HomeMy WebLinkAboutLETNER - Diamond Bar City Hall Bid DocumentsDEPARTMENT OF PUBLIC WORKS
CITY OF DIAMOND BAR
CALIFORNIA
C I T Y O F
DIAMOND BAR
C A L I F 0 R N I A
CONTRACT DOCUMENTS
FOR
CITY HALL RE-ROOF/REHABILITATION PROJECT
All Questions Regarding This Project Are to be Submitted in Planet Bids
All Bid Documents Are to be Submitted in Planet Bids
Mr. Jason Williams
Maintenance Supervisor
City of Diamond Bar
(909) 839-7059
Jwilliams@DiamondBarCA.Gov
November 17, 2023
BIDDER'S EXAMINATION OF SITE: Each bidder shall examine
carefully the site of the proposed work and the contract
documents therefore. It will be assumed that the bidder has
investigated and is satisfied as to the conditions to be
encountered as to the character, quality, and quantity of
materials to be furnished, and as to the requirements of the
contract, specifications and drawings. The name of the
individual who examined the site of the work and the date of
such examination shall be stated in the proposal.
By submitting a bid, the bidder will be held to have
personally examined the site and the drawings, to have
carefully read the specifications, and to have satisfied
himself as to his ability to meet all the difficulties
attending the execution of the proposed contract before the
delivery of his proposal, and agrees that if he is awarded
the contract, he will make no claim against the City of
Diamond Bar based on ignorance or misunderstanding of the
contract provisions.
Also, per Public Contract Code section 3400(c) (2) the
specified replacement roofing material type and
manufacturer is required "in order to match other products
in use" on the particular project or improvement.
INSURANCE: Contractor shall not commence work under
this Agreement until it has obtained all insurance required
hereunder in a company or companies acceptable to City nor
shall the Contractor allow any sub -contractor to commence
work on his sub -contract until all insurance required of
the sub -contractor has been obtained. The Contractor shall
take out and maintain at all times during the life of this
contract the following policies of insurance:
a. Workers' Compensation Insurance: Before
beginning work, the Contractor shall furnish to the City a
certificate of insurance as proof that he has taken out
full workers' compensation insurance for all persons whom
he may employ directly or through sub -contractors in
carrying out the work specified herein, in accordance with
the laws of the State of California. Such insurance shall
be maintained in full force and effect during the period
covered by this contract.
In accordance with the provisions of Section 3700 of the
California Labor Code, every Contractor shall secure the
payment of compensation to his employees. The Contractor,
prior to commencing work, shall sign and file with the City
a certification as follows:
"I am aware of the provisions of Section 3700 of the Labor
Code which requires every employer to be insured against
liability for workers' compensation or to undertake self-
insurance in accordance with the provisions of that Code,
and I will comply with such provisions before commencing
the performance of work of this contract."
b. For all operations of the Contractor or any sub-
contractor in performing the work provided for herein,
insurance with the following minimum limits and coverage:
1) General Liability - $1,000,000 per occurrence for
bodily injury, personal injury and property damage. If
Commercial General Liability insurance or other form with a
general aggregate limit is used, either the general
aggregate limit shall apply separately to this Agreement or
the general aggregate limit shall be twice the required
occurrence limit.
2) Automobile - $1,000,000 per accident for bodily
injury and property damage.
C. Each such policy of insurance provided for in
paragraph b. shall:
1) Be issued by an insurance company approved in
writing by City, which is authorized to do business in the
State of California.
2) Name as additional insured the City of Diamond
Bar, its officers, agents and employees, and any other
parties specified in the bid documents to be so included;
3) Specify it acts as primary insurance and that no
insurance held or owned by the designated additional
insured shall be called upon to cover a loss under the
policy;
4) Contain a clause substantially in the following
words:
"It is hereby understood and agreed that this policy may
not be canceled nor the amount of the coverage thereof
reduced until thirty (30) days after receipt by City of a
written notice of such cancellation or reduction of
coverage."
