UBD Inc.SECTION 1200
BID
DATE: 1 /6/26
The undersigned, as bidder, declares it has received and examined the Contract
Document entitled Project No. 2025-09, Dune Palms Mobile Estates
Pool Abandonment, and will contract with the City, on the form of Contract provided
herewith, to do everything required for the fulfillment of the contract for said work at the
prices and on the terms and conditions herein contained.
We have included the following items and agree that they shall form a part of this bid:
SECTION TITLE
1200
Bid
1210
Bid Schedule
1220
Bid Guaranty Bond
1230
Certification of Bidder's Experience and Qualifications
1240
Proposed Subcontractors
1250
Non -Collusion Affidavit
1260
DIR Project Vendor Information
1270
Iran Contracting Act of 2010
1280
Russian Aggression Against Ukraine Sanctions
We acknowledge that the following addenda have been received and have been
examined as part of the Contract Documents. Bidders must be on the Plan Holders List
with the City of La Quinta in order to receive addenda.
Addendum #
Date Received
1 /5/26
Initials
Attached is a bid guaranty bond as required by Paragraph 1110-15.0, BID GUARANTY.
UBD Inc
Name of Bidder
818-482-8014
Bidder's Telephone Number
Bid 1200-1
If our bid is accepted, we agree to sign the contract without qualifications and to furnish
the performance and payment bonds and the required evidence of insurance within 10
calendar days after receiving written notice of the award of the contract.
We further agree, if our bid is accepted and a Contract for performance of the work is
entered into with the City, to so plan work and to prosecute it with such diligence that the
work shall be completed within the time stipulated.
UBD Inc
Name of Bidder
6707 Camellia Ave #205
North Hollywood, CA 91606
Bidder's Address
1040819
Contractor's License No.
California
State of Incorporation
Signature Bidder
Yuri Ubeda
Printed Name of Signatory
President
Title of Signatory
Bid
818-482-8014
Bidder's Telephone Number
ubdinc@yahoo.com
Bidder's Email Address
6/30/26
Contractor's Expiration Date
Witness
Title of Witness
1200-2
SECTION 1210
BID SCHEDULE
PROJECT NO. 2025-09
DUNE PALMS MOBILE ESTATES POOL ABANDONMENT
City of La Quinta
78-495 Calle Tampico
La Quinta, CA 92253
To Whom It May Concern:
Pursuant to the Invitation to Bid, and in accordance with the provisions therein stated, the
undersigned hereby proposes and agrees that on award by the City under this Bid, to
execute a Contract, with necessary bonds, to furnish and install any and all labor,
materials, transportation and services for Project No. 2025-09, Dune Palms Mobile
Estate Pool Abandonment, in accordance with the plans and specifications therefore
adopted and on file with the City within the time hereinafter set forth and at the prices
named in this Bid. It is understood that the basis of award shall be the lowest total price
of the Base Bid Area.
Unit prices in each and every case represent the true unit price used in preparing the bid
schedule totals (Bid Form). Unit prices listed herein include material, installation and
appurtenant work as is necessary to have the item complete and in place meeting the full
intent of the plans and specifications. We acknowledge that unbalanced unit prices shall
be sufficient cause for the rejection of our bid.
Bid Schedule 1210-1
BASE BID — DUNE PALMS MOBILE ESTATES POOL ABANDONMENT
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Dollars
Dollars
1
Mobilization
1
LS
$ 8,000
$ 8,000
2
Site/Traffic Control
1
LS
$ 7,000
$ 7,000
3
Dust Control
1
LS
$ 3,000
$ 3,000
4
Demolition, Disposal, Clearing,
1
LS
$45,422
$ 45,422
and Grubbing
5
Furnish and Install Unclassified
315
TON
$ 174
$ 54,810
Fill
6
Furnish and Install 12" Crushed
910
SF
$ 15
$ 13,650
Miscellaneous Base
Furnish and Install 3/8" Minus
7
w/ 20% Fines "Desert Gold"
31410
SF
$ 4
$ 13,640
Stabilized Decomposed Granite
3" Thick
Furnish and Install 6' HT Steel
Fence with Footings per City of
8(F)
La Quinta Std. No. 784.1-784.2.
50
LF
$ 600
$ 30,000
Style to match existing steel
fence.
