWLEDGi NIENT; AN 0 •�'��•o�poi�,��ccr � � J�'��coRQORa•.QF. .- SEAT <= r% notary pudic or other officer completing this certificate verifies only the identity, of the individual who signed the document to whielt Ibis certitcate is attached, and not the tnith-Alloess, accuracy, or v€tlidily of that document. STATE: OF California COUNTY OF Orange On tilts dry of t•v' <-; i 0. , bufurc me, lioan�-!)suer Phil € Irem of _ persr)nally appairewl Stun Zaxa who proved In me on the bi"r sallsfactory evidence to he the person wwhos4aarrlc rs subscribed to within ilia tnstrrutitnt and acknowledged to me that they executcd die same in their uuthurkzed capacity, and Thal by- the sipaiurc on rho mstrument die anti ties upon bchatf.vhich the person acted, caeculed this instrument I c:rtifr, under penally ofper)ury, under ilia kwns orthe State of Callfomta that the fore goat r raph is true and correct. b k P1 aS WJTNL•SS my hand and of clad seat HGANG-QUYERP. PNAM Notary Public - California ti10� Commr ng nCounty 70Comm. Expires Doc -11CORPORATE CETtT1FICATION ilia undersigned, the Secretary or Assistani Secretary or CORE,:I''r'rIN'ff INNURAnC'r t't).%N'A'JY and DEVO-OPERS SUM-1— A>Yt) IND€ .M.Nill'i" COMPANY, dues hereby certirp lhal the provisions of die resolul€nos Orthe respective hoards of Dirminrs of said corporations set Forth in this Poutr arAnomev are lrl fierce as of die dale of this CcrtlPM111001. 'Ibis Ct`ni ication is cxccused Ill the City L*f CleVe€and, Ohm. INS August 2. 2r)24 -- nocusrgried hy- By laniaC'Iarl:, Assrstanl 5eeretar<• 1-876131503M3640' . Dacusign Envelope ID: 5AB920B9-22784BCB-80$3-COE3AM3E46 Cd. U824 Signed and sealed this day of , DEC 2 2 2025 CALIFORNIA• • t 4 .N .A .V. .V. .Vs R .A -R A A VA RA AR .A_. 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 ANGE11E5 ) On DEC 2 2 2025 Date before me, CHIMENE HOBBS, NOTARY PUBLIC Here Insert Name and Title of the Officer personally appeared SHILO LEE LOSINO Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose names) 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. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. r CHIMENE HOBBS WITNESS my hand and official seal. r Notary Pubiic - California z Z Los Angeies County z ° Commission p 2464773 Signature Myf Notary Public COMM,COmm, Expires Sep 28, 2027 ignature Place Notary Seal Above 'OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: c02014 National Notary Association - www.NationaiNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 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 Cali ornia County of P ( (p ) On DeC • 2�1 2025` before me, 1.,('YV1P,ralOi (insert name and title of the office personally appeared kcar M H ai'A(lf 7 1(-a r1A 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. 1 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) AESMERALDA V M COMM. #2432261 b NOTARY PUBLIC-cALIFORNIA O LOS ANOELES COUNTV My Comm. Expires DEC. 24, 2= J CONTRACTOR'S CERTIFICATE REGARDING DRUG -FREE WORKPLACE This Drug -Free Workplace Certification form is required from all successful bidders pursuant to the requirements mandated by Government Code section 8350 et seq., the Drug -Free Workplace Act of 1990. The Drug -Free Workplace Act of 1990 requires that every person or organization awarded a contract or grant for the procurement of any property or service from any State agency must certify that it will provide a drug -free workplace by performing certain specified acts. In addition, the Act provides that each contract or grant awarded by a State agency may be subject to suspension of payments or termination of the contract or grant, and the Contractor or grantee may be subject to debarment from future contracting, if the contracting agency determines that specified acts have occurred. Pursuant to Government Code section 8355, every person or organization awarded a contract or grant from a State agency shall certify that it will provide a drug -free workplace by doing all of the following: 1. Publishing a statement, notifying employees that the unlawful manufacture, distribution, dispensation, possession, or use of a controlled substance is prohibited in the person's or organization's workplace, and specifying actions which will be taken against employees for violations of the prohibition. 2. Establishing a drug -free awareness program to inform employees about all of the following: a. The dangers of drug abuse in the workplace; b. The person's or organization's policy of maintaining a drug -free workplace; C. The availability of drug counseling, rehabilitation and employee -assistance programs; and d. The penalties that may be imposed upon employees for drug abuse violations; 3. Requiring that each employee engaged in the performance of the contract or grant be given a copy of the statement required by subdivision (a) and that, as a condition of employment on the contract or grant, the employee agrees to abide by the terms of the statement. 