5) Waives all right of subrogation against all
persons and entities specified in subparagraph 4.c.(2)
hereof to be listed as additional insured in the policy of
insurance provided for in paragraph b. by reason of any
claim arising out of or connected with the operations of
Contractor or any sub -contractor in performing the work
provided for herein;
6) Otherwise be in form satisfactory to the City.
d. The Contractor shall, prior to performing any work
under this Agreement, deliver to the City Manager or his
designee the original policies of insurance required in
paragraphs a. and b. hereof, or deliver to the City Manager
or his designee a certificate of the insurance company,
showing the issuance of such insurance, and the additional
insured and other provisions required herein.
PREVAILING WAGE: Notice is hereby given that in accordance
with the provisions of California Labor Code, Division 2,
Part 7, Chapter 1, Articles 1 and 2, the Contractor is
required to pay not less than the general prevailing rate
of per diem wages for work of a similar character in the
locality in which the public works is performed, and not
less than the general prevailing rate of per diem wages for
holiday and overtime work. In that regard, the Director of
the Department of Industrial Relations of the State of
California is required to and has determined such general
prevailing rates of per diem wages. Copies of such
prevailing rates of per diem wages are on file in the
Office of the City Clerk of the City of Diamond Bar, 21810
Copley Drive, Diamond Bar, California, and are available to
any interested party on request. City also shall cause a
copy of such determinations to be posted at the job site.
Contractor shall forfeit, as penalty to City, not more than
two hundred dollars ($200.00) for each laborer, workman or
mechanic employed for each calendar day or portion thereof,
if such laborer, workman or mechanic is paid less than the
general prevailing rate of wages hereinbefore stipulated
for any work done under this Agreement, by him or by any
sub -contractor under him.
Contractor and any of its sub -contractors must be
registered with the Department of Industrial Relations
pursuant to Labor Code section 1725.5, which precludes the
award of a contract for a public work on any public works
project awarded after April 1, 2015 to a person not
registered. This Agreement is subject to compliance
monitoring and enforcement by the Department of Industrial
Relations.
INTERPRETATION OF DOCUMENTS: If any person contemplating
submitting a bid for proposed contract is in doubt as to
the true meaning of any part of the drawings,
specifications, or other contract documents, or finds
discrepancies in, or omissions from the drawings and
specifications, he may submit to the City a written request
for an interpretation or correction thereof. The person
submitting the request will be responsible for its prompt
delivery. Any interpretation or correction of the contract
documents will be made only by Addendum duly issued and a
copy of such addendum will be mailed or delivered to each
person receiving a set of the contract document. No person
is authorized to make any oral interpretation of any
provision in the contract documents to any bidder, and no
bidder is authorized to rely on any such unauthorized oral
interpretation.
DISQUALIFICATION OF BIDDERS: More than one proposal from an
individual, firm partnership, corporation, or association
under the same or different names, will not be considered.
Reasonable grounds for believing that any bidder is
interested in more than one proposal for the work contemplated
will cause the rejection of all proposals in which such bidder
is interested. If there is reason for believing that collusion
exists among the bidders, all bids will be rejected and none
of the participants in such collusion will be considered in
future proposals.
No award will be made to any bidder who cannot give
satisfactory assurance as to his ability to carry out the
Contract, both from his financial rating and by reason of his
previous experience as a Contractor on work of the nature
contemplated in the Contract. The bidder may be required to
submit his record of work of similar nature to that proposed
under these specifications, and unfamiliarity with the type
of work may be sufficient cause for rejection of the bid.
INELIGIBLE SUBCONTRACTORS: The successful bidder shall be
prohibited from performing work on this project with a
subcontractor who is ineligible to perform work on the
project pursuant to Section 1777.1 or 1777.7 of the Labor
Code.
AWARD OF CONTRACT: No proposal will be considered from a
Contractor who is not licensed as a Class C-39 contractor at
time of award in accordance with the provisions of the
Contractor's License Law (California Business and Professions
Code, Section 7000 et seq.) and rules and regulations adopted
pursuant thereto or to whom a proposal form has not been
issued by the City of Diamond Bar. The City may award the
Contract to the lowest responsible bidder on the total base
bid. Bids will be compared on the basis of the lowest
possible cost relative to the alternate or alternates
selected and the Contract, if awarded, will be awarded to a
responsible bidder whose proposal complies with the
requirements of these specifications. The award, if made,
will be made within ninety (90) calendar days after the
opening of the proposals; provided that the award may be made
after said period of the successful bidder shall not have
given the City written notice of the withdrawal of his bid.