9
Furnish and Install 6' HT Steel
1
EA
$ 6,255
$ 6,255
Single Gate with Footings
Total Amount of Bid Items 1 — 9
$181,777
Bid Schedule 1210-2
GRAND TOTAL BASE BID (Figures):
$ 181,777.00
GRAND TOTAL BASE BID (Words):
One hundred eighty one thousand seven hundred seventy seven dollars.
Bid Amount of each of the above Bid Items must be filled in and completed. It is
understood that the quantities shown hereon are but estimates and the bidder is
responsible to verify quantities prior to submitting a bid. Final payment will be based
upon actual work performed, subject to such adjustments and alterations as elsewhere
provided herein.
Signature of Bidder (Ink)
Yuri Ubeda
Name of Bidder (Printed or Typed)
818-482-8014
Bidder Telephone Number
ubdinc@yahoo.com
Bidder Email Address
Bid Schedule 1210-3
SECTION 1220
BID GUARANTY BOND
PRINCIPAL, and , as SURETY, are held and firmly bound unto the
City in the penal sum of TEN (10) PERCENT OF THE TOTAL AMOUNT OF THE
BID of the Principal above named, submitted by said Principal to the City for the
work described below, for the payment of which sum in lawful money of the United
States, well and truly to be made to the City to which said bid was submitted, we bind
ourselves, our heirs, executors, administrators, and successors, jointly and severally,
firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT WHEREAS, the Principal
has submitted the above -mentioned bid to the City, for certain construction specifically
described as follows, for which bids are to be opened at La Quinta, California.
PROJECT NO. 2025-09
DUNE PALMS MOBILE ESTATES POOL ABANDONMENT
NOW, THEREFORE, if the aforesaid Principal is awarded the contract and, within the
time and manner required under the specifications, after the prescribed forms are
presented to him/her for signature enters into a written contract in the prescribed form, in
accordance with the bid, and files two bonds with the City, one to guarantee faithful
performance, and the other to guarantee payment for labor and materials as required by
law, and provide certificate of insurance coverage required by the Contract Documents,
then this obligation shall be null and void; otherwise, it shall be and remain in full force
and virtue.
IN WITNESS WHEREOF, we have hereunto set our hands on this day of
.2026.
Title of Signatory
Signature of Principal
Address
Title of Signatory
Signature of Surety
Address
Note: Signatures of those executing for the surety must be properly acknowledged.
Bid Guaranty Bond 1220-1
SECTION 1230
CERTIFICATION OF BIDDER'S EXPERIENCE AND QUALIFICATIONS
The undersigned Bidder certifies that he is, at the time of bidding, and shall be,
throughout the period of the contract, licensed under the provisions of Chapter 9, Division
3, of the Business and Professions Code of the State of California, to do the type of work
contemplated in the Contract Documents. Bidder shall further certify that it is skilled and
regularly engaged in the general class and type of work called for in the Contract
Documents.
The Bidder represents that it is competent, knowledgeable, and has special skills on the
nature, extent, and inherent conditions of the work to be performed. Bidder further
acknowledges that there are certain peculiar and inherent conditions existent in the
construction of the particular facilities, which may create, during the construction program,
unusual or peculiar unsafe conditions hazardous to persons and property. Bidder
expressly acknowledges that it is aware of such peculiar risks and that it has the skill and
experience to foresee and to adopt protective measures to adequately and safely perform
the construction work with respect to such hazards.
The Bidder shall list below four (4) projects completed in the last seven (7) years of
similar size and complexity that indicate the Bidder's experience as a General Contractor.
Project Name: Ditmar Structure Demolition and Abatement, and Grading
Owner: Oceanside Unified School District
Construction Cost: $ 87,000.00
Construction Time: 20
Owner's Representative:
Owner's Telephone No.:
Emmanuel Lopez
951-224-1476
Date of Substantial Completion: July 9th 2025
2. Project Name:
Ojai Stadium Demolition @ Northoff HS
Owner: Ojai Unified School District
Construction Cost: $ 113,600.00
Construction Time: 20
Owner's Representative:
Owner's Telephone No.:
Kellv Haslam
805-798-2058
Date of Substantial Completion: 1/15/24
Calendar Days
Calendar Days
Bidders Experience & Qualifications 1230-1
3. Project Name: 9th St Structure Demo, abatement and flatwork, backfilling/grading
Owner: City of Chino
Construction Cost: $ 43,000.00
Construction Time: 15 Calendar Days
Owner's Representative: Carolyn Balzer
Owner's Telephone No.: 909-334-3401
Date of Substantial Completion: March 2021
4. Project Name: 165 Alvarado Blvd Demolition two story bldg and grading
Owner: 165 Alvarado Blvd LLC
Construction Cost: $ 60,000.00
Construction Time: 20 Calendar Days
Owner's Representative: Leslie Weiss
Owner's Telephone No.. 310-525-6928
Date of Substantial Completion: November 2018
Signed this 6th
UBD Inc
Name of Bidder
Signature of B er
Yuri Ubeda
day of January
Printed Name of Bidder
2026.
