Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutAGMT - EBS General Engineering Inc (2017 Annual Concrete Repair Program)n
A'
RECORDING REQUESTED BY Recorded in Official Records, Orange County
Hugh Nguyen, Clerk- Recorder
AND WHEN RECORDED A LE ��tIC D� JI�NOFEE
CITY OF SEAL BEACH $ R o n a 9 9 6 0 5 1 7 s
Attn: City Clerk MAR 26 2018 2018000096320 2:27 PM 03119118
211 - 8th Street 65 422 N12 1
Seal Beach, CA 90740 CITY CL'RK 0.00 0.00 0.00 0.00 0.00 0.00 0.000.00 0.00
CITY OF SE' L BEACI
Space of above this line for Recorder's use.
No Recording Fee Pursuant to Government Code Section 6103, 27383
NOTICE OF COMPLETION
Notice pursuant to Civil Code Section 3093, must be filed within 10 days after completion. t
Notice is hereby given that: f /
1. The undersigned is owner or corporate officer of the owner of the interest or estate stated
below in the property hereinafter described:
2. The full name of the owner is: City of Seal Beach.
3. The address of the owner is: 211 — 8th Street, Seal Beach CA 90740.
4. The nature of the interest or estate of the owner is: In Fee. The City of Seal Beach.
5. A work of improvement on the property hereinafter is described as substantially completed on
January 31, 2018. The work was 2017 Annual Concrete Repair Program Proiect. No.
ST1704.
6. The name of the contractor(s), if any, for such improvement was: EBS General Engineering,
Inc. The date of the Contract Award was September 11 2017.
7. The property on which said work of improvement was completed in the City of Seal Beach,
County of Orange, State of California, and is described as follows: Citywide, City of Seal
Beach.
Date: - G
! Alf441141"
Dir t ub is Works, City of Seal Beach
Sign ture of owner or corporate officer of owner
- - -- - -- -- - — named - in- paragraph -2 -or agent. - - - - --
VERIFICATION
I, the undersigned, say: the Director of Public Works declarant of the foregoing notice of
completion; have read said notice of completion and know the contents thereof; the same is true
of my own knowledge.
I declare under penalty of perjury the foregoing is true and correct.
l
Executed on 3 1 1 —tl , 2018, at Seal Beach, California.
(Date of Signature)
Director of Public Works, City 6f Seal Beach
PUBLIC WORKS AGREEMENT
FOR 2017 ANNUAL CONCRETE REPAIR
PROGRAM PROJECT
CIP NO. ST1704
between
City of Seal Beach
211 - 8th Street
Seal Beach, CA 90740
EBS General Engineering, Inc.
1320 E. Sixth St., Ste. 100
Corona, CA 92879
(951) 279 -6869
(951) 279 -6832 - FAX
THIS AGREEMENT is made as of September 11, 2017 by and between the City of Seal
Beach, a California charter city ( "City'), and EBS General Engineering, Inc. a California
corporation ( "Contractor ").
irewel
RECITALS
A. WHEREAS, the City Council has approved the plans and specifications for
the 2016 Annual Concrete Repair Program Project CIP No. ST1704 ( "Project ") with
respect to design criteria; and
B. WHEREAS, Contractor, a general contractor, has submitted a bid to City
for the Project dated July 20, 2017 in the amount of $48,450 ( "Accepted Proposal"
hereinafter). The Accepted Proposal is attached hereto as Exhibit G and contains,
among other things, provisions defining the Project scope.
NOW, THEREFORE, in consideration of performance by the parties of the
mutual promises, covenants, and conditions herein contained, the parties hereto agree
as follows:
AGREEMENT
1. Contractor's Services.
1.1 Scope and Level of Services. For and in consideration of the
mutual promises set forth herein, and subject to the terms and conditions set forth in
this Agreement, Contractor shall perform and complete in good and workmanlike
manner all work ( "Work ") required by this Agreement and the documents listed in
Subsection 1.2 for the Project.
1.2 Contract Documents. The "Contract Documents" that comprise the
agreement between the City and the Contractor are the: Notice Inviting Bids,
Instructions to Bidders, Accepted Proposal, Non - Collusion Affidavit, Bid Schedule(s),
List of Subcontractors, Contractor's Industrial Safety Record, Contractor's Qualification
Statement, Bid Security Forms for Check or Bond, Specifications, General and Special
Provisions and documents referenced therein, all addenda as prepared prior to the date
of bid opening setting forth any modifications or interpretations of any of said
documents, this Agreement, Exhibits attached to this Agreement, including but not
limited to the Performance Bond (Exhibit A), Payment Bond (Exhibit B), Workers'
Compensation Insurance Certificate (Exhibit C), Insurance Endorsements (Exhibit D),
Acknowledgment of Penal and Civil Penalties Concerning Contractor Licensing Laws
(Exhibit E), Labor Law Requirements (Exhibit F), Accepted Proposal (Exhibit G) and any
and all supplemental agreements executed amending or extending the Work
contemplated and that may be required to complete the Work in a substantial and
acceptable manner. These Contract Documents are hereby incorporated into this
Agreement.
1.3 The Work shall be performed in accordance with the Plans,
Specifications and other Contract Documents. Contractor shall furnish at its own
expense all labor, materials, equipment and services necessary therefor, except such
labor, materials, equipment and services as are specified in the Contract Documents to
be furnished by City.
2 of 9
1.4 In the event of any material discrepancy between the express
provisions of this Agreement and the provisions of the other Contract Documents, the
provisions of this Agreement shall prevail.
2. Effective Date. This Agreement is effective as of September 11. 2017 (the
"Effective Date "), and shall remain in full force and effect until Contractor has rendered
the services required by this Agreement.
3. Payment. For performing and completing the Work in accordance with the
Contract Documents, City shall pay Contractor, in full compensation therefor, the
amount of $48,450, subject to any additions and deletions pursuant to the terms of the
Contract Documents. Said sum shall constitute payment in full for all work performed
hereunder, including, without limitation, all labor, materials, equipment, tools and
services used or incorporated in the Work, supervision, administration, overhead,
expenses and any and all other things required, furnished or incurred for completion of
the Work as specified in the Contract Documents. City shall make payments to
Contractor on account of the contract sum at the time, in the manner, and upon the
conditions specified in the Contract Documents. The City Manger may authorize extra
work to fund unforeseen conditions up to the amount approved at the time of award by
the City Council. Payment for additional work in excess of this amount requires prior
City Council authorization.
4. Contractor's Personnel.
4.1 All Work shall be performed by Contractor or under Contractor's
direct supervision, and all personnel shall possess the qualifications, permits, and
licenses required by state and local law and by the Notice Inviting Bids /Instructions to
Bidders to perform such Services, including, without limitation, a City of Seal Beach
business license as required by the Seal Beach Municipal Code.
4.2 Contractor shall be responsible for payment of all employees'
wages and benefits, and shall comply with all requirements pertaining to employer's
liability, workers' compensation, unemployment insurance, and Social Security.
Contractor shall fully comply with the workers' compensation law regarding Contractor
and Contractor's employees.
4.3 Contractor shall indemnify and hold harmless City and its elected
officials, officers, employees, servants, designated volunteers, and agents serving as
independent contractors in the role of city officials, from any and all liabilities, damages,
claims, costs and expenses of any nature to the extent arising from Contractor's alleged
violations of personnel practices.
4.4 Contractor is, and shall at all times remain as to City, a wholly
independent contractor. Contractor shall have no power to incur any debt, obligation, or
liability on behalf of City or otherwise act as an agent of City. Neither City nor any of its
agents shall have control over the conduct of Contractor or any of Contractor's
employees, except as set forth in this Agreement. Contractor shall not, at any time, or
3 of 9
in any manner, represent that it or any of its officers, agents, or employees are in any
manner employees of City. Contractor shall pay all required taxes on amounts paid to
Contractor under this Agreement, and indemnify and hold City harmless from any and
all taxes, assessments, penalties, and interest asserted against City by reason of the
work performed pursuant to this Agreement.
4.5 City shall have the right to offset against the amount of any fees
due to Contractor under this Agreement any amount due to City from Contractor as a
result of Contractor's failure to promptly pay to City any reimbursement or
indemnification arising under this Section 4.
5. Indemnification.
5.1 Contractor's Duty. Contractor shall defend, indemnify, and hold the
City, its elected officials, officers, employees, volunteers, agents, and those City agents
serving as independent contractors in the role of City officials (collectively
"Indemnitees ") free and harmless from and against any and all claims (including, without
limitation, claims for bodily injury, death or damage to property), demands, obligations,
damages, actions, causes of action, suits, losses, bid protests, stop notices, judgments,
fines, penalties, liabilities, costs and expenses (including, without limitation, attorney's
fees, disbursements and court costs) of every kind and nature whatsoever (individually,
a "Claim," collectively, "Claims "), in any manner arising out of or incident to the
performance of the Agreement, including without limitation, the payment of all
consequential damages and attorneys' fees and other related costs and expenses.
Further, Contractor shall appoint competent defense counsel, at Contractor's own cost,
expense and risk, to defend any and all such suits, actions or other legal proceedings of
every kind arising out of or incident to the performance of the Agreement that may be
brought or instituted against Indemnitees. Contractor shall pay and satisfy any
judgment, award or decree that may be rendered against City or the other Indemnitees
in any such suit, action, or other legal proceeding arising out of or incident to the
performance of the Agreement. Contractor shall reimburse the City and the other
Indemnitees, for any and all legal expenses and costs incurred by each of them in
connection therewith or in enforcing the indemnity herein provided. Contractor's
obligation to indemnify shall not be restricted to insurance proceeds, if any, received by
Contractor or Indemnitees. This indemnity shall apply to all Claims and liability
regardless of whether any insurance policies are applicable.
5.2 Bid Protests. In addition to its obligations pursuant to Section 5.1,
Contractor shall reimburse the City for all attorneys' fees and costs incurred by City in
connection with, arising out of or incident to any bid protest.
5.3 City's Sole Negligence. Nothing in Section 5.1 shall be construed
to require Contractor to indemnify Indemnitees for that portion of any Claim to the extent
arising from the sole negligence or willful misconduct of the Indemnitees.
5.4 Nonwaiver of Rights. Indemnitees do not, and shall not, waive any
rights that they may possess against Contractor because of the acceptance by City, or
4 of 9
the deposit with City, of any insurance policy or certificate required pursuant to this
Agreement.
5.5 Waiver of Right of Subrogation. Contractor, on behalf of itself and
all parties claiming under or through it, hereby waives all rights of subrogation against
the Indemnitees, while acting within the scope of their duties, from all claims, losses,
and liabilities arising out of or incident to activities or operations performed by or on
behalf of the Indemnitor.
5.6 Survival. The provisions of this Section 5 shall survive the
termination of the Agreement and are in addition to any other rights or remedies that
Indemnitees may have under the law. Payment is not required as a condition precedent
to an Indemnitee's right to recover under this indemnity provision, and an entry of
judgment against a Contractor shall be conclusive in favor of the Indemnitee's right to
recover under this indemnity provision.
6. Insurance
6.1 Liability Insurance. Contractor shall procure and maintain in full
force and effect for the duration of this Agreement insurance against claims for injuries
to persons or damages to property which may arise from or in connection with the
performance of the services hereunder by Contractor, and its agents, representatives,
employees and subcontractors. The policy limits set forth below do not act as a
limitation upon the amount of indemnification to be provided by Contractor. Contractor
shall complete and execute the following documents attached as Exhibits hereto and
incorporated herein by this reference:
6.1.1 Exhibit D -1: Additional Insured Endorsement -
Commercial General Liability.
