HomeMy WebLinkAboutPiperin Corportation; 2015-07-20; PWM15-102UTIL'. .
CITY OF CARLSBAD
CONTRACT CHANGE ORDER TRANSMITTAL-C/0 # 1
/0~ Project: PWM15-~TIL
Date Routed:
Reasons for changes:
Contract Administration
Department Head
Department Director
Correction to the description of work. Mistake made on my part. I did not catch this mistake
in my final review of the contract prior to sending off.
DESCRIPTION OF WORK. Contractor shall perform all work specified in the Contract documents for the
project described by these Contract Documents (hereinafter called "Project"). Contractor to provide labor,
equipment, backfill and paving to replace 1-six-inch tee with three valves; 1-six-inch tee and fire hydrant
assembly. CMWD will supply parts for this project.
Change : Contractor shall preform all work specified in the contract documents for the
project described by these contract documents (hereinafter called
"Project"). Contractor to provide labor, equipment, backfill and paving to
replace a 12" Cross, two 12" valves, one 8" valve w/ reducer, one 2"
manual air release and two 45 degree bends to re-connect to existing
water mains. CMWD will supply parts for this project
COST ACCOUNTING SUMMARY:
Original contract amount $0.00
Total amount this C/0 $0.00
Total amount of previous C/O's $0.00
Total C/O's to date $0.00
New Contract Amount $0.00
Total C/O's as% of original contract #DIV/0!
Contingency amount encumbered $0.00
Contingency increase I decrease $0.00
Contingency Subtotal $0.00
Total C/O's to date $0.00
Contingency balance $0.00
Note: this CCO will be encumbered to the PO once fully executed.
Project:# PWM15-86UTIL
" Change Order No. 1
CITY OF CARLSBAD
CONTRACT CHANGE ORDER NO. 1
/(J,L
PROJECT: #PWM15-~TIL
CONTRACT NO. 50191
ACCOUNT NO. 5057000-9060/50191-9066
CONTRACTOR: Piperin Corp
ADDRESS: 1185 Park Center Drive Suite S
Vista. CA 92081
P.O. NO. P160556
The Contractor is directed to make the following changes as described herein. Changes
shall include all labor, materials, equipment, contract time extension, and all other goods and
services required to implement this change. Payment stated on this change order includes
all charges, direct or indirect, arising out of this additional work including charges for field
overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of
efficiency, extended equipment costs and overtime premium costs and is expressly agreed
between the City and the Contractor to be the complete and final costs hereof. The
requirements of the specifications, where pertinent and not in conflict with this change order,
shall apply to these changes.
Pursuant to the Standard Specifications for Public Works Construction, perform the
following: Install 12" Hydra-Stop Insertion Valve at 785 Grand Ave.
Item 1:
Increase to contract cost. ................................................................... $0.00
TOTAL INCREASE TO CONTRACT COST ...................................................... $0.00
Project:# PWM15-86UTIL
Ch"ange Order No. 1
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE
INCREASED BY _0_ WORKING DAYS AS A RESULT OF THIS CHANGE ORDER.
I \
"'
RECOMMENDED BY:
6/zo/tr-
(DATE)
DISTRIBUTION:
PROJECT FILE (ORIGINAL), CONTRACT ADMINISTRATION, PURCHASING, RECORDS, CONTRACTOR
PWM15-102UTIL
CARLSBAD MUNICIPAL WATER DISTRICT
MINOR PUBLIC WORKS CONTRACT FOR
WATER VALVE REPLACEMENTS AT INTERSECTION OF HIGHLAND AND OAK
CONT. NO. 50191
This agreement is made on the cP.Q"^ day of Jc//cV , 2015, by the
Carlsbad Municipal Water District, a Pubiic Agency organized under the l\iijnicipal Water Act of 1911, and
a Subsidiary District ofthe City of Carlsbad, hereinafter referred to as "CMWD", and Piperin Corporation, a
California corporation, whose principal place of business is 1185 Park Center Drive, Suite 8 Vista CA
92081 (hereinafter called "Contractor").