1040819
1001095130
Contractor's License No. DIR Reg No.
6/30/26
Expiration Date
President
Title of Signatory
Bidders Experience & Qualifications 1230-2
SECTION 1240
PROPOSED SUBCONTRACTORS
Pursuant to California Public Contracting Code, Section 4100 et. seq., the following list
gives the name, business address, and portion of work (description of work to be done)
for each subcontractor that will be used in the work if the bidder is awarded the Contract.
(Additional supporting data may be attached to this page. Each page shall be sequentially
numbered and headed "Proposed Subcontractors" and shall be signed.)
The Contractor shall perform, with its own organization, Contract work amounting to at
least 50 percent of the Contract Price except that any designated "Specialty Items" may
be performed by subcontract and the amount of any such "Specialty Items" so
performed will be deducted from the Contract Price before computing the amount
required to be performed by the Contractor with its own organization. "Specialty Items"
will be identified by the Agency in the Bid or in the Special Provisions. Where an entire
item is subcontracted, the value of work subcontracted will be based on the Contract
Unit Price.
Subcontractor/Business Address/Description of Work/% of Work/License No./DIR Reg No.
Skilled Fence Builder Inc (San Bernardino) Item 8(F) & 9. Lic#1131667, DIR 2000013424
Southern California Landscape Inc (Rancho Cucamonga) Item 7. Lic#753861, DIR 1000001528
Rougue Electric (Menifee) Lice#11106544 C-10. DIR 2000003927
z9 d,,, i,
Signature f Bidder
Yuri Ubeda
Name of Bidder
Proposed Subcontractors 1240-1
SECTION 1250
NON -COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED
WITH BID
State of California )
ss.
County of )
Yuri Ubeda
being first duly sworn, deposes and say that he
or she is President of UBD Inc the
party making the foregoing bid that the bid is not made in the interest of, or on behalf of,
any undisclosed person, partnership, company, association, organization, or corporation;
that the bid is genuine and not collusive or sham; that the bidder has not directly or
indirectly induced or solicited any other bidder to put in a false or sham bid, and has not
directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone
else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not
in any manner, directly or indirectly sought by contract, agreement, communication, or
conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any
overhead, profit, or cost element of the bid price, or of that of any other bidder, or to
secure any advantage against the public body awarding the contract of anyone interested
in the proposed contract; that all statements contained in the bid are true; and, further,
that the bidder has not, directly or indirectly, submitted his or her bid price or any
breakdown thereof, or the contents thereof, or divulged information or data relative
thereto, or paid, and will not pay, any fee to any corporation, partnership, company
association, organization, bid depository, or to any member or agent thereof to effectuate
a collusive or sham bid.
Signature
UBD Inc
Name of Bidder
President
Title
1 /6/26
Date
Non -Collusion Affidavit
1250-1
SECTION 1260
DIR Protect Vendor Information
Vendor Information:
Name: UBD Inc
Address: 6707 Camellia Ave #205
Project Manager: Yuri Ubeda
Phone: 818-482-8014
City: NOHO
ST: CA Zip: 91606
Email: ubdinc@yahoo.com
CSLB/Certification Number: 1040819
Public Works Registration No.: 1001095130
Classification:
Asbestos Boilermaker Bricklayers Carpenter Carpet/Linoleum
Cement Masons Drywall Finisher Drywall/Lathers Electricians
Elevator Mechanic Glaziers Iron Workers Laborers X Millwrights
Operating Eng X Painters Pile Drivers Pipe Trades Plasterers
Roofer _SheetMetal_Sound/Com Surveyor Teamster Tile Worker.