6.1.2 Exhibit D -2: Additional Insured Endorsement -
Automobile Liability.
6.1.3 Exhibit D -3: Additional Insured Endorsement –
Professional Liability (or Errors and Omissions Liability).
6.2 Minimum Scope of Insurance. Unless otherwise approved by City,
coverage shall be at least as broad as:
6.2.1 Insurance Services Office Commercial General Liability
coverage (occurrence form CG 0001).
6.2.2 Insurance Services Office form number CA 0001 (Ed.
1/87) covering Automobile Liability, code 1 (any auto).
6.2.3 Insurance Services Office form number CG 20 10 11 85
(Ed. 11/85) covering Additional Insured — Owners, Lessees or Contactors (Form B).
5 of 9
6.2.4 Workers' Compensation insurance as required by the
State of California and Employer's Liability Insurance.
6.2.5 Professional Liability insurance. Unless the City waives
in the requirement for professional liability insurance, Contractor shall provide to City the
standard form issued by the carrier.
6.3 Minimum Limits of Insurance. Contractor shall maintain limits no
less than
6.3.1 General Liability: $2,000,000 per occurrence and in the
aggregate for bodily injury, personal injury and property damage. Commercial General
Liability Insurance or other form with a general aggregate limit shall apply separately to
this Agreement or the general limit shall be twice the required occurrence limit.
6.3.2 Automobile Liability: $2,000,000 per occurrence for bodily
injury and property damage.
6.3.3 Employer's Liability: $1,000,000 per occurrence and in
the aggregate for bodily injury or disease and Workers' Compensation Insurance in the
amount required by law.
6.3.4 Professional Liability (or Errors and Omissions
Insurance): $1,000,000 per claim /aggregate.
6.4 Deductibles and Self- Insured Retentions. Contractor shall inform
City of any deductibles or self- insured retentions except with respect to any professional
liability insurance.
6.5 Other Insurance Provisions. The general liability and automobile
liability policies are to contain, or be endorsed to contain, the following provisions:
6.5.1 Except with regard to the Professional Liability (or Errors
and Omissions) liability policy, City, its officers, officials, employees, designated
volunteers and agents serving as independent contractors in the role of City officials,
are to be covered as additional insureds as respects: liability arising out of activities
performed by or on behalf of Contractor; products and completed operations of
Contractor; premises owned, occupied or used by Contractor; or automobiles owned,
leased, hired or borrowed by Contractor. The coverage shall contain no limitations on
the scope of protection afforded to City, its officers, officials, employees, designated
volunteers or agents serving as independent contractors in the role of City officials
which are not also limitations applicable to the named insured.
6.5.2 For any claims related to this Agreement, Contractor's
insurance coverage shall be primary insurance as respects City, its officers, officials,
employees, designated volunteers and agents serving as independent contractors in the
role of City officials. Any insurance or self- insurance maintained by City, their officers,
officials, employees, designated volunteers or agents serving as independent
6 of 9
contractors in the role of City officials shall be excess of Contractor's insurance and
shall not contribute with it.
6.5.3 Contractor's insurance shall apply separately to each
insured against whom claim is made or suit is brought, except with respect to the limits
of the insurer's liability.
6.5.4 Each insurance policy required by this Section 6 shall be
endorsed to state that coverage shall not be canceled or materially modified except
after 30 days prior written notice by first class mail has been given to City.
6.5.5 Each insurance policy, except for any professional
liability policy, required by this Section 6 shall expressly waive the insurer's right of
subrogation against City and its elected officials, officers, employees, servants,
attorneys, designated volunteers, and agents serving as independent contractors in the
role of city or agency officials.
6.6 Acceptability of Insurers. Insurance is to be placed with insurers
with a current A.M. Best's rating of no less than A:VIII unless waived in writing by City's
Risk Manager.
6.7 Verification of Coverage. All insurance coverages shall be
confirmed by execution of endorsements on forms approved by the City. The
endorsements are to be signed by a person authorized by that insurer to bind coverage
on its behalf. All endorsements are to be received and approved by City before
services commence. As an alternative to City forms, Contractor's insurer may provide
complete, certified copies of all required insurance policies, including endorsements
effecting the coverage required by these specifications.
7. Liquidated Damages. Should the Contractor fail to complete the project,
or any part thereof, in the time agreed upon in the Contract, the Contractor shall
reimburse the City for the additional expense and damage for each calendar day that
the Contract remains uncompleted after the Contract completion date. It is agreed that
the amount of such additional expense and damage incurred by reason of failure to
complete the Contract is the per diem rate of $750.00 per calendar day. Such amount
is hereby agreed upon as liquidated damages for the loss to the City resulting from the
failure of the Contractor to complete the project within the allotted time and to the value
of the operation of the works dependent thereon. It is expressly understood and agreed
that this amount is a reasonable amount and is established in lieu of damages that are
incapable of calculation at the inception hereof; and this amount is not to be considered
in the nature of a penalty. The City shall have the right to deduct such damages from
any amount due, or that may become due to the Contractor, or the amount of such
damages shall be due and collectible from the Contractor or the Contractor's Surety.
Progress payments made after the scheduled completion date shall not constitute a
waiver of liquidated damages.
7 of 9
8. Suspension. City may, in writing, order Contractor to suspend all or any
part of the Contractor's Services for the convenience of City or for work stoppages
beyond the control of City or Contractor. A suspension of the Services does not void
this Agreement.
9. Notices. Any notices, bills, invoices, or reports authorized or required by
this Agreement shall be in writing and shall be deemed received on (a) the day of
delivery if delivered by hand or overnight courier service during Contractor's and City's
regular business hours or by facsimile before or during Contractor's regular business
hours; or (b) on the third business day following deposit in the United States mail,
postage prepaid, to the addresses heretofore set forth in the Agreement, or to such
other addresses as the parties may, from time to time, designate in writing pursuant to
the provisions of this Section. All notices shall be addressed as follows:
If to City: City Manager
City of Seal Beach
211 8th Street
Seal Beach, California 90740
Telephone: (562) 431 -2527
Fax: (562) 493 -9857
With a copy to:
Director of Public Works
City of Seal Beach
211 8th Street
Seal Beach, California 90740
If to Contractor: EBS General Engineering, Inc.
1320 E. Sixth St., Ste. 100
Corona, CA 92879
Telephone: (951) 279 -6869
Fax: (951) 279 -6832
Attn: Joseph A. Nanci
10. Non - Assignability; Subcontracting. Contractor shall not assign, transfer,
or subcontract any interest in this Agreement or the performance of any of Contractor's
obligations hereunder. Any attempt by Contractor to so assign, transfer, or subcontract
any rights, duties, or obligations arising hereunder shall be null, void and of no effect.
11. Claim Dispute Resolution.
11.1 In the event of any dispute or controversy with the City over any
matter whatsoever, the Contractor shall not cause any delay or cessation in or of Work,
but shall proceed with the performance of the Work in dispute. Contractor shall retain
any and all rights provided that pertain to the resolution of disputes and protests
between the parties. The Disputed Work will be categorized as an "unresolved dispute"
and payment, if any, shall be as later determined by mutual agreement or a court of law.
:.
Contractor shall keep accurate, detailed records of all Disputed Work, claims and other
disputed matters.
11.2 All claims arising out of or related to the Contract Documents or this
Project, and the consideration and payment of such claims, are subject to the
Government Claims Act (Government Code Section 810 et seq.) with regard to filing
claims. All such claims are also subject to Public Contract Code Section 9204 and
Public Contract Code Section 20104 et seq. (Article 1.5), where applicable. This
Contract hereby incorporates those provisions as though fully set forth herein. Thus,
Contractor or any Subcontractor must file a claim in accordance with the Government
Claims Act as a prerequisite to filing a construction claim in compliance with Section
9204 and Article 1.5 (if applicable), and must then adhere to Article 1.5 and Section
9204, as applicable, pursuant to the definition of "claim" as individually defined therein.
12. Compliance with Laws. Contractor shall comply with all applicable federal,
state and local laws, ordinances, codes and regulations in force at the time Contractor
performs the Services.
13. Non - Waiver of Terms, Rights and Remedies. Waiver by either party of
any one or more of the conditions of performance under this Agreement shall not be a
waiver of any other condition of performance under this Agreement. In no event shall
the making by City of any payment to Contractor constitute or be construed as a waiver
by City of any breach of covenant, or any default which may then exist on the part of
Contractor, and the making of any such payment by City shall in no way impair or
prejudice any right or remedy available to City with regard to such breach or default.
14. Attorneys' Fees. In the event that either party to this Agreement shall
commence any legal action or proceeding to enforce or interpret the provisions of this
Agreement, the prevailing party in such action or proceeding shall be entitled to recover
its costs of suit, including all attorneys' fees incurred in connection therewith.
15. Construction. The validity, interpretation, and performance of this
Agreement shall be controlled by and construed under the laws of the State of
California. In the event of any asserted ambiguity in, or dispute regarding the
interpretation of any matter herein, the interpretation of this Agreement shall not be
resolved by any rules of interpretation providing for interpretation against the party who
causes the uncertainty to exist or against the party who drafted the Agreement or who
drafted that portion of the Agreement.
16. Entire Agreement. This Agreement, including any other documents
incorporated herein by specific reference, represents the entire and integrated
agreement between Contractor and City. This Agreement supersedes all prior oral or
written negotiations, representations, or agreements. This Agreement may not be
amended, nor any provision or breach hereof waived, except in a writing signed by the
parties which expressly refers to this Agreement.
9 of 9
17. Severability. The invalidity in whole or in part of any provisions of this
Agreement shall not void or affect the validity of the other provisions of this Agreement.
IN WITNESS WHEREOF, the parties, through their respective authorized
representatives, have executed this Agreement as of the date first written above.
CITY OF SEAL BEACH
By:
Ji R. Ingram, City a e
Attest:
By: I q
Robin oberts, City'Clerk, e
ltlG us
Approved as t or
By:
Cra . Steele, City Attorney
10of9
CONTRACTOR:
EBS GENERAL ENGINEERING, INC.
By: �—
Name: Joseph A. Nand
Title: President
Name:
Title:
I
ACTION AND RESOLUTION BY
THE BOARD OF DIRECTOR OF
EBS GENERAL ENGINEERING, INC
A CALIFORNIA CORPORATION
All of the Board of Directors of EBS General Engineering, Inc., desiring to insure
that all the proper and authorized individuals, who have corporate authority to bind the
said corporation to any and contracts executed by such authorized individuals, have been
approved by the board of directors of EBS General Engineering, held a meeting on
January 3, 2010.
The Board, following a review of the foregoing malter, and upon motion made and
seconded, the Board of Directors hereby determines and votes unanimously as follows:
BE IT THEREFORE RESOLVED that Joseph Nanci is hereby designated, authorized
and empowered, to be duly authorized with all the attendant powers and authorizations
related thereto, to bind, obligate and commit EBS General Engineering, Inc. Lo any and
all contracts executed by and between EBS General Engineering, Inc. and any other
contracting party.
There being no further or pending business before the Board, the meeting was
adjourned.