A contractor or subcontractor shall not be qualified to bid
on, be listed in a bid proposal, subject to the requirements
of Public Contract Code §4104, or engage in the performance
of any contract for public work, as defined in the Public
Contract Code, unless currently registered and qualified to
perform public work pursuant to Section 1725.5. It is not a
violation of Labor Code §1771.1 for an unregistered
contractor to submit a bid that is authorized by Business and
Professions Code § 7029.1 or by Public Contract Code §§ 10164
and 20103.5, provided the contractor is registered to perform
public work pursuant to Labor Code § 1725.5 at the time the
contract is awarded.
This project is subject to compliance monitoring and
enforcement by the Department of Industrial Relations.
The prime contractor is required to post job sits as
prescribed by regulation pursuant to Labor Code § 1771.4
and all contractors must secure the payment of compensation
to its employees pursuant to Labor Code § 1869.
COMPETENCY OF BIDDERS: In selecting the lowest responsible
bidder, consideration will be given not only to the
financial standing but also to the general competency of
the bidder including qualifications, references, proper
licensing, adequate workforce and experience for the
performance of the work covered by the proposal.
QUALIFICATION OF BIDDERS: Each bidder shall be skilled and
regularly engaged in the general class or type of work called
for under the contract. A statement setting forth his/her
experience shall be submitted by each bidder on the EXPERIENCE
STATEMENT form provided.
EXPERIENCE STATEMENT
To be responsive, the bidder must list below a minimum of three public
agencies for which bidder has performed similar work within the past
five years. Only projects in excess of $200,000 each qualify as similar
for this project.
1 . Project Title Ontario City Facilities Roof Replacement
Contract Amount $697,864.00
Type of Work Cold Applied & Single Ply Roofing
Client City of Ontario
Agency Project Manager Adrian Escamilla Phone 909-395-2012
Date Completed 01/13/2023 % Subcontracted 6_
2. Proj ect Title Redlands USD Roofing at Various Sites
Contract Amount $2,392,132.58
COLD PROCESS: 1,223/SINGLE PLY: 317/
Type of Work MSC. SHEET METAL: 865 L.F.
Client Redlands Unified School District
Agency Project Manager Amy Drummond Phone 909-307-5300
Date Completed 09/01/2021 % Subcontracted 0
3. Project Title Santa Ana Courthouse 64-E1
Contract Amount $727,728.00
Type of Work Roof Replacement
Client Judicial Council of CA
Agency Project Manager Don Phelps Phone 916-788-2100
Date Completed 07/11/2022 % Subcontracted _p
NOTE: If requested by the City, the bidder shall furnish a certified
financial statement, references, and other information sufficiently
comprehensive to permit an appr ia1 condition.
Bidder's Signature 5;9=
Stuart Hein, Secretary Treasur
Each bidder shall possess a valid Contractor's License
issued by the Contractor's State License Board at the
time his/her bid is submitted. The class of license shall
be applicable to the work specified in the contract.
Each bidder shall also have no less than five (5) years
of experience in the magnitude and character of the work
bid.
Bidder Qualifications called for to be submitted at time
of bid include, but are not necessarily limited to:
1. The Contractor shall have been in business under the
same name and California Contractors License for a
minimum of five (5) continuous years prior to the bid
opening date for this Project. The license used to
satisfy this requirement shall be of same type required
by the contract.
2. License classification shall be as required by the
contract specifications.
3. The Contractor shall have five (5) years of experience
in the Application of fluid -applied roof membrane.
4. The Contractor shall perform at least 50% of
contract with its own forces.
EXECUTION OF CONTRACT: The bidder to whom award is made
shall execute a written contract with the City on the
agreement form provided, and shall secure all insurance
and bonds as herein provided within ten (10) days from
the date of written notice of the award. Failure or
refusal to enter into a contract as herein provided, or
to conform to any of the stipulated requirements in
connection therewith shall be just cause for the
annulment of the award and the forfeiture of the proposal
guarantee.