Prevailing Wages and Payroll:
The project is subject to prevailing wage rates and enforcement by the Department of
Industrial Relations (DIR). Prevailing wage rates can be obtained at:
http://www.dir.ca.gov/Public-Works/Prevailing-Wage.htmi.
Contractors and subcontractors on most public Works projects are required to submit
certified payroll records to the Labor Commissioner using DIR's electronic certified
payroll reporting system. For your convenience, the link for reporting certified payroll is:
http://www.dir.ca.gov/Public-Works/Certified-Payroll-Reporting.html.
A copy of certified payroll, including the names and addresses of employees
and/or subcontractors working on the job must be included with invoices
submitted to the City of La Quinta.
DIR Project Vendor Information 1260-1
0
K03 J� I ul 4 'A I I on I I ZT-11 Ley -IX" Mel Im
Pursuant to the Iran Contracting Act of 2010 (Pub. Contract Code, § 2200 et seq.),
(a) Contractor shall be ineligible to bid on or submit a proposal for any contract for One
Million Dollars ($1,000,000) or more if Contractor engages in investment activities
in Iran as defined in Public Contract Code Section 2202.5, and/or if Contractor is
identified on the list of persons engaging in investment activities in Iran prepared
by the State of California pursuant to Public Contract Code Section 2203
subdivision (b).
(b) For bids of One Million Dollars ($1,000,000) or more, Contractor must certify that
it is not on the list of ineligible vendors prohibited from doing business with the State
of California and shall complete the Iran Contracting Act Certification and submit
with their proposal at the time of bid. Contractor shall obtain the Iran Contracting
Act Certification in the form approved by the State of California, or upon written
request to the City Clerk's Office, a copy of the form will be provided to
Contractor. Failure by Contractor to provide the certification required by this
Section may deem Contractor's bid non -responsive.
(c) Nothing in this Section is intended to prevent the City from exercising its rights
pursuant to Public Contract Code section 2203, subdivision (c) or (d), or both, on
a case -by -case basis.
Iran Contracting Act Certification 1270_1
IRAN CONTRACTING ACT CERTIFICATION
Pursuant to the Iran Contract Act of 2010 (Public Contract Code 2200-2208),
Vendors/Bidders are ineligible to bid on or submit a proposal for any contract with
a public entity for goods or services of one million dollars ($1,000,000) or more
if the Vendor/Bidder engages in investment activities in Iran.
MUST BE SUBMITTED WITH BID PROPOSAL IF BID AMOUNT IS
$1,000,000 OR MORE
Prior to bidding on, submitting a proposal, or executing a contract or renewal for a public
entity contract for goods or services of $1,000,000 or more, a vendor must either: a)
certify it is not on the current list of persons engaged in investment activities in Iran
created by the California Department of General Services ("DGS") pursuant to Public
Contract Code section 2203(b) and is not a financial institution extending $20,000,000
or more in credit to another person, for 45 days or more, if that other person will use the
credit to provide goods or services in the energy sector in Iran and is identified on the
current list of persons engaged in investment activities in Iran created by DGS; or b)
demonstrate it has been exempted from the certification requirement for that
solicitation or contract pursuant to Public Contract Code section 2203(c) or (d).
To comply with this requirement, please insert your vendor or financial institution name
and Federal ID Number (if available) and complete one of the options below. Please
note: California law establishes penalties for providing false certifications, including civil
penalties equal to the greater of $250,000 or twice the amount of the contract for which
the false certification was made, contract termination, and three-year ineligibility to bid
on contracts. (Pub. Cont. Code § 2205.)
OPTION #1 - CERTIFICATION
I, the official named below, certify I am duly authorized to execute this certification on
behalf of the vendor/financial institution identified below, and the vendor/financial
institution identified below is not on the current list of persons engaged in investment
activities in Iran created by DGS and is not a financial institution extending twenty million
dollars ($20,000,000) or more in credit to another person/vendor, for 45 days or more, if
that other person/vendor will use the credit to provide goods or services in the energy
sector in Iran and is identified on the current list of persons engaged in investment
activities in Iran created by DGS.
I certify (or declare) under penalty of perjury under the laws of the State of California
that the foregoing is true and correct.