BOARD OF DIRECTORS
Date: January 3, 2010
= i
Z�'
Josepl anci, Sole Director
ATTESTATION
I, being the Secretary of the above referenced corporation, do hereby certify that the
above resolution is the resolution of the corporation.
Dated: t 3 /O
Josep r_ranci, Secretary
EXHIBIT A
FAITHFUL PERFORMANCE BOND
Exhibit A, Page 1
EXECUTED IN TWO COUNTERPARTS
Bond No. 4412256 Bond Premium $698
PERFORMANCE BOND
KNOW ALL PERSONS BY THESE PRESENTS Ibat
WHEREAS the City of Seal Beach, has awarded
FBS GENERAL ENGINEERING, INC.
1320 E. SIXTH ST., SUITE 100
(Name and address of Contractor)
( "Principal "), a contract (the "Contract ") for the work described as follows:
2017 ANNUAL. CONCRETE REPAIR PROGRAM Proiect No ST1704
WHEREAS, Principal is required under the terms of the Contract to furnish a bond for the faithful performance of
the Contract.
NOW, THEREFORE, we, the undersigned Principal, and
SURETEC INSURANCE COMPANY
3131 CAMINO DEL RIO N. SUITE 1450
SAN DTFGO CA 92108
(Name and address of Surety)
( "Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are held and firmly
bound unto the Public Agency in the penal sum of
FORTY EIGHT THOUSAND FOUR HUNDRED FIFTY AND NO /100
Dollars ($ 48, 450.00 ), this amount being not less than the total contract price, in
lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind
ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these
presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal, his, her or its
heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly
keep and perform all the undertakings, terms, covenants, conditions and agreements in the Contract and any
alteration thereof made as therein provided, on the Principal's part to be kept and performed, all within the time and
in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify
and hold harmless the Public Agency, its officers, agents, and others as therein provided, then this obligation shall
become null and void; otherwise, it shall be and remain in full force and effect.
In case suit is brought upon this bond, Surety further agrees to pay all court costs and reasonable attorneys' fees in an
amount fixed by the court.
FURTHER, the Surety, for value received, hereby stipulates and agrees that no change, extension of time,
alteration, addition or modification to the terns of the Contract, or of the work to be performed there under, or the
specifications for the same, shall in any way affect its obligations under this bond, and it does hereby waive notice
of any such change, extension of lime, alteration, addition, or modification to the terms of the Contract or to the
work or to the specifications there under. Surety hereby waives the provisions of California Civil Code §§ 2845 and
2849. The City is the principal beneficiary of this bond and has all rights of a party hereto. IN WITNESS
WHEREOF, two (2) identical counterparts of this instrument, each of which shall for all purposes be deemed an
original hereof, have been duly executed by Principal and Surety, on the date set forth below, the name of each
corporate party being hereto affixed and these presents duly signed by its undersigned representative(s) pursuant to
authority of its governing body.
Dated: SEPTEMBER 13, 2017
"Principal" "Surety"
EBS GENERAL ENGINEERING. INC. SURETEC INSURANCE COMPANY
Page D -38
By: � President
[ts
By:
I is
By:.�
Its
SPENCER FLAKE, ATTORNEY —IN —FACT
6y:
Its
(Seal) (Seal)
Note: This bond must be dated, all signatures must be notarized, and evidence o,
the authority of any person signing as attorney -in -fact must be attached.'
Page D -39
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
STATE OF CALIFORNIA
County of Orange
On 9 -13 -17 before me, Lexie Sherwood Notary Public,
Date Insert Name of Notary exactly as it appears on the official seal
personally appeared Spencer Flake
Name(s) of Signer(s)
LEXIE SHERWOOD
COMM. # 2203287
NOTARY PUBLIC - OIWFORNIA
ORANGECOUNTY
Comm. Exp. JULY 27, 2021
who proved to me on the basis of satisfactory evidence to
be the person(s) whose name(s) is /are subscribed to the
within instrument and acknowledged to me that he /she /they
executed the same in his /her /their authorized capacity(ies),
and that by his /her /their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s)
acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of
the State of California that the foregoing paragraph is true
and correct.
Witness my hand and official) seal.
��
Signature
Place Notary Seal Above Signature of Nobiry PubTc Lexie tiherwoocl
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of the form to another document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
❑ Individual
❑ Corporate Officer —Title(s):_
❑ Partner 11 Limited El General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer is Representing:
Number of Pages:
Signer's Name:
❑ Individual
❑ Corporate Officer
— Title(s):
❑ Partner ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer is Representing:
CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT
A notary public or other officer completing this certificate verifies only the identity of the individual who
signed the document, to which this certificate is attached, and not the truthfulness, accuracy, or validity of
that document.
STATE OF CALIFORNIA }
COUNTY OF Riverside }
On September 18, 2017 before me, K. Fairweather Notary
Date Insert Name and Title of the officer
Public, personally appeared Joseph Nanci
Nome(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the persons) whose name(s) is /are
subscribed to the within instrument and acknowledged to me that he /she /they executed the same in
his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph
is true and correct.
K.f WEATHER
Mo1HY • California
WITNESS my hand and official seal. er" County
glvonfeo Coumy
OMI
Commkdon # 2149313
Comm. faints Apf 21, 2020
S' nature:
----------------------------- ------------------------------- OPTIONAL ------------------------------------------------------------
Though this section is optional, completing this information con deter alteration of the document or fraudulent
attachment of this form to on unintended document.
Description of Attached Document
Title or Type of Document: Document Date:
Number of Pages: Signer(s) Other-Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signers Name: Signers Name:
❑ Corporate Officer — Title(s) ❑ Corporate Officer— Title(s)
U Partner - ❑ Limited ❑ General ❑ Partner - ❑ Limited ❑ General
❑ Individual ❑Attorney in Fact ❑ Individual ❑Attorney in Fact
❑ Trustee ❑Guardian or Conservator ❑ Trustee ❑Guardian or Conservator
❑ Other: ❑ Other:
Signer is Representing: Signer is Representing:
PoAg: 510123
SureTec Insurance Company
LIMITED POWER OF ATTORNEY
Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company "), a corporation duly organized and
existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents
make, constitute and appoint
Charles I. Flake, David I. Culbertson, Spencer Flake, Heather Wil s
its true and lawful Attorney -in -fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge
and deliver any and all bonds, recogaizances, undertakings or other instruments or contracts of suretyship to include waivers to the
conditions of contracts and consents of surety for, providing the bond penalty does not exceed
Ten Million and 00/100 Dollars ($10,000,000.00)
and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate
seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney-in-Fact may do in the
premises. Said appointment shall continue in force until 12J31t2010 and is made under and by authority of the following
resolutions of the Board of Directors of the SureTec Insurance Company:
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 Attomey(s) -in -Fact to represent and act for and on
behalf of the Company subject to the following provisions:
Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and
deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all
notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such
Attomey -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. (Adopted at a meeting held on 2e of April,
1999.)
In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal
to be hereto affixed this 8th day of August , A.D. eon
5 AANe� S7TEC Il E ANY
: By:
n= John Knox , resi nt
w6tw yzi
State of Texas ss:
County of Harris ••• -•• ,t`
On this 8th day of August , A.D. 2017 before me personally came John Knox Jr., to me known, who, being by me duly swom, did depose and say, that
he resides m Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above
instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the
Board of Directors of said Company; and that he signed his time thereto by like order.
r>oa,, - XENIA CHAVEZ
n_Notary Public, Slate of Texas
Comm. Expires 09 -10 -2020
'1'of 01"''
'1:,,,,,,F,a Notary ID 129117659 Xa a Notary Public
`'rAy commission expires September 10, 2020
1, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy
of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set
out in the Power of Attorney are in full force and effect.
Given under my hand and the seal of said Company at Houston, Texas this 7gdar of S P T E 2017 , A.D
nt Be y, Assistant Se etary
Any instrument issued in excess of the penalty stated above is totally void and without any validity.
For verification of the authority of this power you may call (713) 812 -0800 any business day between 8:00 am and 5:00 pm CST.
EXHIBIT B
PAYMENT BOND
Exhibit B, Page 1
1
EXECUTED IN TWO COUNTERPARTS
Bond No. 4412256 Bond Premium INCLUDED IN PERFORMANCE BOND
PAYMENT BOND
(LABOR AND MATERIALS)
KNOW ALL PERSONS BY THESE PRESENTS that:
WHEREAS the City of Seal Beach, has awarded to
F.BS GENERAL ENGINEERING. INC.
(Name and address
( "Principal "), a contract (the "Contract') for the work described as follows:
2017 ANNUAL CONCRETE REPAIR PROGRAM Project No ST1704
WHEREAS, Principal is required under the terms of the Contract and the California Civil Code to secure the
payment of claims of laborers, mechanics, materialmen, and other persons as provided by law.
NOW, THEREFORE, we, the undersigned Principal, and
IMill
(Name and address of Surety)
( "Surety ") a duly admitted surety insurer under the laws of the State of California, as Surety, are held and firmly
bound unto the Public Agency in the penal sum of
Dollars ($ 48,450.00 this amount being not less than fifty percent (50 %) of
the total contract price, in lawful money of the United States of America, for the payment of which sum well and
truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal, his, her or its
heirs, executors, administrators, successors or assigns, or subcontractors shall fail to pay any of the persons named in
Section 3 18 1 of the California Civil Code, or any amounts due under the Unemployment Insurance Code with
respect to work or labor performed under the Contract, or for any amounts required to be deducted, withheld, and
paid over to the Employment Development Department from the wages of employees of the Principal and
subcontractors pursuant to Section 13020 of the Unemployment Insurance Code, with respect to work or labor
performed under the Contract, the Surety will pay for the same in an amount not exceeding the penal sum specified
in this bond; otherwise, this obligation shall become null and void.
This bond shall insure to the benefit of any of the persons named in Section 3181 of the California Civil Code so as
to give a right of action to such persons or their assigns in any suit brought upon the bond. In case suit is brought
upon this bond. Surety further agrees to pay all court costs and reasonable attorneys' fees in an amount fixed by the
court.
FURTHER, the Surety, for value received, hereby stipulates and agrees that no change, extension of time,
alteration, addition or modification to the terms of the Contract, or of the work to be performed thereunder, or the
specifications for the same, shall in any way affect its obligations under this bond, and it does hereby waive notice
of any such change, extension of time, alteration, addition, or modification to the terns of the Contract or to the
work or to the specifications thereunder. Surety hereby waives the provisions of California Civil Code §§ 2845 and
2849.
IN WITNESS WHEREOF, two (2) identical counterparts of this instrument, each of which shall for all purposes
be deemed an original hereof, have been duly executed by Principal and Surety, on the date set forth below, the
Page D -41
name of each corporate party being hereto affixed and these presents duly signed by its undersigned
representative(s) pursuant to authority of its governing body.
Dated: SEPTEMBER 13, 2017
"Principal" "Surety'
EBS GENERAL E EE NG
By:
Its
BY: Joseph A Nand, Pr cidPnt
Its
BY
I SPSPENCER � KE, ATTORNEY —IN —FACT
M
Its
(Seal) (Seal) "
Note: This bond must be dated, all signatures must be notarized, and evidence of the authority of
any person signing as attomey -in -fact must be attached.