If the successful bidder refuses or fails to execute
the Contract, the City may award the Contract to the
next lowest responsible bidder or re -advertise. On
the failure or refusal of the lowest responsible
bidder or next lowest responsible bidder to execute
the Contract, such bidder's guarantees shall be
likewise forfeited to the City.
PERMITS, FEES AND LICENSES: The Contractor shall
possess a valid business license prior to the issuance
of the first payment made under this Contract.
CLAIMS FILING AND PROCESSING: The City and Bidder agree
to attempt to orally resolve any disputes which may give
rise to a claim (hereafter, "Claim") that falls within
the definition of Public Contract Code section 9204
(hereafter, "Section 9204"). If these efforts are
unsuccessful, the City and Bidder shall process the
Claim in accordance with Section 9204. In summary, if
the Bidder decides to submit a Claim to the City, it
shall be sent by registered or certified mail, return
receipt requested, together with reasonable
documentation to support the Claim. A Claim may include
a Claim by a subcontractor or a lower tier subcontractor
meeting the requirements of Section 9204(d)(5). Within
45 days of receipt of the Claim, or any extension thereof
agreed upon by the City and the Bidder, the City will
conduct a reasonable review of the Claim and provide the
Bidder with a written statement identifying what portion
of the Claim is disputed and what portion is undisputed.
Payment of any undisputed portion of the Claim shall be
made within 60 days after the City issues its written
statement. If the City does not provide a written
statement within the time specified, the Claim shall be
deemed rejected.
If the Bidder disputes the City's written statement or
if the Claim is deemed rejected, the Bidder may demand
in writing by registered or certified mail to the City,
return receipt requested, an informal conference to meet
and confer in an effort to settle the disputed portion
of any Claim. Within 30 days of receipt of such written
demand, the City shall schedule a meet and confer
conference.
If any portion of the Claim remains in dispute
after the conference, the City shall, within 10 City
business days of the conclusion of the conference,
provide the Bidder with a written statement
identifying any portion that remains in dispute and
any portion that is undisputed. Payment of any
undisputed portion shall be made within 60 days after
the City issues its written statement. Any remaining
disputed portion shall be submitted to nonbinding
mediation in accordance with Section 9204(c)(2)(B),
unless the Bidder and City waive the mediation upon
mutual written agreement.
CONFLICT OF INTEREST: In the procurement of supplies,
equipment, construction and services by sub -
recipients, the conflict -of -interest provisions in
(State LCA-24 CFR 85.36 and Non -Profit Organizations -
24 CFR 84.4), OMB Circular A-110, and 24 CFR 570.611,
respectively, shall apply. No employee, officer or
agent of the sub -recipient shall participate in
selection or in award of administration of a contract
supported by Federal funds if a conflict of interest,
real or apparent, would be involved.
DECLARATION OF ELIGIBILITY TO CONTRACT
[Labor Code Section 1777.1; Public Contract Code Section 6109]
The undersigned, a duly authorized representative of the
contractor, certifies and declares that:
1. The contractor is aware of Sections 1777.1 and 1777.7 of the
California Labor Code, which prohibit a contractor or
subcontractor who has been found by the Labor Commissioner or
the Director of Industrial Relations to be in violation of
certain provisions of the Labor Code, from bidding on, being
awarded, or performing work as a subcontractor on a public
works project for specified periods of time.
2. The contractor is not ineligible to bid on, be awarded or
perform work as a subcontractor on a public works project by
virtue of the foregoing provisions of Sections 1777.1 or
1777.7 of the California Labor Code or another provision of
law.
3. The contractor is aware of California Public Contract Code
Section 6109, which states:
(a) A public entity, as defined in Section 1100 [of the
Public Contract Code], may not permit a contractor or
subcontractor who is ineligible to bid or work on, or be
awarded, a public works project pursuant to Section
1777.1 or 1777.7 of the Labor Code to bid on, be awarded,
or perform work as a subcontractor on, a public works
project. Every public works project shall contain a
provision prohibiting a contractor from performing work
on a public works project with a subcontractor who is
ineligible to perform work on the public works project
pursuant to Section 1777.1 or 1777.7 of the Labor Code.