CMWD and Contractor agree as follows:
DESCRIPTION OF WORK. Contractor shall perform all work specified in the Contract documents for the
project described by these Contract Documents (hereinafter called "Project"). Contractor to provide labor,
equipment, backfill and paving to replace 1- six-inch tee with three valves; 1- six-inch tee and fire hydrant
assembly. CMWD will supply parts for this project.
PROVISIONS OF LABOR AND MATERIALS. Contractor shall provide all labor, materials, tools,
equipment, and personnel to perform the work specified by the Contract Documents unless excepted
elsewhere in this Contract.
CONTRACT DOCUMENTS. The Contract Documents consist of this Contract, exhibits to this Contract,
Contractor's Proposal, the Plans and Specifications, the General Provisions, addendum(s) to said Plans
and Specifications, and all proper amendments and changes made thereto in accordance with this Contract
or the Plans and Specifications, all of which are incorporated herein by this reference. When in conflict,
this Contract will supersede terms and conditions in the Contractor's proposal.
LABOR. Contractor will employ only skilled workers and abide by all State laws and City of Carlsbad
Ordinances governing labor.
GUARANTEE. Contractor guarantees all labor and materials furnished and agrees to complete the Project
in accordance with directions and subject to inspection approval and acceptance by Matt Jacobs
(CMWD Project Manager).
WAGE RATES. The general prevailing rate of wages for each craft or type of worker needed to execute
the contract shall be those as determined by the Director of Industrial Relations pursuant to Sections 1770,
1773 and 1773.1 ofthe Labor Code. Pursuant to Section 1773.2 ofthe Labor Code, a current copy ofthe
applicable wage rates is on file in the Office of the City Engineer. The contractor to whom the contract is
awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him
or her in execution of the Contract.
The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 ofthe
Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair
Practices Act." The City Engineer is CMWD's "duly authorized officer" forthe purposes of section 4107 and
4107.5.
The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the
Contract for work.
A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the
requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract
for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5.
This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations.
WATER VALVE REPLACEMENTS
AT HIGHLAND AND OAK
CONT. NO. 50191 Page 1 of 8 General Counsel Approved 4/2/15
PWM15-102UTIL
FALSE CLAIMS. Contractor hereby agrees that any contract claim submitted to CMWD must be asserted
as part of the contract process as set forth in this agreement and not in anticipation of litigation or in
conjunction with litigation.
Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act,
provides for civil penalties where a person knowingly submits a false claim to a public entity. These
provisions include false claims made with deliberate ignorance of the false information or in reckless
disregard of the truth or falsity of the information.
The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining
to false claims are incorporated herein by reference.
Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an
administrative debarment proceeding wherein the contractor may be prevented from further bidding on
public contracts for a period of up to five years and thaWebarment by another jurisdiction is grounds for
CMWD to disqualify the Contractor or subcontractor fp«mijarticip5ttn§ in contract bidding.
Signature:
Print Name:
REQUIRED INSURANCE. The successful contractor shall provide to CMWD, a Certification of Commercial
General Liability and Property Damage Insurance and a Certificate of Workers' Compensation Insurance
indicating coverage in a form approved by the California Insurance Commission. The certificates shall
indicate coverage during the period of the contract and must be furnished to CMWD prior to the start of
work. The minimum limits of liability insurance are to be placed with insurers that have a current Best's Key
Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California's List of Approved
Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least "A:X"; OR an
alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest
quarterly listings report.
Commercial General Liability Insurance of Injuries including accidental death, to any one person in an
amount not less than $1,000,000
Subject to the same limit for each person on account of one accident in an amount not less than
$1,000,000
Property damage insurance in an amount of not iess than $1,000,000
Automobile Liability Insurance in the amount of $1,000,000 combined single limit per accident for bodily
injury and property damage. In addition, the auto poiicy must cover any vehicle used in the performance of
the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-
scheduled. The automobile insurance certificate must state the coverage is for "any auto" and cannot be
limited in any manner.