Page D -42
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
STATE OF CALIFORNIA
County of Orange
On 9 -13 -17 before me, Lexie Sherwood Notary Public,
Date Insert Name of Notary exactly as it appears on the official seal
personally appeared Spencer Flake
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to
be the person(s) whose name(s) is /are subscribed to the
within instrument and acknowledged to me that he /she /they
executed the same in his /her /their authorized capacity(ies),
and that by his /her /their signature(s) on the instrument the
LEXIE SHERWOOD person(s), or the entity upon behalf of which the person(s)
COMM. 02203287 t acted, executed the instrument.
NDTARYPILNUX•CAUFORNIA
ORANGE )W.JUL 27 1 certify under PENALTY OF PERJURY under the laws of
Comm. t3xp. JULY 27, 2021
the State of California that the foregoing paragraph is true
and correct.
Witness my hand an /al `= ecLC�pe�'
Signature
Place Notary Seal Above Signature of 96tary Public Lexie herwoo
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document
fraudulent the form to document.
and could prevent removal and reattachment of another
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name: Signer's Name:
❑ Individual ❑ Individual
❑ Corporate Officer— Title(s): ❑ Corporate Officer Title(s):
❑ Partner ❑ Limited ❑ General ❑ Partner ❑ Limited ❑ General
❑ Attorney in Fact ❑ Attorney in Fact
❑ Trustee ❑ Trustee
❑ Guardian or Conservator Top of thumb here ❑ Guardian or Conservator Top of thumb here
❑ Other: ❑ Other:
Signer is Representing: Signer is Representing:
CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT
A notary public or other officer completing this certificate verifies only the identity of the individual who
signed the document, to which this certificate is attached, and not the truthfulness, accuracy, or validity of
that document.
STATE OF CALIFORNIA }
COUNTY OF Riverside
On September 18, 2017 before me, K. Fairweather Notary
Date Insert Name and Title of the officer
Public, personally appeared Joseph Nanci
Nome(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are
subscribed to the within instrument and acknowledged to me that he /she /they executed the same in
his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
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.
Si re:
K.FAMWEA HER
Notary Public • CeIRorMs
i . -� Rivenlae County
Z Commission r 2149313
My Comm. Expires Apr 21. 20201
------ ---------------------I ----------------- -- ---------- OPTIONAL -------------------------------------------------------------
Though this section is optional, completing this information can deter alteration of the document or fraudulent
attachment of this form to on unintended document.
Description of Attached Document
Title or Type of Document: Document
Number of Pages: Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signers Name:
• Corporate Officer— Title(s)
• Partner - ❑ Limited ❑General
• Individual ❑Attorney in Fact
• Trustee ❑Guardian or Conservator
❑ Other:
Signer is Representing:
Signers Name:
❑ Corporate Officer— Title(s)
❑ Partner - ❑ Limited ❑ General
❑ Individual ❑Attorney in Fact
❑ Trustee ❑Guardian or Conservator
❑ Other:
Signer is Representing:
ronu: 510123
SureTec Insurance Company
LIMITED POWER OF ATTORNEY
Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company "), a corporation duly organized and
existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents
make, constitute and appoint
Charles L. Flake, David L. Culbertson, Spencer Flake, Heather Willis
its true and lawful Attomey -in -fact, 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 waivers to the
conditions of contracts and consents of surety for, providing the bond penalty does not exceed
Ten Million and 00/100 Dollars ($10,000,000.00)
and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate
seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney -in -Fact may do in the
premises. Said appointment shall continue in force until 12131/2019 and is made under and by authority of the following
resolutions of the Board of Directors of the SureTec Insurance Company:
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 Attomey(s) -in -Fact to represent and act for and on
behalf of the Company subject to the following provisions:
Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and
deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings 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. (Adopted at a meeting held on 20`" of April,
1999)
In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal
to be hereto affixed this 8th day of August , A.D. eon .
s an vcF SURETEC T! E ANY
a,.
~' n John Knox ., resi nt
State of Texas ss: ��
County of Harris - - -- /
On this 8th day of August , A.D. 2017 before me personally came John Knox Jr., to me known, who, being by me . duly swom, did depose and say, that
he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above
instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the
Board of Directors of said Company; and that he signed his name thereto by like order.
XENIA CHAVEZ
�. ♦�... X
�= Notary Public, State of Texas
Comm. Expires 09 -10 -2020
Notary ID 129117659 , )a aVez, Notary Pub
� r
11C
�vly commission expires September 10, 2020
1, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy
of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set
out in the Power of Attorney are in full force and effect.
Given under my hand and the seal of said Company at Houston, Texas this
da
of
PT
2017 A.D
ei ry
. Br nt Betty,
Assistant Se
Any instrument issued in excess of the penalty stated above is totally void and without any validity.
For verification of the authority of this power you may call (713) 812 -0800 any business day between 8:00 am and 5:00 pm CST.
EXHIBIT C
WORKERS' COMPENSATION INSURANCE CERTIFICATE
Exhibit C, Page 1
EXHIBIT D -1
ADDITIONAL INSURED ENDORSEMENT
COMMERCIAL GENERAL LIABILITY
[INSERT INSURANCE CERTIFICATE SHOWING COMMERCIAL GENERAL
LIABILITY]
Exhibit D -1, Page 1
EXHIBIT D -2
ADDITIONAL INSURED ENDORSEMENT
AUTOMOBILE LIABILITY
[INSERT INSURANCE CERTIFICATE SHOWING AUTOMOBILE LIABILITY]
Exhibit D -2, Page 1
EXHIBIT D -3
ADDITIONAL INSURED ENDORSEMENT
(INSERT INSURANCE CERTIFICATE SHOWING PROFESSIONAL INSURANCE
LIABILITY, IF REQUIRED)
Exhibit D -3, Page 1
ACORD. CERTIFICATE OF LIABILITY INSURANCE
09/1 //2017 Y)
09/13/2017
PRODUCER LIC #OE28842 1 -949- 756 -4100
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Invensure Insurance Brokers, Inc.
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
TYPEOFINSURANCE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
17991 Cowan
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
LIMITS
A
Irvine, CA 92614
Bob Parent
INSURERS AFFORDING COVERAGE
NAIC N
INSURED
EBB General Engineering, Inc.
INSURER A'. LIBERTY NOT FIRE INS CO
23035
INSURER B: LIBERTY INS CORP
42404
1320 E. Sixth St. #100
INSURER C:
INSURERD:
Corona, CA 92879
INSURER E'
PERSONAL& ADV INJURY
$ 1,000,000
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTq
DD'
IINSR
TYPEOFINSURANCE
POLICYNUMBER
POLICYEFFECTIVE
DATE M D V
POLICY EXPIRATION
DATE MM D
LIMITS
A
GENERAL LIABILITY
TB2 -Z91- 454286 -016
09/28/16
09/28/17
EACH OCCURRENCE
$1,000,000
PREMISES Ea ocourence
$ 100,000
X COMMERCIAL GENERAL LIABILITY
GLAIMSMADE OCCUR
MEDEXP(Anyonepemon)
$5,000
PERSONAL& ADV INJURY
$ 1,000,000
X $5,000 Deductible
GENERALAGGREGATE
$ 2,000,000
GEN'LAGGREGATE LIMITAPPLIEB PER:
PRODUCTS - COMP /OPAGG
$2,000,000
POLICY X PRO- LOC
JECT
A
AUTOMOBILE
X
LIABILITY
ANY AUTO
M2 -Z91- 454286 -026
09/28/16
09/28/17
COMBINED SINGLE LIMIT
(Ea accitlenl)
$1,000,000
BODILY INJURY
(Per person)
$
ALL OWNED AUTOS
SCHEDULED AUTOS
X
BODILY INJURY
(Per accident)
$
HIRED AUTOS
NON- OWNEDAUTOS
X
PROPERTY DAMAGE
(Peraccibenl)
$
GARAGE LIABILITY
AUTOONLY- EAACCIDENT
S
OTHERTHAN EAACC
$
ANY AUTO
$
AUTOONLY: AGO
B
EXCESSNMBRELLAUABILITY
TH7 -Z91- 454286 -046
09/28/16
09/28/17
EACH OCCURRENCE
$4,000,000
X OCCUR CLAIMS MADE
AGGREGATE
$4, 000, 0 0 D
$
DEDUCTIBLE
$
X RETENTION $ 10,000
A
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
ANY PROPRIETOWPARTNER /EXECUTIVE
WC2- Z91- 454286 -036
09/28/16
09/28/17
X CSTATU- OTH-
T W RV LIMIT ER
E.L. EACH ACCIDENT
$1,000,000
E.L. DISEASE - EA EMPLOYEE
31,000,000
OFFICER /MEMBER EXCLUDED? X
If yes, describe under
SPECIAL PROVISIONS below
EL .DISEASE - POLICY LIMIT
$1,000,000
OTHER
DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS
--Certificate holder is additional insured per forms CG2037 04 13 & CG2033 04 13, CA2048 10 13, Printery wording
LC 2420 02 13, Blanket GL waiver of subrogation CC2404 05/09, Blanket WC waiver of subrogation WC040306 4/84
E Auto Waiver of Subrogation CA 04 44 10 13 apply per attached.
• *City of Seal Beach, its officers, officials, employees, designated volunteers and agents serving as
independent contractors in the role of City officials, are additional insureds.
Project: 2017 Annual Concrete Repair; CIP STI704
CERTIFICATE HOLDER CANCELLATION -except 10 days notice for non - payment.
ACORD 25 (2001/08) klopez © ACORD CORPORATION 1988
50766653
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
City of Seal Beach
DATE THEREOF, THE ISSUING INSURER WILL elAT7G19 MAIL 30• DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
211 8th St.
Seal Beach, CA 90740
AUTHORIZED REPRESENTATIVE
USA
ACORD 25 (2001/08) klopez © ACORD CORPORATION 1988
50766653
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
0161101l lhtd=I 1
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
qs r9nnunm
POLICY NUMBER: AS2 -Z91- 454286 -026
COMMERCIAL AUTO
CA 20 48 10 13
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
DESIGNATED INSURED FOR
COVERED AUTOS LIABILITY COVERAGE
This endorsement modifies insurance provided under the following:
AUTO DEALERS COVERAGE FORM
BUSINESS AUTO COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless
modified by this endorsement.
This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage
under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage
provided in the Coverage Form.
SCHEDULE
Name Of Person(s) Or Organlzati0n(S): Any person or organization whom you agreed in venting as an additions: insured, but only
for the coverage and minimum limits of insurance required by the written agreement, and
in an event to exceed either the scope of coverage or the limits of insurance provided in
This policy
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
Each person or organization shown in the Schedule is
an "insured" for Covered Autos Liability Coverage, but
only to the extent that person or organization qualifies
as an "insured" under the Who Is An Insured
provision contained in Paragraph A.I. of Section II —
Covered Autos Liability Coverage in the Business
Auto and Motor Carrier Coverage Forms and
Paragraph D.2. of Section I — Covered Autos
Coverages of the Auto Dealers Coverage Forth.
CA 20 48 10 13 ® Insurance Services Office, Inc., 2011 Page 1 of 1
POLICY NUMBER: AS2 -Z91- 454286 -026 COMNERCIALAUTO
CA 04 44 10 13
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY
AGAINST OTHERS TO US (WAIVER OF SUBROGATION)
This endorsement modifies insurance provided under the following:
AUTO DEALERS COVERAGE FORM
BUSINESS AUTO COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified
by the endorsement.
SCHEDULE
Name(s) Of Person(s) Or Organization(s):
As required by written contract or agreement entered into prior to loss.