(b) Any contract on a public works project entered into
between a contractor and a debarred subcontractor is
void as a matter of law. A debarred subcontractor may
not receive any public money for performing work as a
subcontractor on a public works contract, and any public
money that may have been paid to a debarred subcontractor
by a contractor on the project shall be returned to the
awarding body. The contractor shall be responsible for
the payment of wages to workers of a debarred
subcontractor who has been allowed to work on the
project.
4. The contractor has investigated the eligibility of each and
every subcontractor the contractor intends to use on this
public works project, and determined that none of them is
ineligible to perform work as a subcontractor on a public
works project by virtue of the foregoing provisions of the
Public Contract Code Sections 1777.1 or 1777.7 of the Labor
Code, or any other provision of law.
I declare under penalty of perjury under the laws of the State of
California that the foregoing is true and correct. Executed this
day of February 28 , 20124 at Orange, CA (place of
execution) .
Si nature *SLI altarbA Jurat.
Name: Stuart Hein
Title: Secretary Treasurer
Name of Contractor:
Danny Letner, Inc. dba Letner Roofing Company
:?
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 Oran
Subscribed and sworn to (or affirmed) before me on this 28 day of February ,
2024 by Stuart Hein
proved to me on the basis of satisfactory evidence to be the persona who appeared
before me.
re
ONAL INFORMATION
DESCRIPTION OF THE ATTACHED DOCUMENT
Declaration of Eligibility to Contract
(Title or description of attached document)
(Tide or description of attached document continued)
Number of Pages Document Date
Additional information
2015 Version www.NotaryClasses.com 800-873-9865
+`. r JANE17E VALLE
a - Notary Public . California
Los Angeles County
Commission " 2401880
(Seal) My Comm. Expires Apr 24, 2026
INSTRUCTIONS
The wording of all Jurats completed in California after January 1, 2015 must be in the
form as set forth within this Jurat. There are no exceptions. If a Jurat to be completed
does not follow this form, the notary must correct the verbiage by using a jurat stamp
containing the correct wording or attaching a separate jurat form such as this one with
does contain the proper wording. In addition, the notary must require an oath or
affirmation from the document signer regarding the truthfulness of the contents of the
document. The document must be signed AFTER the oath or affirmation. If the document
was previously signed, it must be re -signed in front of the notary public during the jurat
process.
• State and county information must be the state and county where the
document signer(s) personally appeared before the notary public.
• Date of notarization must be the date the signer(s) personally
appeared which must also be the same date the jurat process is
completed.
• Print the name(s) of the document signer(s) who personally appear at
the time of notarization.
• Signature of the notary public must match the signature on file with the
office of the county clerk.
• The notary seal impression must be clear and photographically
reproducible. Impression must not cover text or lines. If seal impression
smudges, re -seal if a sufficient area permits, otherwise complete a
different jurat form.
Additional information Is not required but could help
to ensure this jurat is not misused or attached to a
different document.
Indicate title or type of attached document, number of
pages and date.
• Securely attach this document to the signed document with a staple.
BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE
In accordance with Government Code Section 14310.5 and in
conformance with Public Contract Code Section 10162, the Bidder
shall complete, under penalty of perjury, the following
questionnaire:
QUESTIONNAIRE
Has the Bidder, any officer, principal or employee of the Bidder
who has a proprietary interest in the business of the Bidder, ever
been disqualified, removed, or otherwise prevented from bidding on
or completing a federal, state or local government project because
of violation of law or a safety regulation?
YES NO X
If the answer is yes, explain the circumstances in the following
space:
STATEMENT
In conformance with Public Contract Code Section 10232, the
Contractor, hereby states under penalty of perjury, that no more
than on 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 Contractor's
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 subiect the certifier to criminal prosecution.