Workers Compensation and Employer's Liability. Worker's Compensation limits as required by the
California Labor Code. Workers' Compensation will not be required if Contractor has no employees and
provides, to City's satisfaction, a declaration stating this.
The above policies shall have non-cancellation clauses providing that thirty (30) days written notice shall
be given to CMWD priorto such cancellation.
The policies shall name CMWD and the City of Carlsbad as additional insured. The full limits available to
the named insured shall also be available and applicable to CMWD and the City as an additional insured.
WATER VALVE REPLACEMENTS
AT HIGHLAND AND OAK
CONT. NO. 50191 Page 2 of 8 General Counsel Approved 4/2/15
PWM15-102UTIL
INDEMNITY. The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and
hold harmless CMWD and the City of Carlsbad, and its officers, officials, employees and volunteers, from
all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising
from or in connection with the performance of the Contract or work; or from any failure or alleged failure of
Contractor to comply with any applicable law, rules or regulations including those related to safety and
health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused,
resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage
caused by the sole or active negligence or willful misconduct of CMWD or City of Carlsbad. The expenses
of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute
resolution method.
JURISDICTION. The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for
resolution of any disputes between the parties arising out of this agreement is San Diego County,
California.
Start Work: Contractor agrees to start within ten 10 working days after receipt of Notice to Proceed.
Completion: Contractor agrees to complete work within thirty 30 working days after receipt of Notice
to Proceed.
//
//
//
//
//
//
//
//
//
//
//
//
//
//
//
//
//
WATER VALVE REPLACEMENTS
AT HIGHLAND AND OAK
CONT. NO. 50191 Page 3 of 8 General Counsel Approved 4/2/15
PWM15-102UTIL
CONTRACTOR'S INFORMATION.
PIPERIN CORPORATION
(name of Contractor)
964028
(Contractor's license number)
A, B 8/31/2015
(license class, and exp. date)
1185 PARK CENTER DRIVE, SUITE S
(street address)
VISTA, CA 92081
(city/state/zip)
760-305-7248
(telephone no.)
760-305-7253
(fax no.)
craiq@piperincorp.com
(e-mail address)
AUTHORITY. The individuals executing this Agreement and the instruments referenced in it on behalf of
Contractor each represent and warrant that they have the legal power, right and actual authority to bind
Contractor to the terms and conditions of this Agreement.
CONTRACTOR
PIPERIN CORPORATION, a California
corporation
By:
CARLSBAD MUNICIPAL WATER DISTRICT
jrint narne/title)
By ^
(print name/title)
Kathryn B. Dodson / Interim Executive Manager
ATTEST:
BARBARA ENGLESON
City Clerk
If required by CMWD, proper notarial acknowledgment of execution by Contractor must be attached. If a
corporation. Agreement must be signed by one corporate officer from each of the following two groups:
Group A
Chairman,
President, or
Vice-President
Group B
Secretary,
Assistant Secretary,
CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under
corporate seal empowering the officer(s) signing to bind the corporation.
APPROVED AS TO FORM:
CELIA A. BREWER, General Counsel
BY:
As! istanrGeneral Counsel
WATER VALVE REPLACEMENTS
AT HIGHLAND AND OAK
CONT. NO. 50191 Page 4 of 8 General Counsel Approved 4/2/15
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity ofthe indiviclual
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 San Diego .)
On July 8,2015 before me Juliana Cappellazo, Notary Public,
(insert name and title ofthe officer)
personally appeared Craig Barry
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.
I* i> «i «» • • I* * • « ^ • ilb^^i
JULIANA MARIE CAPPELLAZO
Commission #2114417
Notary Public • CalHornia
San Oiago County ^
My Comm. Eiipifat Jun 7.2019 i
'heck A License - License Detail - Contractors State License Board Page 1 of
Contractor's License Detail for License # 964028
DISCLAIMER: A license status check provides infonnation taken from the CSLB license database. Before relying on this
information, you should be aware of the following limitations.