(Premium. $ Included
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
The Transfer Of Rights Of Recovery Against
Others To Us condition does not apply to the
person(s) or organization(s) shown in the Schedule,
but only to the extent that subrogation is waived prior
to the "accident" or the "loss" under a contract with
that person or organization.
CA 04 44 1013 0 Insurance Services Office, Inc., 2011 Page 1 of 1
Policy No. TB2-Z91- 454286 -016
COMMERCIAL GENERAL LIABILITY
CG 20 33 04 13
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - AUTOMATIC STATUS WHEN
REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
A. Section II — Who Is An Insured is amended to
include as an additional insured any person or
organization for whom you are performing
operations when you and such person or
organization have agreed in writing in a contract or
agreement that such person or organization be
added as an additional 'insured on your policy.
Such person or organization is an additional
insured only with respect to liability for "bodily
injury", "property damage" or 'personal and
advertising injury" caused, in whole or in part, by;
1. Your acts oromissions: or
2. The acts or omissions of those acting on your
behalf;
in the performance of your ongoing operations for
the additional insured.
However, the insurance afforded to such additional
insured:
1. Only applies to the extent permitted by law; and
2. Will not be broader than that which you are
required by the contract or agreement to
provide for such additional insured.
A person's or organization's status as an additional
insured under this endorsement ends when your
operations for that additional insured are
completed.
B. With respect to the insurance afforded to these
additional insureds, the following additional
exclusions apply:
This insurance does not apply to:
1. "Bodily injury', "property damage' or "personal
and advertising injury" .arising out of the
rendering of, or the failure to render, any
professional architectural, engineering or
surveying services, including:
a. The preparing, approving, or failing to
prepare or approve, maps, shop drawings,
opinions, reports, surveys, field orders,
change orders or drawings and
specifications; or
b. Supervisory, inspection, architectural or
engineering activities.
This exclusion applies even if the claims against
any insured allege negligence or other wrongdoing
in the supervision, hiring, employment, training or
monitoring of others by that insured, if the
"occurrence" which caused the "bodily injury' or
"property damage ", or the offense which caused
the "personal and advertising injury", involved the
rendering of or the failure to render any
professional architectural, engineering or surveying
services.
CG 20 33 0413 0 Insurance Services Office, Inc., 2012 Page 1 of 2
2. 'Bodily injury" or 'property damage' occurring
after.
a. All work, including materials, parts or
equipment furnished in connection with
such work, on the project (other than
service, maintenance or repairs) to be
performed by or on behalf of the additional
insured(s) at the location of the covered
operations has been completed; or
b. That portion of "your work" out of which the
injury or damage arises has been put to As
intended use by any person or organization
other than another contractor or
subcontractor engaged in performing
operations for a principal as a part of the
same project.
C. With respect to the insurance afforded to these
additional insureds, the following is added to
Section III — Limits Of Insurance:
The most we will pay on behalf of the additional
insured is the amount of insurance:
1. Required by the contract or agreement you
have entered into with the additional insured; or
2. Available under the applicable Limits of
Insurance shown in the Declarations;
whichever is less.
This endorsement shall not increase the applicable
Limits of Insurance shown in the Declarations.
Page 2 of 2 0 Insurance Services Office, Inc., 2012 CG 20 33 0413
POLICY NUMBER: TB2 -Z91- 454286 -016
COWERCIAL GENERAL LIABILITY
CG 20 37 0413
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - COMPLETED OPERATIONS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE PART
A. Section II — Who Is An Insured is amended to
include as an additional insured the person(s) or
organization(s) shown in the Schedule, but only
with respect to liability for "bodily injury" or
"property damage" caused, in whole or in part, by
"your work" at the location designated and
described in the Schedule of this endorsement
performed for that additional insured and included
in the "products- completed operations hazard ".
However.
1. The insurance afforded to such additional
insured only applies to the extent permitted by
law; and
2. If coverage provided to the additional insured is
required by a contract or agreement, the
insurance afforded to such additional insured
will not be broader than that which you are
required by the contract or agreement to
provide for such additional insured.
Name Of Additional Insured Person(s)
Or Organization(s):
Blanket where required by written contract executed
prior to a loss or occurrence.
B. With respect to the insurance afforded to these
additional insureds, the following is added to
Section III — Limits Of Insurance:
If coverage provided to the additional insured is
required by a contract or agreement, the most we
will pay on behalf of the additional insured is the
amount of insurance:
1. Required by the contract or agreement; or
2. Available under the applicable Limits of
Insurance shown in the Declarations;
whichever is less.
This endorsement shall not increase the applicable
Limits of Insurance shown in the Declarations.
SCHEDULE
Location And Description Of Completed Operations
Any
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
CG 20 37 0413 C Insurance Services Office, Inc., 2012 Page 1 of 1
Policy Number TB2 -Z91- 454286 -016
Issued by Liberty Mutual Fire Ins. Co.
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
OTHER INSURANCE AMENDMENT — SCHEDULED ADDITIONAL INSURED
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTS /COMPLETED OPERATIONS LIABILITY COVERAGE PART
LIQUOR LIABILITY COVERAGE PART
Schedule
Person or Organization:
All persons with whom you have a written agreement to include them as Additional
Insured, which is signed in advance of the "Occurrence" or offense for which the
Additional Insured seeks coverage.
If you are obligated under a written agreement to provide liability insurance on a primary, excess, contingent, or
any other basis for any person or organization shown in the Schedule of this endorsement that qualifies as an
additional insured on this policy, this policy will apply solely on the basis required by such written agreement and
Paragraph 4. Other Insurance of Section IV - Conditions will not apply. If the applicable written agreement does
not specify on what basis the liability insurance will apply, the provisions of Paragraph 4. Other Insurance of
Section IV - Conditions will govern. However, this insurance is excess over any other insurance available to the
additional insured for which it is also covered as an additional insured by attachment of an endorsement to
another policy providing coverage for the same "occurrence ", claim or "suit ".
LC 24 20 02 13 ® 2013 Liberty Mutual Insurance. All rights reserved. Page 1 of 1
Includes copyrighted material of Insurance Services Office, Inc., with its permission.
WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT -
CALIFORNIA
We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not
enforce our right against the person or organiration named in the Schedule. (This agreement applies only to the
extent that you perform work under a written contract that requires you to obtain this agreement from us,)
You must maintain payroll records accurately segregating the remuneration of your employees while engaged in
the work described in the Schedule.
The additional premium for this endorsement shall be 2.0% of the California workers compensation premium
otherwise due on such remuneration.
Schedule
Person or Organization Job Description
Where required by contract or
written agreement prior to loss and
allowed by law,
Issxdby Liberty Mutual Fire Insurance Company
For attachment to Policy No .WC2 -Z91- 454286 -036 Effective Date 9/28/16 Premium$
Issued to EBS General Enghwing, Inc.
WC 04 03 06 page 7 of 7
ED: 04/7964
EXHIBIT E
ACKNOWLEDGMENT OF PENAL AND CIVIL PENALTIES CONCERNING
CONTRACTOR LICENSING LAWS
Exhibit E, Page 1
STATEMENT ACKNOWLEDGING PENAL AND CIVIL PENALTIES
CONCERNING THE CONTRACTORS' LICENSING LAWS
[Business & Professions Code § 7028.151
[Public Contract Code § 20103.5]
1, the undersigned, certify that I am aware of the following provisions of California law and that 1, or the
entity on whose behalf this certification is given, hold a currently valid California contractor's license as set
forth below (required at time of award):
Business & Professions Code § 7028.15:
(a) It is a misdemeanor for any person to submit a bid to a public agency in order to engage
in the business or act in the capacity of a contractor within this state without having a license therefore,
except in any of the following cases:
(1) The person is particularly exempted from this chapter.
(2) The bid is submitted on a state project governed by Section 10164 of the Public
Contract Code or on any local agency project governed by Section 20104 [now § 20103.5] of the Public
Contract Code.
(b) If a person has been previously convicted of the offense described in this section, the
court shall impose a fine of 20 percent of the price of the contract under which the unlicensed person
performed contracting work, or four thousand five hundred dollars ($4,500), whichever is greater, or
imprisonment in the county jail for not less than 10 days nor more than six months, or both.
In the event the person performing the contracting work has agreed to furnish materials
and labor on an hourly basis, "the price of the contract" for the purposes of this subdivision means the
aggregate sum of the cost of materials and labor furnished and the cost of completing the work to be
performed.
(c) This section .shall not apply to a joint venture license, as required by Section 7029.1.
However, at the time of making a bid as a joint venture, each person submitting the bid shall be subject to
this section with respect to his or her individual licensure.
(d) This section shall not affect the right or ability of a licensed architect, land surveyor, or
registered professional engineer to form joint ventures with licensed contractors to render services within
the scope of their respective practices.
(e) Unless one of the foregoing exceptions applies, a bid submitted to a public agency by a
contractor who is not licensed in accordance with this chapter shall be considered non - responsive and shall
be rejected by the public agency. Unless one of the foregoing exceptions applies, a local public agency
shall, before awarding a contract or issuing a purchase order, verify that the contractor was properly
licensed when the contractor submitted the bid. Notwithstanding any other provision of law, unless one of
the foregoing exceptions applies, the registrar may issue a citation to any public officer or employee of a
public entity who knowingly awards a contract or issues a purchase order to a contractor who is not
licensed pursuant to this chapter. The amount of civil penalties, appeal, and finality of such citations shall
be subject to Sections 7028.7 to 7028.13, inclusive. Any contract awarded to, or any purchase order issued
to, a contractor who is not licensed pursuant to this chapter is void.
(f) Any compliance or noncompliance with subdivision (e) of this section, as added by
Chapter 863 of the Statutes of 1989, shall not invalidate any contract or bid awarded by a public agency
during which time that subdivision was in effect.
(g) A public employee or, officer shall not be subject to a citation pursuant to this section if
the public employee, officer, or employing agency made an inquiry to the board for the purposes of
Page D -53
verifying the license status of any person or contractor and the hoard failed to respond to the inquiry within
three business days. For purposes of this section, a telephone response by the board shall be deemed
sufficient.
Public Contract Code § 20103.5:
In all contracts subject to this part where federal funds are involved, no bid submitted shall be
invalidated by the failure of the bidder to be licensed in accordance with the laws of this state. However, at
the time the contract is awarded, the contractor shall be properly licensed in accordance with the laws of
this state. The first payment for work or material under any contract shall not be made unless and until the
Registrar of Contractors verifies to the agency that the records of the Contractors' State License Board
indicate - that -the -contractor -was properly licensed-at the time-tile contract-was awarded. Any-bidder-or - - --
contractor not so licensed shall be subject to all legal penalties Imposed by law, including, but not limited
to, any appropriate disciplinary action by the Contractors' State License Board. The agency shall include a
statement to that effect in the standard form of pre - qualification questionnaire and financial statement.
Failure of the bidder to obtain proper and adequate licensing for an
award of a contract shall constitute a failure to execute the contract and
shall result in the forfeiture of the security of the bidder.
LicenseNo.; 79-COW Class: A Expiration Date: :?7/
Date: _°I/a 2-b-7
Page D -54
EXHIBIT F
LABOR LAW REQUIREMENTS
Exhibit F, Page 1
AGREEMENT TO COMPLY WITH CALIFORNIA LABOR LAW
REQUIREMENTS
(Labor Code §§ 1720,t773.8, 1775,1776 ,1777.5,1813,1860,1861,.37001
The undersigned Contractor certifies that it is aware of and hereby agrees to fully comply with the
Following provisions of California law:
I. Contractor acknowledges that this contract is subject to the provisions of Division 2, Part 7,
Chapter I (commencing with Section 1720) of the California Labor Code relating to public works and the
awarding public agency ( "Agency ") and agrees to be bound by all the provisions thereof as though set forth
in full herein.