1, the undersigned, agree to fulfill the terms and requirements of Government Code section 8355 listed above and will (a) publish a statement notifying employees concerning the prohibition of controlled substance at the workplace, (b) establish a drug -free awareness program, and (c) require each employee engaged in the performance of the contact be given a copy of the statement required by section 8355(a) and require such employee agree to abide by the terms of that statement. 1 also understand, that if the CITY determines that I have either (a) made a false certification herein, or (b) violated this certification by failing to carry out the requirements of Section 8355, that the contract awarded herein is subject to termination, suspension of payments, or both. I further understand that, should I violate the terms of the Drug -Free Workplace Act of 1990, I may be subject to debarment in accordance with the requirements of Section 8350 et seq. I acknowledge that I am aware of the provisions of Government Code section 8350 et seq. and hereby certify that I will adhere to the requirements of the Drug -Free Workplace Act of 1990, DATE: 12/11/2025 F.E.C. Electric Inc. CQNTRA R By: Signature Ronald Moore/President, Secretary, Treasurer, Manager City Hall Renovation Contractor's Certificate Regarding Drug -Free Workplace City of Redlands Page 46 CONTRACTOR'S CERTIFICATE REGARDING ALCOHOLIC BEVERAGE AND TOBACCO -FREE POLICY The Contractor agrees that it will abide by and implement the City's Alcoholic Beverage and Tobacco -Free Policy, which prohibits the use of alcoholic beverages and tobacco products, of my kind and at any time, in City -owned or leased buildings, on CITY property and in CITY vehicles. The Contractor shall procure signs stating, "ALCOHOLIC BEVERAGE AND TOBACCO USE IS PROHIBITED" and shall ensure that these signs are prominently displayed in all entrances to City property at all times. DATE: 12/11/2025 F.E.C. Electric, Inc. CONTRACTOR Signature Ronald Moore/President, Secretary, Treasurer, Manager City Hall Renovation Contractor's Certificate Regarding Alcoholic Beverage and Tobacco Free City of Redlands Page 47 INSURANCE DOCUMENTS do ENDORSEMENTS The following insurance endorsements and documents must be provided to the City of Redlands within five (5) calendar days after receipt of notification of award. If the apparent low bidder fails to provide the documents required below, the City may award the Contract to the next lowest responsible and responsive bidder or release all bidders, and the bidder's bid security will be forfeited. All insurance provided by the bidder shall fully comply with the requirements set forth in Article 11 of the General Conditions. 1. General Liability Insurance: Certificate of Insurance with all specific insurance coverages set forth in Article 11 of the General Conditions, proper Project description, designation of the City as the Certificate Holder, a statement that the insurance provided is primary to any insurance obtained by the City and minimum of 30 days' cancellation notice. Bidder shall also provide required additional insured endorsement(s) designating all parties required in Article 11 of the General Conditions. Incidents and claims are to be reported to the insurer at: Attn: (Title) (Department) Chubb North American Claims (Company) PO BOX 5122 (Street Address) Scranton PA 18505-0554 (City) (State) (Zip Code) 800 433-0385 - Business Hours (800) 523-9254 - After Hours (Telephone Number) 2. Workers' Compensation/ Employer's Liability Insurance: Certificate of Workers' Compensation Insurance meeting the coverages and requirements set forth in Article 11 of the General Conditions, minimum of 30 days' cancellation notice, proper Project description, waiver of subrogation and any applicable endorsements. City Hall Renovation Insurance Documents and Endorsements City of Redlands Page 51 3. Automobile Liability Insurance: Certificate of Automobile Insurance meeting the coverages and requirements set forth in Article 11 of the General Conditions, minimum 30 days' cancellation notice, any applicable endorsements and a statement that the insurance provided is primary to any insurance obtained by the City. Incidents and claims are to be reported to the insurer at: Attn: Claims Claims (Title) (Department) Travelers Casualty Insurance Co. (Company) One Tower Square (Street Address) Hartford CT 06183 (City) (State) (Zip Code) 800 238-6225 (Telephone Number) DATE: 12/11/2025 F.E.C. Electric, Inc. CONTRACTOR By: Signature Ronald Moore/President, Secretary, Treasurer, Manager City Hall Renovation Insurance Documents and Endorsements City of Redlands Page 52 r Tilden Coil B.ihh.g ,,ah lnrrgriry Siam 1938 3612 Mission Inn Avenue Riverside, California 92501 951,684.6901 1951.684.0725 - fax