Business Information
PIPERIN CORPORATION
1185 PARK CENTER DRIVE STE S
VISTA, CA 92081
Business Phone Number:(760) 305-7248
Entity Corporation
Issue Date 08/02/2011
Expire Date 08/31/2017
License Status
This license is current and active.
Ml information below should be reviewed.
Classifications
A - GENERAL ENGINEERING CONTRACTOR
B - GENERAL BUILDING CONTRACTOR
Bonding Information
Contractor's Bond
rhis license filed a Contractor's Bond with SURETEC INDEMNITY COMPANY.
Jond Number: 5118537
Send Amount: $12,500
Effective Date: 07/11/2013
^Contractor's Bond History
Bond of Qualifying Individual
The Responsible Managing Officer (RMO) BARRY CRAIG WILLIAM certified that he/she owns 10 percent or more ofthe voting
stock/equity ofthe corporation. A bond of qualifying individual is not required.
Effective Date: 08/02/2011
Workers' Compensation
rhis license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND
»olicy Num ber:9062798
Effective Date: 07/01/2013
Expire Date: 07/01/2016
i/orkers' Compensation History
ttps://www2.cslb.ca.gov/On]ineServices/CheckLicenseII/LicenseDetail.aspx?LicNum=964028 7/9/201
Public Work's Contractor Registration Search Page 1 of 1
Division of Labor Standards Enforcement
Public Works Contractor Registration Search
This is a listing of current and active contractor registrations pursuantto Division 2, Part 7, Ctiapter 1(commendng with section 1720) ofthe Califomia Labor Code.
Enter at least one search criteria to display active registered pubiic worl<s contractor's) matching your selections.
Registration Number:
Contractor Legal Name: Contractor License Lookup
License Number: 964028
Public Works Contractor Registration Web Search Results
One Registered Contractor found. 1
Legal Name Registration Number License Type/Number(s) Registration Date Expiration Date
! PIPERIN CORPORATION i 1000000485 CSLB:964028 106/02/2015 106/30/2016
Export as: Excel | PDF
Copyright € 2014 State of C;alifornia
https://efiling.dir.ca.gov/PWCR/Search.action 7/9/2015
PWM15-102UTIL
EXHIBIT A
LISTING OF SUBCONTRACTORS BY GENERAL CONTRACTOR
Set forth below is the full name and location of the place of business of each sub-contractor whom the
Contractor proposes to subcontract portions of the Project in excess of one-half of one percent of the total
bid, and the portion of the Project which will be done by each sub-contractor for each subcontract.
NOTE: The Contractor understands that if it fails to specify a sub-contractor for any portion of the Project
to be performed under the contract in excess of one-half of one percent of the bid, the contractor
shall be deemed to have agreed to perform such portion, and that the Contractor shall not be
permitted to sublet or subcontract that portion of the work, except in cases of public emergency or
necessity, and then only after a finding, reduced in writing as a public record of the Awarding
Authority, setting forth the facts constituting the emergency or necessity in accordance with the
provisions of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. of the
California Public Contract Code).
If no subcontractors are to be employed on the project, enter the word "NONE."
SUBCONTRACTORS
Portion of Project to
be Subcontracted
Business Name and Address License No.,
Classification &
Expiration Date
% of
Total
Contract
NOML
Total % Subcontracted:
WATER VALVE REPLACEMENTS
AT HIGHLAND AND OAK
CONT. NO. 50191 Page 5 of 8 General Counsel Approved 4/2/15
PWM15-102UTIL
EXHIBIT B
JOB QUOTATION
ITEM
NO.
UNIT QTY DESCRIPTION PRICE
1 1 Remove and replace existing 12" cross with new, three
new valves, two new 45 degree bends and a new 2"
MAR (Manual Air Release). Re-Connect to existing
water mains
** CMWD will supply parts**
TOTAL* $42,425
*lncludes taxes, fee's, expenses and all other costs.