2. Contractor agrees to comply with the provisions of California Labor Code Section 1773.8 which
requires the payment of travel and subsistence payments to each worker needed to execute the work to the
extent required by law.
3. Contractor agrees to comply with the provisions of California Labor Code Sections 1774 and 1775
concerning the payment of prevailing rates of wages to workers and the penalties for failure to pay
prevailing wages. The Contractor shall, as a penalty to the Agency, forfeit not more than fifty dollars ($50)
for each calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined
by the Director of Industrial Relations for the work or craft in which the worker is employed for any public
work done under the contract by Contractor or by any subcontractor.
4. Contractor agrees to comply with the provisions of California Labor Code Section 1776 which
require Contractor and each subcontractor to (1) keep accurate payroll records, (2) certify and make such
payroll records available for inspection as provided by Section 1776, and (3) inform the Agency of the
location of the records. The Contractor is responsible for compliance with Section 1776 by itself and all of
its subcontractors.
5. Contractor agrees to comply with the provisions of California Labor Code Section 1777.5
concerning the employment of apprentices on public works projects, and further agrees that Contractor is
responsible for compliance with Section 1777.5 by itself and all of its subcontractors.
6. Contractor agrees to comply with the provisions of California Labor Code Section 1813
concerning penalties for workers who work excess hours. The Contractor shall, as a penalty to the Agency,
forfeit twenty-five dollars ($25) for each worker employed in the execution of the contract by the
Contractor or by any subcontractor for each calendar day during which such worker is required or
permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar week in
violation of the provisions of Division 2, Part 7, Chapter 1, Article 3 of the California Labor Code.
7. California Labor Code Sections 1860 and 3700 provide that every contractor will be required to
secure the payment of compensation to its employees. In accordance with theprovisions -of California
Labor Code Section 1861, Contractor hereby certifies as follows:
"I am aware of the provisions of Section 3700 of the Labor Code which require every employer to
be insured against liability for worker's compensation or to undertake self - insurance in accordance with the
provisions of that code, and I will comply with such provisions before commencing the performance of the
work of this contract."
Date cl �2Z><% Signature
Page D -56
EXHIBIT G
ACCEPTED PROPOSAL
Exhibit G, Page 1
Section C
PROPOSAL
Bidders Name EBS General Engineering, Inc.
TO THE HONORABLE MAYOR AND CITY COUNCIL OF THE CITY OF SEAL BEACH
The undersigned, as bidder, declares that: (1) -this proposal is made without collusion with any other
person, firm or corporation, and that the only persons or parties interested as principals are those named
herein as swom in the attached Non - Collusion Affidavit; (2)- bidder has carefully examined the project
Plans, Specifications, Instructions To Bidders, Proposal, Notice Inviting Sealed Bids and all other contract
documents and information furnished therefore and the site of the proposed work; and (3)-bidder has
investigated and is satisfied as to the conditions to be encountered, the character, quality and quantities of
work to be performed and materials to be furnished. Furthermore, bidder agrees that submission of this
proposal shall be conclusive evidence that such examination and investigation have been made and agrees,
in the event this contract be awarded to bidder, to enter into a contract with the City Council of the CITY
OF SEAL BEACH, to perform said proposed work in accordance with the Plans, if any, and the terms of
the Specifications, in the time and manner therein prescribed, and to furnish or provide all materials, labor,
tools, equipment, apparatus and other means necessary so to do, except such thereof as may otherwise be
furnished or provided under the terms of said Specifications, for the following stated unit prices or lump
sum price as submitted on the Bid Sheet herein.
The bidder shall submit as part of this proposal a completed copy of the Contractor's Industrial Safety
Record. This Safety Record 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 such partnership, joint venture, or corporate or
individual bidder. The bidder may attach any additional information or explanation of data which he would
like to be taken into consideration in evaluating the safety record. An explanation of the circumstances
surrounding any and all fatalities must be attached.
Accompanying this proposal is (Circle one "cash ", "a Cashier's Check ", "a certified check ", or
on in the form furnished by the City ", as the case may be) in the amount of $ 10% bid amo unt an amount
equal to at least ten percent (10 %) of the total aggregate bid price based on the quantities shown and the
unit prices quoted. The undersigned bidder agrees that should bidder be awarded the Contract on the basis
hereof and thereafter fail or refuse to enter into a Contract and provide the required evidence of insurance
and bonds within 15 calendar _days after written notice of the award, the cash, check or bond shall be
Forfeited to the city in accordance with Public Contract Code section - 20172, except as otherwise provided
in Public Contract Code section - 20174. The undersigned agrees that in the event of such failure, the actual
amount of damages to the City would be impractical and extremely difficult to determine.
In compliance with the Notice Inviting Sealed Bids, the undersigned hereby agrees to enter into a contract
to furnish all labor, materials and supplies for this project in accordance with the Specifications, Plans other
Contract Documents which are on file in the office of the City Engineer of the CITY OF SEAL BEACH, to
the satisfaction and under the direction of the City Engineer, at the following prices: completed by the
undersigned is fixed at 30 WORKING DAYS starting from the day after the issuance of the Notice to
Proceed.
Page C -I
PROPOSAL FOR
2017 ANNUAL CONCRETE REPAIR PROGRAM
PROJECT CIP NO. ST1704
R U
Item Unit Price Extended Price
No Description Unit Quantity (in Figures) (in Figures)
Sawcut remove & reconstruct 4" PCC
sidewalk or parkway per Section 17
4,000
$
7
$ 3S
1
SF
Special Provisions; complete and in
place.
Perform root pruning/grinding per
2
Section 17 Special Provisions;
EA
17
complete and in place.
Sawcut, remove & reconstruct PCC
17 Special
LF
50
$
$
3
curb & gutter per Section
Provisions; complete and in place.
Sawcut, remove & replace 4" PCC
driveway approach per Section 17
SF
300
$�
$ i�
4
Special Provisions; complete and in
place.
TOTAL BID PRICE (ITEMS NO. 1 THROUGH 7)
$
WORDS 0G,
i
o 51+ LU1
i 1[jr FIGURES t Sd
IN CASE OF DISCREPANCY BETWEEN WORDS AND FIGURES, THE WORDS
SHALL PREVAIL
Page C -2
NOTE: The City reserves the right to award a contract to the lowest responsible bidder in parts or in its
entirety and reserves the right to reject all bids and re- advertise, as appears to be in the best interests of the
City. A bid is required for this entire work, the estimated quantities set forth in this Bid Sheet being solely
for the purpose of comparing bids, and final compensation under the Contract will be based upon the actual
quantities of work satisfactorily completed. The unit and/or lump sum prices bid shall include all
appurtenant expenses, taxes, royalties, and fees. In the case of discrepancies in the amount bid, unit prices
shall govern over extended amounts, and words shall govem over figures. The City reserves the right to
increase or decrease the amount of anv quantity shown and to delete any item from the Contract.
The undersigned bidder agrees that, if awarded the Contract, bidder will complete all work according to the
contract documents. The undersigned bidder is licensed in accordance with the requirements of the
Business and Professions Code, California Contractor's License No. -_ 720016 Class
A (REQUIRED AT TIME OF AWARD).
Legal Business Name of Bidder
ESS General Engineering, Inc.
Business Address
Tel. No.
1320 E. Sixth St., Ste 100 Corona CA 92879
- 279 -6869
Title
Signature Date
Signature Date
If bidder is an individual, name and signature of individual must be provided, and, if he is doing business
under a fictitious name, the fictitious name must be set forth. If bidder is a partnership or joint venture,
legal name of partnership /joint venture must be provided, followed by signatures of all of the partners /joint
venturers or of fewer than all of the partners /joint venturers if submitted with evidence of authority to act
on behalf of the partnership /joint venture. If bidder is a corporation, legal name of corporation must be
provided, followed by signatures of the corporation President or Vice President and Secretary or Assistant
Secretary, and the corporate seal. Signatures of partners, joint venturers, or corporation officers must be
acknowledged before a Notary Public, who must certify that such partners, joint venturers, or officers are
known to him or her to be such, and, in the case of a corporation, that such corporation executed the
instrument pursuant to its bylaws or a resolution of its Board of Directors.
Page C -3
California All - Purpose Acknowledgement
State of California }
County of Orange
On —i t q - t 1 before me, William E. Ellis Jr
a Notary Public
Personally
Joseph A. Nanci
WILLIAM E. ELLIS JR.
Commission # 2127998 =
a Notary Public - California s
Z. orange County
Comm. 6 Tres Oct 23 2019
Notary Public Seal
Description of Attached Document
Title or Type of Document:
Document
Signer(s) Other than Named Above:
Capacity(ies) Claimed by Signer(s)
❑ Individual
❑ Corporate Officer:
❑ Partner - ❑ Limited ❑ General
❑ Attorney -in -Fact
❑ Trustee
❑ Guardian or Conservator
0 Other:
Signer is Representing:
who proved to me on the basis of satisfactory evidence
to be the person(s) whose nameXis /arer subscribed to
the within instrument and acknowledged to me that he/
ehekhgy executed the same in histhorltheir authorized
capacity0a,Q, and that by his /herftheir signature on
the instrument the person(sL or the entity upon behalf
of which the persons} acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct.
WITNESS my hand and official seal.
U
Notary Public Signature
Of
OPTIONAL
❑ Individual
a Corporate Officer:
CJ Partner - 0 Limited ❑ General
Ci Attorney -in -Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer is Representing:
ACTION AND RESOLUTION BY
THE.BOARD OF DIRECTOR OF
EBS GENERAL ENGrNEERING, I11C
A CAL (FORNIA CORPORATION
All of the Board of Directors of EBS General Engineering, Inc.. desiring to insure
that all the proper and authorized individuals, who have corporate authority to bind the
said corporation to any and contracts executed by such authorized individuals, have been
approved by the board of directors of EBS General Engineering, held a meeting on
January 3, 2010.
The Board, following a review of the foregoing matter, and upon motion made and
seconded, the Board of Directors hereby determines and votes unanimously as follows:
BE IT THEREFORE RESOLVED that Joseph Nanci is hereby designated, authorized
and empowered, to be duty authorized with all the attendant powers and authorizations
related thereto, to bind; obligate and commit EBS General Engineering, Inc. to any and
all contracts executed by and between EBS General Engineering; Inc. and any other
contracting party.
There being no further or pending business before the Board, the meeting was
adjourned.
BOARD OF DIRECTORS
Date: January 3; 2010
Joseply? /anci, Sole Director
ATTESTATION
I, being the Secretary of the above referenced corporation, do hereby certify that the
above resolution is the resolution of the corporation.