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
Project Identification City Hall Roof Rehab
Bid Date February 28, 2024
This information must include all construction work undertaken in the
State of California by the bidder and any partnership, joint venture or
corporation that any principal of the bidder participated in as a
principal or owner for the last five calendar years and the current
calendar year prior to the date of bid submittal. Separate information
shall be submitted for each particular partnership, joint venture,
corporation or individual bidder. The bidder may attach any additional
information or explanation of data, which he would like, taken into
consideration in evaluating the safety record. An explanation must be
attached of the circumstances surrounding any and all fatalities.
ITEM
5 CALENDAR YEARS
CURRENT
YEAR
PRIOR TO CURRENT YEAR
2018
2019
2020
2021
2022
TOTAL
2023
No. of Contracts
215
194
214
205
220
1,048
200
Total dollar amount of
$107,681
$105,392,
$80,433,138
$83,996,068
$131,103,909
$617,993,
$109,387,222,00
contracts (in 1,000's)
209.00
170.00
.00
.00
.00
716.00
No. of lost workday cases
4
9
4
3
5
25
3
No. of lost work day
cases
involving permanent
transfer to
0
0
0
1
0
1
0
another job or
termination of
employment
No. of lost workdays
325
928
464
484
235
2,436
331
*The information required for this item is the same as required for
columns 3 to 6, Code 10, Occupational Injuries, Summary - Occupational
Injuries and Illnesses, OSHA No. 102.
The above information was compiled from the records that are available
to me at this time and I declare under penalty of perjury that the
information is true and accurate within the limitations of these records.
Danny Letner, Inc. dba
Letner Roofing Company
Name of Bidder (Print *See attached
MEMEMM
Stuart Hein, Secretary Treasurer #689961 - B, C39, 43
Address
Class
Orange 92867
State Contractor's Lic. No. &
714-633-0030
City Zip Code Telephone
1Z
A notary public or other officer completing this certificate verifies only the identity of
the individual who signed the document to which this certificate is attached, and not
the truthfulness, accuracy, or validity of that document.
State of California
County of Orange
Subscribed and sworn to (or affirmed) before me on this 28 day of February
2024 by Stuart Hein
proved to me on the basis of satisfactory evidence to be the person( vho appeared
before me.
si ure
9 (Seal)
Ir
JANETTEVALLE
= Notary Public • Catifor.nia
Los Angeles County >
Z = ° Commission # 2401880
"� aa�My Comm. Expires Apr 24, 2026
OPTIONAL INFORMATION
INSTRUCTIONS
The wording of all Jurats completed in Califomia after January 1, 2015 must be in the
form as set forth within this Jurat. There are no exceptions. If a Jurat to be completed
does not follow this form, the notary must correct the verbiage by using a jurat stamp
containing the correct wording or attaching a separate jurat form such as this one with
does contain the proper wording. In addition, the notary must require an oath or
DESCRIPTION OF THE ATTACHED DOCUMENT
affirmation from the document signer regarding the truthfulness of the contents of the
document. The document must be signed AFTER the oath or affirmation. If the document
Contractor's Industrial Safety Record
was previously signed, it must be re -signed in front of the notary public during the jurat
(Title or description of attached document)
process.
• State and county information must be the state and county where the
document signer(s) personally appeared before the notary public.
(Title or description of attached document continued)
. Date of notarization must be the date the signer(s) personally
appeared which must also be the same date the jurat process is
completed.
Number of Pages Document Date
. Print the name(s) of the document signer(s) who personally appear at
the time of notarization.
. Signature of the notary public must match the signature on file with the
Additional information
office of the county clerk.
• The notary seal impression must be clear and photographically
reproducible. Impression must not cover text or lines. If seal impression
smudges, re -seal if a sufficient area permits, otherwise complete a
different jurat form.
Additional information Is not required but could help
to ensure this jurat is not misused or attached to a
different document.
Indicate title or type of attached document, number of
pages and date.
2015 Version www.NotaryClasses.com 800-873-9865
. Securely attach this document to the signed document with a staple.