WATER VALVE REPLACEMENTS
AT HIGHLAND AND OAK
CONT. NO. 50191 Page 6 of 8 General Counsel Approved 4/2/15
Piperin Corporation
CA Contractors Ucense No. 964028 A and B
City of San Dieso Certified SLBEII12K0554
1185 Park Center Drive, Suite S
Vista, CA 92081
Phone 760-305-7248 Fax 760-305-7253
craig@piperincorp.com
EXHIBIT B
QUOTE
DATE: JUNE 10, 2015
TO City of Carlsbad
Attn: Don Wasko
5950 El Camino Real
Carlsbad, CA 92008
SALESPERSON JOB PAY*«ENT TERAAS DUE DATE
Valve Replacements
QTY DESCRIPTION UNfT PRICE LINE TOTAL
1 LS Valves at Highland and Oak: Remove and Replace
existing 12" cross and valves with new and new 45
degree bends and 2" MAR
$42,425 $42,425
All locations include: Pothole existing utilities,
sawcut, excavation and disposal, replacement of pipe
and fittings (owner furnished), reconnections, thrust
and support blocks, sand bedding, backfill and
recompact native soils, replace street section with 6"
AC on 6" Class II base, 1-1/2" grind and cap, traffic
control, trench plates, permits, disposal of excess
materials and disposal of AC pipe.
SUBTOTAL $42,425
SALES TAX Included
TOTAL $42,425
Quotation prepared by: Craig Barry
Exclusions: Chlorination/Declorination (swab pipe and fittings only),Bac-t, compaction testing
To accept this quotation, sign here and return: —
THANK YOU FOR YOUR BUSINESS!
Map Drawer Page 1 of 4
iMfoR HANSEN 8
6/23/2015 16:13
Asset
EXHIBIT B
Current: Layers Legend
Tool:
!Z Stre
Z
Street
zoomin
Zoom
Level: 7
of 8
0
Scale 1 : ^oundj
1568 ::
Photo
Contents 04/105
http://hansenweb/hansen8/print.htm 6/23/2015
BOND NO WCN1257350
BOND PREMIUM $414.00 WHICH IS SUBJECT TO CHANGE BASED ON THE FINAL CONTRACT AMOUNT
BOND ISSUED IN DUPLICATE PWM15-102UTIL
EXHIBIT C
LABOR AND MATERIALS BOND
WHEREAS, the Board of Directors of the Carlsbad Municipal Water District has administratively awarded
to Piperin Corporation, a California corporation (hereinafter designated as the "Principal"), a Contract for:
WATER VALVE REPLACEMENTS AT INTERSECTION OF HIGHLAND AND OAK
CONTRACT NO. 50191
in the City of Carlsbad, in strict confonnity with the drawings and specifications, and other Contract
Documents now on file in the Office ofthe City Cierk ofthe City of Carlsbad and all of which are incorporated
herein by this reference.
WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the
furnishing of a bond, providing that if Principal or any of its subcontractors shall fail to pay for any materials,
provisiorfs, provender or other supplies or teams used in, upon or about the performance of the work agreed
to be done, or for any work or labor done thereon of any kind, the Surety on this bond wiil pay the same to
the extent hereinafter set forth.
NOW, THEREFORE, WE, PIPERIN CORPORATION, as Principal, (hereinafter designated as the
"Contractor"), and Old Republic Surety Company
as Surety, are held firmly bound unto CMWD in the sum of Forty Two Thousand Four Hundred Twenty Five
Dollars ($42,425), said sum being an amount equal to: One hundred percent (100%) ofthe total amount
payable under the terms of the Contract by the City of Carlsbad, and for which payment well and truly to be
made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to
pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance
of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with
California Civil Code section 9100, or for amounts due under the Unemployment Insurance Code with
respect to the work or labor performed under this 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
contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with
respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon
the bond, reasonable attomey's fees, to be fixed by the court consistent with California Civil Code section
9554.
This bond shall inure to the benefit of any of the persons named in Califomia Civil Code section 9100, so
as to give a right of action to those persons or their assigns in any suit brought upon the bond.
Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the
Contract, or to the work to be performed hereunder or the specifications accompanying the same shall
affect its obligations on this bond, and it does hereby waive notice of any change, extension of time,
alterations or addition to the terms of the contract or to the work or to the specifications.
