Loading...
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