Vendor Name/Financial Institution (Printed)
UBD Inc
By (Authorized S' re)
Printed Name and itle of Person Signing
Yuri Ub6da/President
Federal ID Number (or n/a)
46-1578268
Date Executed
1 /6/26
Iran Contracting Act Certification 1270-2
OPTION #2 — EXEMPTION
Pursuant to Public Contract Code sections 2203(c) and (d), a public entity may
permit a vendor/financial institution engaged in investment activities in Iran, on a case -
by -case basis, to be eligible for, or to bid on, submit a proposal for, or enters into or
renews, a contract for goods and services.
If you have obtained an exemption from the certification requirement under the
Iran Contracting Act, please fill out the information below, and attach documentation
demonstrating the exemption approval.
Vendor Name/Financial Institution (Printed) Federal ID Number (or n/a)
By (Authorized Signature)
Printed Name and Title of Person Signing Date Executed
Iran Contracting Act Certification 1270-3
SECTION 1280
COMPLIANCE WITH CALIFORNIA EXECUTIVE ORDER N-6-22
RUSSIAN AGGRESSION AGAINST UKRAINE
(a) Contractor shall comply with California Governor Executive Order N-6-22 regarding
sanctions in response to Russian aggression in the Country of Ukraine, and any
implementing guidelines and/or economic sanctions imposed by the United States
government in response to Russian actions in Ukraine, as well as any sanctions
imposed under California law (collectively "economic sanctions"). Contractor shall
comply with all such economic sanctions. By submitting a bid to the City, Contractor
agrees to take any and all actions to support the Ukrainian government and people
as required by law, including by refraining from new investments in, and financial
transactions with, Russian institutions or companies that are headquartered or have
their principal place of business in Russia (Russian entities), not transferring
technology to Russia or Russian entities, and directly providing support to the
government and people of Ukraine.
(b) If bidding on a contract for Five Million Dollars ($5,000,000) or more, Contractor shall
submit a written report to the City on Contractor's compliance with the economic
sanctions, and the steps Contractor has taken in response to Russia's actions in
Ukraine, including, but not limited to, desisting from making new investments in, or
engaging in financial transactions with, Russian entities, not transferring technology
to Russia or Russian entities, and directly providing support to the government and
people of Ukraine as required by law. Failure to submit the report required by this
Section may deem Contractor's bid non -responsive.
Please include a written report to the City if this section is applicable.
Russian Aggression Against Ukraine Compliance 1280-1
SECTION 1220
BID GUARANTY BOND
American Contractors
PRINCIPAL, and Indemnity Company , as SURETY, are held and firmly bound unto the
City in the penal sum of TEN (10) PERCENT OF THE TOTAL AMOUNT OF THE
BID of the Principal above named, submitted by said Principal to the City for the
work described below, for the payment of which sum in lawful money of the United
States, well and truly to be made to the City to which said bid was submitted, we bind
ourselves, our heirs, executors, administrators, and successors, jointly and severally,
firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT WHEREAS, the Principal
has submitted the above -mentioned bid to the City, for certain construction specifically
described as follows, for which bids are to be opened at La Quinta. California.
PROJECT NO. 2025-09
DUNE PALMS MOBILE ESTATES POOL ABANDONMENT
NOW, THEREFORE, if the aforesaid Principal is awarded the contract and, within the
time and manner required under the specifications, after the prescribed forms are
presented to him/her for signature enters into a written contract in the prescribed form, in
accordance with the bid, and files two bonds with the City, one to guarantee faithful
performance, and the other to guarantee payment for labor and materials as required by
law, and provide certificate of insurance coverage required by the Contract Documents,
then this obligation shall be null and void; otherwise, it shall be and remain in full force
and virtue.
IN WITNESS WHEREOF, we have hereunto set our hands on this 7 day of
January , 2026.
UBD Inc /^ American Contractors Indemnity Company
i�aa Attorney -In -Fact
Title Wy Title of Signatory
Vv
(Iill I
Signatur of Principal Signature Surety Patricia Zenizo
6707 Camellia Ave #205 North Hollywood, CA 91606 801 S. Figueroa St., Suite 700 Los Angeles, CA 9001.7
Address Address
Note: Signatures of those executing for the surety must be properly acknowledged.