WATER VALVE REPLACEMENTS
AT HIGHLAND AND OAK
CONT. NO. 50191 Page 7 of 8 General Counsel Approved 4/2/15
PWM15-102UTIL
In the event that Contractor is an individual, it is agreed that the death of any such Contractor
shall not exonerate the Surety from its obligations under this bond.
Executed by CONTRACTOR this.
of
CONTRACTOR:
Piperin Corporatiiyi
20. /5~
. day Executed by SURETY this 7_
of July
day
•2015 .
By:.
me of Coiflfpretar)
SURETY:
Old Republic Surety Company
ere)
(print name here)
(name of Surety)
15338 Central Avenue, Suite 106, Chino, CA 9171
(address of Surety)
(print name here)
(printed name of Attorney-in-Fact)
(attach corporate resolution showing current power of
attorney)
(title and organization of signatory)
(Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.)
(President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs,
the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal
empowering that officer to bind the corporation.)
APPROVED AS TO FORM:
CELIA A. BREVIER
General Counsel.
By:
Assistant General leral Counsel V
WATER VALVE REPLACEMENTS
AT HIGHLAND AND OAK
CONT. NO. 50191 Page 8 of 8 General Counsel Approved 4/2/15
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 July 7,2015
}
before me, Terah Johnston
Date Insert Name of Notary exactly as it appears on the official seal
, Notary Public,
personally appeared Yung T. Mullick
Name(s) of Signer(s)
1
V w w
TERAH JOHNSTON
Commission # 2004865
Notary Public - California 1
Orange County 5
MyComm. Expires Jan 21, 2017 t
Place Notary Seal Above
who proved to me on the basis of satisfactory evidence to
be the person(s) whose name(s) is/are subscribed to the
within instrument and acknowledged to me that he/she/they
executed the same in his/her/their authorized capacity(ies),
and that by his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s)
acted, executed the instrument.
1 certify under PENALTY OF PERJURY under the laws of
the State of California that the foregoing paragraph is true
and correct.
Witness myjjaQd ancLpffipal seal.
Signaturef-YJcAAX \]OIAJ^C^-
Signature of Notary Pubflt Torah JohnStOn
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 io another document
Description of Attached Document
Title or Type of Document; Payment Bond WCN1257350, Issued In Duplicate
Document Date: July 7, 2015 Number of Pages: _2
Signer(s) Other Than Manned Above: None
Capacity(ies) Claimed by Signer(s)
Signer's Name: Yung T. Mullick
• Individual
• Corporate Officer—Title(s):
• Partner • Limited • General
[?[ Attorney in Fact
• Trustee
• Guardian or Conservator
• Other:
Signer is Representing:
Old Republic Surety
RIGHTTHUMBPRINT
OF SIGNER
Company
Top of thumb here
Signer's Name:
• Individual
• Corporate Officer —Title(s):
• Partner • Limited • General
• Attorney in Fact
• Trustee
• Guardian or Conservator
• Other:
Signer is Representing:
RIGHTTHUMBPRINT
OF SIGNER
Top of thumb here
: OLD REPUBLIC ^^'^
^ • POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY, a Wisconsin stock insurance corporation, does make, constitute and
appoint:
JAMES W. MOILANEN, YUNG T. MULLICK, JENNIFER C. ANAYA, OF MISSION VIEJO, CA
its true and lawful Attomey(s)-in-Fact, with full power and authority, not exceeding $50,000,000, for and on behalf of the company as surety, to execute and deliver
and affix the seal of the company thereto (if a seal is required), bonds, undertakings, recognizances or other written obligations in the native thereof, (other than bail
bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note guaranty bonds, self-insurance workers
compensation bonds guaranteeing payment of benefits, asbestos abatement contract bonds, waste management bonds, hazardous waste remediation trands or black lung
bonds), as follows:
ALL WRITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED AN AGGREGATE OF
FOR ANY SINGLE TEN MILLION DOLLARS ($10,000,000)
OBLIGATION, REGARDLESS OF THE NUMBER OF INSTRUMENTS ISSUED FOR THE OBLIGATION.
and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attomeys-in-Fact, pursuant to these presents, are ratified and confirmed.