Dated: 1 3 /O
J07114111 anci, Secretary
INFORMATION REQUIRED OF BIDDER
Bidder certifies under penalty of perjury under the laws of the State of California that the following
information is true and correct:
Name of individual Contractor, Company or Corporation:
Business Address: 1320 E. Sixth St. Ste 100 Corona CA 92879
Telephone and Fax Number: 951- 279 -6869 / 951- 279 -6832
California State Contractor's License No. and Class: 720016 A
(REQUIRED AT TIME OF AWARD)
Original Date Issued: p
3/3 1/9 x iration Date: 3/31/18
List the name and title /position of the person(s) who inspected for your firm the site of the work proposed
in these contract documents:
Joseph A. Nanci, President
The following are the names, titles, addresses, and phone numbers of all individuals, firm members,
partners, joint ventures, and company or corporate officers having a principal interest in this proposal:
Name Title Address Telephone
Joseph A Nanci President - 1320 E. Sixth St Ste 100 Corona CA 92879 (951) 279 -6869
Corporation organized under the laws of the State of CA
The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in
this proposal are as follows:
N/A
Page C4
All current and prior D.B.A.'s, aliases, and fictitious business names for any principal having interest in
this proposal are as follows:
Elite Bobcat Service, Inc.
For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with
project owners (public agencies, private companies, etc...) in the past five years (Attach additional Sheets
if necessary) provide:
Provide the names, addresses and telephone numbers of the parties;
N/A
Briefly summarize the parties' claims and defenses;
N/A
State the tribunal (i.e., Superior Court, American Arbitration Association, etc.) the matter number and
outcome.
N/A
Have you ever had a contract terminated by the owner /agency? If so, explain.
No
Have you ever failed to complete a project? If so, explain.
No
Have you ever been terminated for cause and then had it converted to a "termination of convenience "? If
so, explain. No
For any projects you have been involved with in the last 5 years did you have any claims or actions:
Circle One
1. By you against the owner?
Yes /©o
2. By the owner against you?
Yes / G10
Page C -5
3. By any outside agency or individual for labor compliance (i.e. failure to pay prevailing wage,
falsifyin certified payrolls, etc..)
4. Yes /
5. By Subcontractors (Stop Notices. etc.)
Yes /
6. Are an}daims or actions unresolved or outstanding? Yes /(5
If yes to any of the above, explain. (Attach additional sheets. if necessary)
Failure of the bidder to provide ALL requested information in a complete and accurate manner may be
considered non - responsive.
Subscribed and swom to before me By
This day of 120 (print name of Owner or
President of orporation/C pany)
(Signature of Notary Republic) (Signature)
President
(Title)
(SEAL)
7/12/17
(Date)
(Signature of Secretary of Corporation)
Page C -6
California All- Purpose Acknowledgement
State of California )
County of Orange
On I ° 1q - 1. 1 before me, William E. Ellis Jr
a Notary Public
Personally
Joseph A. Nanci
WILLIAM E. ELLIS JR.
Commisslon 1 2127998
Notary Public - Caftmia i
Orange County >
M Comm. Expires Oct 23, 2019
Notary Public Seal
Description of Attached Document
Title or Type of Document:
Document
Signer(s) Other than Named Above:
CapacitAies) Claimed by Signer(s)
Cl Individual
0 Corporate Officer:
0 Partner - 0 Limited 0 General
0 Attorney-in-Fact
0 Trustee
0 Guardian or Conservator
0 Other:
Signer is Representing:
who proved to me on the basis of satisfactory evidence
to be the person) whose nameXis /arfsubscribed to
the within instrument and acknowledged to me that he/
shsAh" executed the same in hisifim*heif authorized
capacity(1as,), and that by his/fter(their signature on
the instrument the person(, or the entity upon behalf
of which the persons acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct.
WITNESS my hand and official seal.
IN 1
Notary Public Signature
of Pages:
OPTIONAL
0 Individual
0 Corporate Officer:
0 Partner - 0 Limited 0 General
0 Attorney -in -Fact
0 Trustee
O Guardian or Conservator
0 Other:
Signer is Representing:
REFERENCES: Contractor must use this formM Please print or type.
Bidders Name
EBS GENERAL ENGINEERING, INC
FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER
MAY BE CONSIDERED NON - RESPONSIVE.
For all public agency projects you have worked on (or are currently working on) in the past 2 years in
excess of $15,000, provide the following information:
1
Project Name /Number 2014/2015 City Wide Curb, Gutter, Sidewalk and Driveway Repairs
Project Description concrete
Approximate Construction Dates From to
Agency Name City of Riverside
at various locations
11/2014 - 2/2015
Contact Person DannyCwiak Telephone ( )
951- 377 -5514
Original Contract Amount $ 407,628 Final Contract Amount $ 343,510
If final amount is different from original, please explain (change orders, extra work, etc.)
order
Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes,
briefly explain and indicate outcome of claims.
2
ProjectName/Number Annual Concrete Repair (FY2014 -2015)
Project Description
Remove and replace sidewalk
Approximate Construction Dates From 4/2015 to 5/2015
Agency Name City of Rancho Santa Margarita
Contact Person Terry Gregory Telephone ( )
(949) 635 -1800
Original Contract Amount $ 55,620.75 Final Contract Amount .$ 55,620.75
If final amount is different from original, please explain (change orders, extra work, etc.)
Page C -7
Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes,
briefly explain and indicate outcome of claims.
No
3
Project Name/Number
Annual Concrete at Various Locations
Project Description Concrete Repairs
Approximate Construction Dates From 4/2016 to 8/2016 -
AgencyName City of West Hollywood
Contact Person
Sharon Perlstein
Telephone ( )
323.848.6383
Original Contract Amount $ 349,000 Final Contract Amount $ 362,962.12
If final amount is different from original, please explain (change orders, extra work, etc.)
change order
Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes,
briefly explain and indicate outcome of claims.
No
ProjectName/Number FY 15/16 Curb Access Ramp Installation
Project Description Construct curb ramp, curb access ramp, install domes
Approximate Construction Dates From
5/2016 to
Agency Name City of Huntington Beach
Contact Person Dave Verone Telephone( )
714- 375 -8471
Original Contract Amount $ 327,200 Final Contract Amount $ 327,200
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes,
briefly explain and indicate outcome of claims.
Page C -8
Project Name/Number
Annual Concrete at Various Locations
Project Description R &R curb + gutter, sidewalk, driveway
Approximate Construction Dates
From 12/2015 to 4/2016
Agency Name City of Orange
Contact Person Tviarrhpw T nrpn7pn ___Telephone( ) 714 - 744 -5544
Original Contract Amount $ 506,500 Final Contract Amount $ 588,577.52
If final amount is different from original, please explain (change orders, extra work; etc.)
Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes,
briefly explain and indicate outcome of claims.
No
6
Project Name/Number
Washington Square
Project Description Construct
Approximate Construction Dates
Agency Name City of Santa Ana
Contact Person Michael Ortiz
curb + "tter, sidewalk etc
From 4/2016 to 3/2017
Telephone (
714 - 647 -5076
Original Contract Amount $ 984,925 Final Contract Amount $ 992,584
If final amount is different from original, please explain (change orders, extra work, etc.)
order
Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes,
briefly explain and indicate outcome of claims.
No
Page C -9
Attach additional sheets if necessary.
Attach to this Bid the experience resume of the person who will be designated as General Construction
Superintendent or on -site Construction Manager for the Contractor. Attached
Upon request, the Contractor shall attach a financial statement and other information sufficiently
comprehensive to permit an appraisal of the Contractor's current financial conditions.
Page C -10
William E. Ellis, Jr.
1320 E. Sixth Street Ste 100
Corona, CA 92879
Cell: (714) 448 -1136
Current Position:
EBS General Engineering, INC.
Corona, CA
Project Manager
2005- Present
Insurance Claims Liaison
2007 - Present
Safety Officer 2008 - Present
Prior Experience:
Seal Black /Helmick Asphalt
Operations Manager
Foreman
Operator
Bay Alarm Company
Foreman
Laborer
Capabilities /Experience:
• Customer Relations /Service
• Communications
• Project Supervisor
• Project Cost Estimation
• Project Comprehension
• Project Management
• Materials Submittals /Compliance
• Asphalt Paving Management
• Concrete Masonry Management
• Industrial Security Systems Installation
Garden Grove, CA
Oakland, CA
July 2005 — Present
April 1987 — July 2005
• Project Safety Supervisor
• Employee Safety Liaison
• Change Order Execution
• BIT Compliance
• Traffic Control Planning
• SWPPP Planning /Compliance
• Railroad Safety Courses
• OSHA Compliance
• CPR Certified
• Tail -Gate Safety Meeting Organizer
1979-1987
William (Willie) has 30 plus years experience in multiple areas of the construction industry. His experience with
industrial and infrastructure construction has afforded him a skill -set of high productivity within the organization. As a
project manager at EBS, Willie executes contract compliance, purchase orders and sub - contracts, project review,
material submittals and compliance, and coordination with various agencies, contractors, developers and engineering
firms. He also helps EBS to obtain the necessary encroachment and building permits, city standards and plans, and
safety programs for all projects big and small.
During Willie's 30 years in the industry, he has also been intermittently certified on various safety programs such as
railroad safety programs, OSHA Certified Safety programs, and CPR certification classes. His extensive and
comprehensive construction background makes Willie a pivotal component of EBS's organizational structure.
DESIGNATION OF SURETIES
Bidder's name EBS General Engineering, Inc.
Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to
procure insurance and bonds (list by insurancelbond type):
Bonds: Culbertson Insurance Services
5500E Santa Ana Canyon Rd Ste 201 Anaheim CA 92807 (714) 921 -0530
Insurance: Invensure Insurance Brokers
17991 Cowan Irvine CA 92614 (949) 756 -4100
Page C -11
ACKNOWLEDGEMENT OF ADDENDA
Bidder's name EBS General Engineering, Inc.
The bidder shall signify receipt of all Addenda here, if any:
Date Received
Page C -12
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
TO ACCOMPANY PROPOSAL
Bidder's Name EBS General Engineering, Inc.
Record Last Five (5) Full Years
Current Year of Record
The information required for tnese items is me same as regmrou rur cummus � w u, wuc iv, P., Vum
Injuries, Summary— Occupational Injuries and Illnesses, OSHA No. 102.
Legal Business Name of Bidder EBS. General Engineering, Inc
Business Address: 1320E Sixth St., Ste 100 Corona CA 92879
Business Tel. No.: c)51 ,79_6g69
State Contractors License No. and Classification: 720016 A
Title President
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 in�)rmation is true�and accurate within the limitations of those records.
Signature of bidder
Date
Title
Signature of bidder
Date
Title
Signature of bidder
Date
Title
Signature of bidder
Date
Title
President
Page C -13
Current
2
2
2
2
2
Year of
0
0
0
0
0
Total
Year
Record
1
6
5
5
1
4
1
3
1
2
No. of contracts
100
151
144
145
122
176
838
Total dollar
Amount of
22823
16735
22993
Contracts (in
14857
,
112,158
Thousands of$)
19804
1494
No. of fatalities
0
0
No. of lost
Workday
0
4
6
1
1
2
14
Cases
No. of lost
workdav cases
involving
permanent
0
0
0
0
0
0
0
transfer to
anotherjob or
termination of
employment
The information required for tnese items is me same as regmrou rur cummus � w u, wuc iv, P., Vum
Injuries, Summary— Occupational Injuries and Illnesses, OSHA No. 102.
Legal Business Name of Bidder EBS. General Engineering, Inc
Business Address: 1320E Sixth St., Ste 100 Corona CA 92879
Business Tel. No.: c)51 ,79_6g69
State Contractors License No. and Classification: 720016 A
Title President
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 in�)rmation is true�and accurate within the limitations of those records.