Bid Guaranty Bond 1220-1
TOKIO MARL N E
H C C
POWER OF ATTORNEY
AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY
UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY
KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas Bonding
Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, a Maryland corporation and
U.S. Specialty Insurance Company, a Texas corporation (collectively, the "Companies"), do by these presents make, constitute and
appoint:
PIETRO MICCICHE or PATRICIA ZENZIO of LOS ANGELES, CALIFORNIA
its true and lawful Attorney (s)-in-fact, each in their separate capacity if more than one is named above, with full power and authority
hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings
or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond
penalty does not exceed ""'FIVE MILLION""' Dollars ( ' $3,000,000.00— ).
This Power of Attorney shall expire without further action on January 31 S' 2028. This Power of Attorney is granted under and by authority
of the following resolutions adopted by the Boards of Directors of the Companies:
Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby
vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the
Company subjeci to the following provisions:
Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any
and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents
for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents
canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon
the Company as if signed by the President and sealed and effected by the Corporate Secretary.
Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any
certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding
upon the Company with respect to any bond or undertaking to which it is attached.
IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this
31st day of„�anuary 2024.
""p11 cto OrNG "'., suo" °" wswa AMERICAN CONTRACTORS INDEMNITY COMPANY, TEXAS
•(P.. ....R.... .°`dpN., ..... ,.r" f``5........, Fj'.. a�Y...........?co y''%
or' o : ,°m. moo''; . p� A c , BONDING COMPANY, UNITED STATES SURETY COMPANY,
Cj
-as ey;0-1
=41 `,0= �' F } 3= U.S. SPEC ALTY INSURANCE COMPANY
ra-omon�rEo __" NR: SEPT 25 t990 ;'-C�_Wy,:-
��*. 'Cc $y
Daniel P. Aguilar, ice President
F ' ��crFowt+`r !.-
wia`"�` '4wnnn
A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which
this certificate is attached. and not the truthfulness, accuracy, or validity of that document.
State of California
County of Los Angeles
On this 313' day of January 2024, before me, D. Littlefield, a notary public, personally appeared Daniel P. Aguilar, Vice President of
American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance
Company who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument
and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person,
or the entity upon behalf of which the person acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct.
WITNESS my hand and offs I seal.
D. UrRE►IEID
soUfY PuDlk • AWWAte
Signature (seal)
wromlula+ i 2atsta
µr comet. Ex4lrK.7�n;i, t02e
I, Kio Lo, Assistant Secretary of American Contractors Indemnity Company, Texas Bonding Company, United States Surety
Company and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power
of Attorney, executed by said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors,
set out in the Power of Attorney are in full force and effect.
I Witness Wher of, I have hereu+ito set v,y hand and affixed the seals of said Companies at Los Angeles, California this
_day of. C G ►� �_ zc1�,
6� P NQINO " 9 8U�,. 1+'sur .,
01
Bond No. �,_..-.. �. `°o. c"', :�.. e;-y ��v..:.....a,�;,,
rQ Z'
,Kio Lo, A nt Secretary
Agency No. 3c5 r .no. I'D 4
* „. * .......... KCSMANPOA022024
rety for more information
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California
Countyof LosAngeles
++
On �l blftozo Fiore me, —
Date
Pietro Daniel Micciche
Here Insert Name and Title of the Officer
personally appeared Patricia Zenizo
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(#) is/pp
subscribed to the within instrument and acknowledged to me that he/AWft executed the same in
hiss(R" authorized capacity , and that by his))�MftRksignature(� onthe nstrument the person(V),
or the entity _upon behalf of which the persono) 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.
FIETRG aA�VIEL MiCCIC7HE
Signature ��►/�,_�-mac=��
Signature
Cadfo,
Of Notary Public
Angeles Ccuntv
A`,. ;I L 1
_ .41. Co�mrssicn # 2505284
My COTiC ,Expires vov 24. 2028 r
° $g`"
r.g•d
P/ace Notary Sea/ 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:
Number of Pages: Signer(s) Other Than
Capactty(ies) Claimed by Signer(s)
Signer's Name:
O Corporate Officer:. <Title(s):
❑ Partner — ❑ Li7Adttomey
❑ General
❑ Individual in Fact
❑ Trustee ❑:;Guardian or Conservator
❑ Other:
Signer is Representing:
Document Date:
Named Above:
Signer's Name:
D Corporate Officer — Title(s):
❑ Partner — ra Limited ❑ General
C l Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
02014 National Notary Association • www.Nationa[Notaty.org-1-800-US NO ARY (1--800-876-6827) Item #5907