This document is not valid unless printedon colored backgroimd and is multi-colored. This appointment is made under and by authority of the board of directors
at a special meeting held on February 18, 1982. This Power of Attomey is signed and sealed by facsimile imder and by the authority ofthe following resolutions
adopted by the board of directors ofthe OLD REPUBLIC SURETY COMPANY on February 18, 1982.
RESOLVED that, the president, any vice-president, or assistant vice president, in conjunction with the secretary or any assistant secretary, may appoint
attorneys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the company to
execute and deliver and affix the seal of the company to lx)nds, undertakings, recognizances, and suretyship obligations of all kinds; and said officers tnay remove
any such attomey-in-fact or agent and revoke any Power of Attomey previously granted to such person.
RESOLVED FURTHER, that any bond, imdertaking, recognizance, or sitfetyship obligation shall be valid and binding upon the Company
(i) when signed by the president, any vice president or assistant vice president, and attested and sealed (if a seal be required) by any secretary or assistant
secretary; or
(ii) when signed by the president, any vice president or assistant vice president, secretary or assistant secretary, and countersigned and sealed (if a seal be
required) by a duly authorized attomey-in-fact or agent; or
(iii) when duly executed and sealed (if a seal be required) by one or more attomeys-in-fact or agents pursuant to and within the limits of the authority
evidenced by the Power of Attomey issued by the company to such person or persons.
RESOLVED FURTHER, that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attomey or
certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the company; and such
signature and seal when so used shall have the same force and effect as though manually affixed.
IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer, and its corporate seal to be
affixed this 4TH day of SEPTEMBER, 2014.
OLD REPUBLIC SURETY COMPANY
I' SEAL ilj
. ' . H9t / J*
ff I*
\
President
Alan Pavlic and
STATE OF WISCONSIN, COUNTY OF WAUKESHA-SS X«T„,*"-
On this 4TH day of SEPTEMBER. 2014 , personally came before me,
Phyllis M. Johnson , to me known to be fee individuals and officers ofthe OLD REPUBLIC SURETY COMPANY who executed the above
instmment, and they each acknowledged the execution of the same, and being by me duly swom, did severally depose and say; that they are the said officers of the
corporation aforesaid, and that the seal affixed to the above instnmient is the seal of the corporation, and that said corporate seal and their signatures as such officers
were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. )rporanon. j»j
\J rtotwy PubHc
My commission expires: 9/28/2018
CERTIFICATE (Expiration of notary commission does not invalidate this instrument)
1, the undersigned, assistant secretary of the OLD REPUBLIC SURETY COMP.ANY, a Wisconsin corporation, CERTIFY that the foregoing and attached Power
of Attomey remains in fiill force and has not been revoked; and furthermore, that the Resolutions of the board of directors set forth in the Power of Attomey, are now in
force.
7 dayof July , 2015 . 70-7092
SEAL I»i
Signed and sealed at the City of Brookfield, Wl this
MULLICK & MOILANEN BONDING &
UMtfWI HAS A. CC
BACK OF THIS T
RED BACKGHOUM
IJP^ENT ASA WAT
IS MULTI-COLOREB OM THE FACE, T HE COMPAWY LOGO APPEARS ON THE
tK IF THFSF FFATURf S ARE AR.SFNT THIS DOCUMENT IS VOID,
228S?*W2262 (S-10)
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the docunnent to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of San Diego J
On July 8,2015 before me, Juliana Cappellazo, Notary Public,
(insert name and title of the officer)
personally appeared Craig Barry
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
1 certify under PENALTY OF PERJURY under the laws ofthe State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seai.
Signature
I JULIANA MARIE CAPPELLAZO
Commiulon # 2114417
Notary PuWic • Calitornia
San Oiago County ^
- Uyr..unmi.j5ra.J»n7.2019l
(Seal)