Prime Contractor Change Order Redlands State Street City Hall Date: 2025-12-09 300 E. State Street, Redlands, CA 92373 Project # 25-002 Prime Contractor: PO Number: TBD Change Order Number: 1 F.E.C. Electric, Inc. Contract Date: TBD Contract Number: TBD Proposed Change to Contract for the following items(s): BC 14: Electrical & Low Voltage PCO Description Amount COR013 BC14-001: Agreement Corrections $0.00 The original Contract Value was: $3,307,649.00 Sum of changes by prior Prime Contractor Change Orders: $0.00 The Contract Value prior to this Prime Contractor Change Order was: $3,307,649.00 The Contract Value will be changed by this Prime Contractor Change Order in the amount of: $0.00 The new Contract Value including this Prime Contractor Change Order will be: $3,307,649.00 The Contract duration will be changed by: 0 Days The compensation (time and cost) set forth in the Change Order comprises the total compensation due the Contractor, all Subcontractors, and all Suppliers, for the work or change defined in the Change Order, including impact on unchanged work. By signing the Change Order, the Contractor acknowledges and agrees, on behalf of himself, all Subcontractors, and all Suppliers, that the stipulated compensation includes payment for all work contained in the Change Order, plus all payment for the interruption of schedules, extended overhead costs, delay, and all impact, ripple effect or cumulative impact on work under this Contract. The signing of the Change Order indicates that the Change Order constitutes full mutual accord and satisfaction for the change, and that the time and/or cost under the Change Order constitutes the total equitable adjustment owed the Contractor, all Subcontractors, and all Suppliers, as a result of the change. The Contractor, on behalf of himself, all Subcontractors, and all Suppliers, agrees to waive all right, without exception or reservation of any kind whatsoever, to file any further claim related to this Change order. No further claim or request for equitable adjustment of any type for any reasonably foreseeable cause shall arise out of or as a result of this Change Order or impact of this Change Order on the remainder of the work under this Contract. Construction Manager: Tilden -Coil Constructors, Inc. 3612 Mission Inn Avenue Riverside, CA 92501 By: Kevin Perez Signature: Date: 12/09/2025 Prime Contractor: F.E.C. Electric, Inc. 760 E. Stuart Avenue Redlands, CA 92374 By: Ronal are Signature: Date: 12/1 I/2025 WARRANTY FEC Electric Inc. Commercial Electrical Contractor We hereby warranty the following specification sections have been installed for the City of Redlands at City Hall Renovation and performed in accordance with the requirements of the Contract Documents and that the work as installed will fulfill the requirements of the Contract Documents. •07 84 00 — Firestopping •07 92 13 — Elastomeric Joint Sealants (As it Applies) SPECIFICATION SECTION AND DESCRIPTION: •08 31 00 — Access doors and panels (As it Applies Requirements ,0v 82 22 —Acoustical Sealants (As it Applies) 0170 00 — Execution and Closeout Re q Division 26 —Electrical 01 78 00 — Closeout Submittals •Division 27—Communications -Division 28 — Electronic Safety and Security The undersigned agrees to repair or replace any or all of such work that may prove to be defective in workmanship or material together with any other adjacent work which may be displaced in connection with such replacement within a minimum period of ONE (1) YEAR from the date of Notice of Completion of the above -mentioned project. Ordinary wear and tear and unusual abuse or neglect is excepted. In the event of the undersigned's failure to comply with the above mentioned conditions within a reasonable period of time, as determined by the OWNER, but not later than ten (10) working days after being notified in writing by the OWNER, the undersigned authorizes the OWNER to proceed to have said defects repaired and made good at the expense of the undersigned, which will pay the costs and charges therefore upon demand. The provisions of this Warranty are in addition to, and not in lieu of, any provisions of the Contract Documents for the Work relating to the Contractor's Guarantee(s) and Warranty(ies) or any Guarantee(s) or Warranty(ies) provided by any material supplier or manufacturer of any equipment, materials or other items forming a part of, or incorporated into the Work, or any other Guaranty or Warranty obligation of the Contractor, prescribed, implied or imposed by law. F.E.C. Electr_ic,_Iric. CONTRA �r_ SIGNATURE Ronald Moore/President, Secretary, Treasurer, Manager TYPED OR PRINTED NAME Representatives to be contacted for service subject to terms of contract. NAME D'Neena Orona ADDRESS 760 E. Stuart Ave Redlands CA 92374 PHONE # 909-793-0965 City of Redlands Division 01 Contract Closeout 01 78 39 City Hall Renovation 7