Bid Bond
(Percentage)
KNOW ALL PERSONS BY THESE PRESENTS, That we Danny Letner, Inc. dba Letner Roofing
Company of Orange, CA, hereinafter referred to as the Principal, and Western Surety Company
as Surety, are held and firmly bound unto City of Diamond Bar of Diamond Bar, CA,
hereinafter referred to as the Obligee, in the sum of TEN PERCENT of the total amount of the
bid in Dollars ($10% of bid amount), for the payment of which we bind ourselves, our legal
representatives, successors and assigns, jointly and severally, firmly by these presents.
Whereas, Principal has submitted or is about to submit a proposal to Obligee on a contract for:
City Hall Re -Roof Project
NOW, THEREFORE, if the said contract be awarded to Principal and Principal shall, within
such time as may be specified; enter into the contract in writing and give such bond or bonds
as may be specified in the bidding or contract documents with surety acceptable to Obligee; or
if Principal shall fail to do so, pay to Obligee the damages which Obligee may suffer by reason
of such failure not exceeding the penalty of this bond, then this obligation shall be void;
otherwise to remain in full force and effect.
SIGNED, SEALED AND DATED this 22nd day of February, 2024.
Danny Letner, Inc. dba Letner Roofing
SUR-23054-D2
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
A notary public or other officer completing this certificate verifies only the identity of the
individual who signed the document to which this certificate is attached, and not the
truthfulness, accuracy, or validity of that document.
STATE OF CALIFORNIA
)ss.
COUNTY OF LOS ANGELES
On February 22, 2024 before me, Rolando Lopez, No Public, personally appeared
Martha J. Chase, who proved to me on the basis of satisfactory evidence to be the person(s)
whose name(s) is/eFe subscribed to the within instrument and acknowledged to me that
he/she/they executed the same in his/her/gwk authorized capacity(ies), and that by his/her/dwk
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.
R"DO LOPEI
(Seal) NOTARY PUBLIC - CAU MIA
z LOS ANGELES COUNTY
Rolando Lopez, No Pub ' COMMISSION # 2381870 ..
MY COMM. EXPIRES NOV. 30, 2025
Western Surety Company
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its
principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint
Martha J. Chase, Individually
of Los Angeles, CA, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds,
undertakings and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,
pursuant to the authority hereby given, are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the Authorizing By -Laws and Resolutions printed at the bottom of this page, duly
adopted, as indicated, by the shareholders of the corporation.
In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on
this 22nd day of December, 2023.
,Np„uw,yh4
s�aEtrc`, WESTERN SURETY COMPANY
�W!
Larry Kasten, Vice President
State of South Dakota l
J County of Minnehaha ss
On this 22nd day of December, 2023, before me personally came Larry Kasten, to me known, who, being by me duly sworn, did depose and say: that he resides in
the City of Sioux Falls, State of South Dakota; that he is a Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument;
that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board
of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation.
My commission expires i M. BENT
i NOTARY PUBLIC e i
a
March 2, 2026 a(RSOUTH AR DAKOTA �
♦►\\\\\\\\\\\\\\\\\\\\\\ I
M. Bent, Notary Public
CERTIFICATE
I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further
certify that the By -Law and Resolutions of the corporation printed below this certificate are still in force. In testimony whereof I have hereunto subscribed my name and
affixed the seal of the said corporation this 22nd day of February, 2024.
q+Q��Rgco'L WESTERN SURETY COMPANY
<Z)Y.
S •.� % P8
arijyt pp;►� L. Nelson, Assistant Secretary
Authorizing By -Laws and Resolutions
ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY
This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company.
Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by
the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any
Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or
undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attomey or other
obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile.
This Power of Attorney is signed by Larry Kasten, Vice President, who has been authorized pursuant to the above Bylaw to execute power of attorneys on behalf of
Western Surety Company.
This Power of Attorney may be signed by digital signature and sealed by a digital or otherwise electronic -formatted corporate seal under and by the authority of the
following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 27' day of April, 2022:
"RESOLVED: That it is in the best interest of the Company to periodically ratify and confirm any corporate documents signed by digital signatures and to ratify and
confirm the use of a digital or otherwise electronic -formatted corporate seal, each to be considered the act and deed of the Company."
Go to www.enasurety.com > Owner / Obligee Services > Validate Bond Coverage, if you want to verify bond authenticity.
Form F4280-6-2023