Signature of bidder
Date
Title
Signature of bidder
Date
Title
Signature of bidder
Date
Title
Signature of bidder
Date
Title
President
Page C -13
If bidder is an individual, name and signature of individual must be provided, and, if he is doing business
under a fictitious name, the fictitious uarne must be set forth. If bidder is a partnership or joint venture,
legal name of partnership /joint venture must be provided, followed by signatures of all of the partners /joint
ventures or of fewer than all of the partners /joint ventures if submitted with evidence of authority to act on
behalf of the parmership /joint venture. If bidder is a corporation, legal name of corporation must be
provided, followed by notarized signatures of the corporation President or Vice President or President and
Secretary or Assistant Secretary, and the corporate seal. Signatures of partners join venturers, or
corporation officers must be acknowledged before a Notary Public, who must certify that such
partners/joint venturers, or officers are known to him or her to be such, and, in the case of a corporation,
that such corporation executed the instrument pursuant to its bylaws or a resolution of its Board of
Directors.
Page C -14
NON - COLLUSION AFFIDAVIT TO BE EXECUTED
BY BIDDER AND SUBMITTED WITH BID
State of California )SS.
County of Riverside
Joseph A. Nand , being first duly swom, deposes and says that he or she is
Preddent of EBSCeneralEngmeedng.Inc., the party making the foregoing bid, in accordance
with Public Contracts Code Section 7106, declares 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 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.
2017 Annual Concrete Repair Program
Project Name:
EBS General Engineering, Inc.
Legal Business Name of Bidder
1320E Sixth St. , Ste 100 Corona CA 92879
Business Address
Title
Signature ofbidder
Title
Date:
Subscribed and Sworn to before me on
(Notary Sea]) Signature
Notary Public
Page C -15
California All - Purpose Acknowledgement
State of California )
County of Orange
On I - t ' 11 before me, William E. Ellis, Jr.
a Notary Public
Personally appeared A. Nanci
WILLIAM E. ELLIS JR.
Commission # 2127998 z
i Notary Public • California n
Z orange County
M Comm. Ex ires Oct 23, 2019 f
who proved to me on the basis of satisfactory evidence
to be the person) whose nameXis /arEsubscribed to
the within instrument and acknowledged to me that he/
sheRll€y executed the same in histhcr/their authorized
capacity0as), and that by hishaaftheir signatureNon
the instrument the personK or the entity upon behalf
of which the person acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct.
WITNESS my hand and official seal.
Notary Public Seal Notary Public Signature
Description of Attached Document
Title or Type of Document:
Document
Signer(s) Other than Named Above:
CapacitAies) Claimed by Signer(s)
0 Individual
0 Corporate Officer:
0 Partner - 0 Limited 0 General
0 Attorney -in -Fact
0 Trustee
0 Guardian or Conservator
0 Other:
Signer is Representing:
Of
OPTIONAL
0 Individual
0 Corporate Officer:
0 Partner - 0 Limited 0 General
0 Attorney -in -Fact
0 Trustee
0 Guardian or Conservator
0 Other:
Signer is Representing:
LIST OF SUBCONTRACTORS
TO ACCOMPANY PROPOSAL
In compliance with the provisions of Public Contract Code Section -4104, the undersigned bidder
submitting this bid proposal sets forth the name, place of business and the portion of the work to be
performed by: (I) -each subcontractor who will perform work or labor or render service to the bidder (as
general Contractor) in or about the construction of the work or improvement; and (2) -each subcontractor
licensed by the State of California who, under subcontract to the bidder, specially fabricates and installs a
portion of the work or improvement according to detailed drawings contained in the plans and
specifications, in an amount in excess of one -half of one percent of the bidder's total bid or, in the case of
bids or offers for the construction of streets, highways or bridges, in excess of one -half of one percent of
the bidder's total bid or ten thousand dollars ($10,000), whichever is greater.
Subcontractor's Name, Address,
Telephone #
Bid
Item
Number
Percent
Of Total
Bid
Description of Work
Percent of
Total Bid
KSI N.
6 P U 3
rh -
Doh
LCA N A
10W =
v
J
Page C -16
Bond No. 3 —B Bond Premium NIL
BID BOND TO ACCOMPANY PROPOSAL
KNOW ALL PERSONS BY THESE PRESENTS that:
WHEREAS the City of Seal Beach, has issued an invitation for bids for the work described as follows:
2017 ANNUAL CONCRETE REPAIR PROGRAM Project CIP No ST1704
WHEREAS EBS GENERAL ENGINEERING. INC.
1320E SIXTH STREET, SUITE 100
CORONA CA 92879
(Name and address of Bidder)
( "Principal"), desires to submit a bid to Public Agency for the work.
WHEREAS, bidders are required under the provisions of the California Public Contract Code to furnish a form of
bidder's security with their bid.
NOW, THEREFORE, we, the undersigned Principal, and
SURETEC INSURANCE COMPANY
3131 CAMINO DEL RIO N #1450
SAN GO� CA 92108
(Name and address of Surety)
( "Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are held and firmly
bound unto the Public Agency in the penal sum of TEN PERCENT OF AMOUNT RID
Dollars ($ 10% ), being not less than ten percent (10 %) of the total
bid price, in lawful money of the United States of America, for the payment of which sum well and truly to be made,
we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by
these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal is awarded a
contract for the work by the Public Agency and, within the time and in the manner required by the bidding
specifications, enters into the written form of contract included with bidding specifications, furnishes the required
bonds, one to guarantee faithful performance and the other to guarantee payment for labor and materials, and
furnishes the required insurance coverage, then this obligation shall become null and void; otherwise, it shall be and
remain in full force and effect.
In case suit is brought upon this bond, Surety further agrees to pay all court costs incurred by the Public Agency in
the suit and reasonable attorneys' fees in an amount fixed by the court. Surety hereby waives the provisions of
California Civil Code § 2845.
Page C -17
IN WITNESS WHEREOF, this instrument has been duly executed by Principal and Surety, on the date set forth
below, the name of each corporate party being hereto affixed and these presents duly signed by its undersigned
representative(s) pursuant to authority of its governing body.
Dated: JULY 12 2017
"Principal"
Surety"
a 1 u' e J
By: BY j�
Its osep anti, President Its ATTORNEY —IN —FACT / SPENCER FLAKE
Its
(Seal)
0
Its
(Seal)
Note: This bond must be dated, all signatures must be notarized, and evidence of the authority of any person signing
as attorney -in -fact must be attached.
Page C -18
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
A notary public or other officer completing
this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached,
and not the truthfulness, accuracy, or validity of that document.
STATE OF CALIFORNIA
County of Orange
On 7 -12 -17 before me,
Lexie Sherwood Notary Public,
Dale
Insert Name of Notary exactly as it appears on the official seal
personally appeared Spencer Flake
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to
be the person(s) whose name(s) is /are subscribed to the
within instrument and acknowledged to me that he /she /they
"x
executed the same in his /her /their authorized capacity(ies),
LEXIE SHERWOOD
and that by his /her /their signature(s) on the instrument the
. COMM #2031782 9
person(s), or the entity upon behalf of which the person(s)
}(q
NOTARY PUBLIC -CALIFORNIA
acted, executed the instrument.
ORANGE COUNTY 0
Comm. Exp. JULY 27, 2017
I certify under PENALTY OF PERJURY under the laws of
the State of California that the foregoing paragraph is true
and correct.
Witness my hand and official seal.
Signature
Place Notary Seal Above
Signature of Notary Public Lexie bherwood
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document
and fraudulent the form to document.
could prevent removal
and reattachment of another
Description of Attached Document
Title or Type of Document:
Document Date:
Number of Pages:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
Signer's Name:
❑ Individual
❑ Individual
❑ Corporate Officer — Title(s):
❑ Corporate Officer Title(s):
❑ Partner ❑ Limited ❑ General
❑ Partner ❑ Limited ❑ General
❑ Attorney in Fact
M. ❑ Attorney in Fact
❑ Trustee o
❑ Trustee • .
❑ Guardian or Conservator Top of thumb here ❑ Guardian or Conservator Top of thumb here
❑ Other:
❑ Other:
Signer is Representing:
Signer is Representing:
V7
roAU: 510123
SureTec Insurance Company
LMTED POWER OF ATTORNEY
Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company "), a corporation duly organized and
existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents
make, constitute and appoint
Charles L. Flake, David L. Culbertson, Spencer Flake
its true and lawful Attorney -in -fact, 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 waivers to the
conditions of contracts and consents of surety for, providing the bond penalty does not exceed
Five Million and 00/100 Dollars ($5,000,000.00)
and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate
seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey -in -Fact may do in the
premises. Said appointment shall continue in force until 12/31n019 and is made under and by authority of the following
resolutions of the Board of Directors of the SureTec Insurance Company:
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 Attomey(s) -in -Fact to represent and act for and on
behalf of the Company subject to the following provisions:
Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and
deliver, any and all bonds, recognizances, contracts, agreements or Indemnity and other conditional or obligatory undertakings and any and all
notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such
Attomey -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 attomey 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. (Adopted at a meeting held on 2e of April,
1999.)
In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal
to be hereto affixed this 12m day of April , A.D. zon .
2017 .F SURETEC 7!!2;E ANY
ter.. c
ra By:
John Knox resi nt
State of Texas ss:
County of Harris .1 _� `
* .-
On this 12th day of April , A.D. 2017 before me personally came John Knox Jr, to me known, who, being by me duly sworn, did depose and say, that
he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above
instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the
Board of Directors of said Company; and that he signed his name thereto by like order.
am u,
.nr <, 1,� XENIA CHAVEZ
:: °,• n= Notary Public, State of Texas
Comm. Expires 09 -10 -2020
�iiFOF tF'��
Notary ID 129117659 X� to avez, Notary Public
x—IGIy commission expires September 10, 2020
I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a truc and correct copy
of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set
out in the Power of Attorney are in full force and effect
Given under my hand and the seal of said Company at Houston, Texas this 7pda of UL 2017 p.D
nt Be , Assistant Se 'try
Any instrument issued in excess of the penalty stated above is totally void and without any validity.
For verification of the authority of this power you may call (713) 812 -0800 any business day between 8:00 am and 5:00 pm CST.
California All - Propose Acknowledgement
State of California )
County of Orange
On H - � beforeme, William E. Ellis Jr
a Notary Public
Personally
Joseph A. Nanci
mmELLIS JR.
2127998
California = outlty Oct 29, 2019
Notary Public Seal
Description of Attached Document
Title or Type of Document:
Doctiment
Signer(s) Other than Named Above:
CapacitAies) Claimed by Signer(s)
Q Individual
Q Corporate Officer:
Q Partner - Q Limited Q General
Q Attorney -in -Fact
Q Trustee
Q Guardian or Conservator
Q Other:
Signer is Representing:
who proved to me on the basis of satisfactory evidence
to be the persons) whose nameXis /are subscribed to
the within instrument and acknowledged to me that he/
ehefthey executed the same in hishmT /their- authorized
capacity0as,), and that by hisfirm*heir signaturels), on
the instrument the persons), or the entity upon behalf
of which the persons) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct.
WITNESS my hand and official seal.
Notary Public Signature
OPTIONAL
Q Individual
Q Corporate Officer:
Q Partner - Q Limited Q General
D Attorney -in -Fact
Q Trustee
Q Guardian or Conservator
Q Other:
Signer is Representing: