CONTRACT 3782 Public Works Contract CLOSED3782..,
ORIGINAL
PUBLIC WORKS CONTRACT
BETWEEN
THE CITY OF EL SEGUNDO AND
TONY PAINTING INC.
This CONTRACT is entered into this 7th day of, February 2008, by and between
the CITY OF EL SEGUNDO, a general law city and municipal corporation ( "the City ")
and TONY PAINTING INC., ( "the Contractor ").
1. WORK.
A. The Contractor will provide all work required by the Contract Documents
(the "Work "). The Contractor agrees to do additional work arising from
changes ordered by the City in accordance with the Contract Documents.
B. The Contractor and the City agree to abide by the terms and conditions
contained in the Contract Documents;
C. The Contractor will furnish all of the labor; supplies and materials;
equipment; printing; vehicles; transportation; office space and facilities; all
tests, testing and analyses; and all matters whatsoever (except as
otherwise expressly specified to be furnished by the City) needed to
perform and complete the Work and provide the services required of the
Contractor by the Contract Documents.
D. "Contract Documents" means the Notice Inviting Bids; Instructions to
Bidders; Supplementary Instructions to Bidders; Proposal; this Contract;
Standard Specifications; Supplementary Conditions; Exhibits; Technical
Specifications; List of Drawings; Drawings; Addenda; Notice to Proceed;
Change Orders; Notice of Completion; and all other documents identified
in the Contract Documents which together form the contract between the
City and the Contractor for the Work. The Contract Documents constitute
the complete agreement between the City and the Contractor and
supersede any previous agreements or understandings.
2. CONTRACT SUM. The City agrees to pay the Contractor a sum not to exceed
FORTY NINE THOUSAND NINE HUNDRED FIFTY DOLLARS AND NO CENTS
($49,950.00) for the Work in the manner set forth in the Contract Documents. The City
may adjust this amount as set forth in the Contract Documents.
3. TIME FOR PERFORMANCE.
A. The Contractor will fully complete the Work within SIXTY FIVE (65)
working days (the "Contract Time. ")
I -D -1
3782 • , 3'
B. The Contract Time will commence when the City issues a notice to
proceed. The Contract Documents will supersede any conflicting
provisions included on the notice to proceed issued pursuant to this
Contract.
C. The Contractor may not perform any Work until:
The Contractor furnishes proof of insurance as required by the
Contract Documents; and
ii. The City gives the Contractor a written, signed, and numbered
purchase order and notice to proceed.
D. By signing this Contract, the Contractor represents to the City that the
Contract Time is reasonable for completion of the Work and that the
Contractor will complete the Work within the Contract Time.
E. Should the Contractor begin the Work before receiving written
authorization to proceed, any such Work is at the Contractor's own cost
and risk.
4. DISPUTES. Disputes arising from this contract will be determined in accordance
with the Contract Documents and Public Contracts Code §§ 10240 - 10240.13.
5. THIRD PARTY CLAIMS. In accordance with Public Contracts Code § 9201, the
City will promptly inform the Contractor regarding third -party claims against the
Contractor, but in no event later than ten (10) business days after the City receives such
claims. Such notification will be in writing and forwarded in accordance with the "Notice"
section of the Contract Documents. As more specifically detailed in the Contract
Documents, the Contractor agrees to indemnify and defend the City against any third -
party claim.
6. TAXPAYER IDENTIFICATION NUMBER. The Contractor will provide the City with
a Taxpayer Identification Number.
7. PERMITS AND LICENSES. Unless otherwise provided, the Contractor, at its sole
expense, will obtain and maintain during the Contract Time, all necessary permits,
licenses, and certificates that may be required in connection with the Work.
8. OWNERSHIP OF DOCUMENTS. All documents, data, studies, drawings, maps,
models, photographs and reports prepared by the Contractor under the Contract
Documents are the City's property. The Contractor may retain copies of said
documents and materials as desired, but will deliver all original materials to the City
upon the City's written notice.
I -D -2
3782 .
9. INDEMNIFICATION. The Contractor agrees to indemnify, defend, and hold the City
harmless as set forth in the Contract Documents. The requirements as to the types and
limits of insurance coverage to be maintained by the Contractor as required by the
Contract Documents, and any approval of such insurance by the City, are not intended
to and will not in any manner limit or qualify the liabilities and obligations otherwise
assumed by the Contractor pursuant to the Contract Documents, including, without
limitation, to the provisions concerning indemnification.
10. INDEPENDENT CONTRACTOR. The City and the Contractor agree that the
Contractor will act as an independent contractor and will have control of all work and the
manner in which is it performed. The Contractor will be free to contract for similar
service to be performed for other employers while under contract with the City. The
Contractor is not an agent or employee of the City and is not entitled to participate in
any pension plan, insurance, bonus or similar benefits the City provides for its
employees. Any provision in this Contract that may appear to give the City the right to
direct the Contractor as to the details of doing the work or to exercise a measure of
control over the work means that the Contractor will follow the direction of the City as to
end results of the work only.
11. AUDIT OF RECORDS. The Contractor will maintain full and accurate records with
respect to all services and matters covered under this Contract. The City will have free
access at all reasonable times to such records, and the right to examine and audit the
same and to make transcript therefrom, and to inspect all program data, documents,
proceedings and activities. The Contractor will retain such financial and program
service records for at least three (3) years after termination or final payment under the
Contract Documents.
12. NOTICES. All communications to either party by the other party will be deemed
made when received by such party at its respective name and address as follows:
The City
Ms. Maryam Jonas
City of El Segundo
350 Main Street
El Segundo, CA 90245
310- 524 -2361
The Contractor
Mr. Ante Marijanovic
Tony Painting Inc.
12812 Valley View, Suite 14
Garden Grove, CA 92845
714 - 899 -5303
Any such written communications by mail will be conclusively deemed to have been
received by the addressee three (3) days after deposit thereof in the United States Mail,
postage prepaid and properly addressed as noted above. In all other instances, notices
will be deemed given at the time of actual delivery. Changes may be made in the
names or addresses of persons to whom notices are to be given by giving notice in the
manner prescribed in this paragraph.
13. NO THIRD PARTY BENEFICIARY. This Contract and every provision herein is for
the exclusive benefit of the Contractor and the City and not for the benefit of any other
I -D -3
3782
party. There will be no incidental or other beneficiaries of any of the Contractor's or the
City's obligations under this Contract.
14. INTERPRETATION. This Contract was drafted in, and will be construed in
accordance with the laws of the State of California, and exclusive venue for any action
involving this Contract will be in Ventura County.
15. BUSINESS LICENSE. Unless waived in accordance with Santa Paula Municipal
Code § 110.03(B), the Contractor and all sub - contractors must obtain a City Business
License before executing this Contract.
16. EFFECT OF CONFLICT. In the event of any conflict, inconsistency, or incongruity
between any provision of the Contract Documents, precedence will be as follows:
A. This Contract;
B. The Standard Specifications; and
C. Precedence of documents as determined in the Standard Specifications.
17. SEVERABILITY. If any portion of the Contract Documents are declared by a court
of competent jurisdiction to be invalid or unenforceable, then such portion will be
deemed modified to the extent necessary in the opinion of the court to render such
portion enforceable and, as so modified, such portion and the balance of this Contract
will continue in full force and effect.
18. AUTHORITY /MODIFICATION. The Parties represent and warrant that all necessary
action has been taken by the Parties to authorize the undersigned to execute this
Contract and to engage in the actions described herein. This Contract may be modified
by written amendment. The City's city manager, or designee, may execute any such
amendment on the City's behalf.
19. ACCEPTANCE OF FACSIMILE SIGNATURES. The Parties agree that this
Contract, agreements ancillary to this Contract, and related documents to be entered
into in connection with this Contract will be considered signed when the signature of a
party is delivered by facsimile transmission. Such facsimile signature will be treated in
all respects as having the same effect as an original signature.
20. COVENANTS AND CONDITIONS. The parties agree that all of the provisions
hereof will be construed as both covenants and conditions, the same as if the words
importing such covenants and conditions had been used in each separate paragraph.
21. CAPTIONS. The captions of the paragraphs of this Contract are for convenience of
reference only and will not affect the interpretation of this Contract.
I -D -4
3 7 8 2 • , .:
22. TIME IS OF ESSENCE. Time is of the essence for each and every provision of the
Contract Documents.
IN WITNESS WHEREOF the parties hereto have executed this contract the day
and year first hereinabove written.
CITY OF El UNDO
By:
/,fe ewart
City Manager
ATTEST:
By:
Cindy Wortesen
City Clerk
APPROVED O'F M:
MARK D. H IT7
,
11
By:
Karl H. Berger,
Assistant City Attorn4
G
I -D -5
CONTRACTOR
By: - - - -- - - --
Print
Name: ANTE MARIUANOVIG
Title: PRZC- MINT, GAO, RMO
Taxpayer ID Number: qT-0 }g6208
Contractor State
License Number: 320164
Contractor City Business
License Number: 14
�
2008-02- 1114.05 » 3782 , P WTI i
FAITHFUL PERFORMANCE BOND
PAINTING OF PUBLIC FACILITIES
IN THE CITY OF EL SEGUNDO
IN THE CITY OF EL SEGUNDO
SPECIFICAITON NO.: PW 07 -12
EXECUTM IN TWO (2) ORIGINALS
Bond No. 732979P
Bond Fee: $1, 249.00
TM'S PAINTING IM ( "PRINCIPAL ")
incorporated under the laws of the State of -CALIFORNIA_ and licensed by the State of
Califomia to execute bonds and undertakings as sole surety, as surety ( "SURETY "), are held and
firmly bound unto the CITY OF EL SEGUNDO ( "CITY ") in the sum of FORTY NINE THOUSAND
NINE HUNDRED FIFTY DOLLARS AND ZERO CENTS ($48,950.00), which is a minimum one
hundred percent (100 %) of the contract amount, lawful money of the United States, which may be
increased or decreased by a rider hereto executed in the same manner as this bond, for the
payment of which sum PRINCIPAL and SURETY bind themselves, their successors, and assigns,
jointly and severally, by this instrument.
PRINCIPAL or SURETY will apply this bond for the faithful performance of any and all of the
conditions and stipulations set forth in this bond, SPECIFICATIONS NO. PW 07 -12, and the public
works contract executed with such Specifications. In the case of any default in the performance of
the conditions and stipulations of this undertaking, it is agreed that PRINCIPAL or SURETY will
apply the bond or any portion thereof, to the satisfaction of any damages, reclamation,
assessments, penalties, or deficiencies arising by reason of such default.
BOND CONDITIONS
1. PRINCIPAL will construct the public improvements identified in SPECIFICATIONS
NO. PW 07 -12 a copy of which is on file with CITY's Engineering Division ( "Public Project "), Such
performance will be in accordance with CITY's plans and profiles (CITY DRAWING FILE ) which
are made a part of this bond when said plans and profiles are approved by the City Council and filed
with CITY's Engineering Division.
2. PRINCIPAL's work on the Public Project will be done in accordance with
CITY's plans and specifications and with any permit issued by CITY. Should PRINCIPAL fail to
complete all required work within the time allowed, CITY may, at its sole discretion, cause all
required work to be done and the parties executing the bond will be firmly bound for the payment of
all necessary costs therefor.
$- PRINCIPAL will guarantee its work against any defective work, labor, or materials on
the Public Project for a period of one (1) year following the Public Project's completion and
acceptance by CITY.
4. This bond is conditioned upon and guarantees due compliance with all applicable law
including, without limitation, the El Segundo Murliaipal Code ( "FSIVIC ")
I -E -1
37 82
2008-02- 1114:05 »
BOND NO. 732979P
5. SURETY, for value received, agrees that no changes, extensions of time, alteration
or modification of SPECIFICATIONS NO. 07-12 or of the obligation to be performed will in any way
affect its obligation on this bond, and it waives notice of any such change, extension of time,
alteration or modification of the contract documents or of the obligation to be performed.
6. This bond consists of this instrument; the plans and specifications identified above;
and the following two (2) attached exhibits all of which are incorporated herein by reference-
A. A certified copy of the appointment, power of attorney, bylaws or
other instrument entitling or authorizing the persons executing this
bond to do so;
B. A certificate issued by the county clerk for the county in which
SURETY's representative is located conforming with California Code
of Civil Procedure § 995.840 and stating that SURETY's certificate of
authority has not been surrendered, revoked, cancelled, annulled, or
suspended, or in the event that it has, that renewed authority has
been granted; and
7. Should PRINCIPAL perform its obligations within the time allowed, PRINCIPAL's
obligation will be void upon the acceptance of the performance by CITY; otherwise this obligation will
remain in full force and effect.
SIGNED A D SEALED this 11TH day of FEBRUARY 20 8
TIONY' S P IEJC F7 Y AND INDEZeUTY COMPANY
P
RI IPAII s PRESIDENT
i
76ioALls SECRETARY----
PRINCIPAL's MAILING ADDRESS:
12812 VALLEY VBW ST STE 14
C ARDE 7 GR= CA 92845
SURETY's PRESIDENT
SHILO LEE CRANE (ATTORNEY -IN -FACT)
SURETY's SECRETARY
SURETY's MAILING ADDRESS:
20350 VENTURA BLVD. STE 240
WOODLAND HILLS CA 91364
NOTE: (1) ALL signatures must be acknowledged by a notary public.
Return two (2) originals to City Clerk's Office.
(2) Bond shall be effective for one (1) year after acceptance of the job.
I -E -2
3782
CALIFORNIA ALL — PURP05E ACKNOWLEUGEMENT
State of California
County of Los Angeles
On FEB 1 1 2008 before me, JAN - MICHELLE S. REALEZA, NOTARY PUBLIC
DATE NAME, TITLE OF OFFICER
Personally appeared SHILO LEE CRANE
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 person(s), or the entity upon behalf
of which the person(s) acted, executed the instrument.
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
OF NOTARY
JA t E
No°mmtssion S' REALE7�q
loary Pubilc . Calllo186
COmm Deles Court nlp sT
NOTARY SEAL
3782..,
POWER OF ATTORNEY FOR
DEVELOPERS SURETY AND INDEMNITY COMPANY
INDEMNITY COMPANY OF CALIFORNIA
PO Box 19725, IRVINE, CA 92623 (949) 263 -3300
KNOW ALL MEN BY THESE PRESENTS, that as except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, do
each, hereby make, constitute and appoint:
** *Stephanie Hope Shear, Shilo Lee Crane, jointly or severally * **
as their true and lawful Attomey(s) -in -Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporations, as sureties, bonds, undertakings and contracts of surety-
ship giving and granting unto said Attomey(s) -in -Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of
said corporations could do, but reserving to each of said corporations full power of substitution and revocation, and all of the acts of said Attorney(s) -in -Fact, pursuant to these presents,
are hereby ratified and confirmed.
This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Board of Directors of DEVELOPERS SURETY
AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of January 1st, 2008.
RESOLVED, that the chairman of the Board, the President and any Vice President of the corporation be, and that each of them hereby is, authorized to execute Powers of
Attorney, qualifying the attomey(s) named In the Powers of Attorney to execute, on behalf of the corporations, bonds, undertakings and contrails of suretyship; and that the Secretary or
any Assistant Secretary of the corporations be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney;
RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such
Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond, undertaking
or contract of suretyship to which it is attached.
IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by
their respective Vice President and attested by their respective Assistant Secretary this January 1st, 2008.
By:ANb ^*
Stephen T. Pate, Senior Vice President $J4orAt >O/tt
W OCT.
By: 0 1936
Charles L. Day, Assistant Secretary
State of California
County of Orange
On January 1st 2008 before me, Christopher J. Roach Notary Public
Date Here Insert Name and Title of the Officer
personally appeared Stephen T. Pate and Charles L. Da
Name(s) of Signer(s)
Place Notary Seal Above
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare 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 offi 'al seal.
Signature
Ch ' er J. Roach
CERTIFICATE
The undersigned, as Assistant Secretary, of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, does hereby certify
that the foregoing Power of Attorney remains in full force and has not been revoked, and furthermore, that the provisions of the resolutions of the respective Boards of Directors of said
corporations set forth in the Power of Attorney, are in force as of the date of this Certificate.
This Certificate is executed in the City of Irvine, California, the day of
FEB 1 1 2008
By:
Albert Hillebrand, Assistant ecretary
ID- 11 380(Wet)(Rev.07/07)
2008 -02- 1114:06
3782• - •a.1
P 10/11
LABOR AND MATERIALS BOND
PAINTING OF PUBLIC FACILITIES
IN THE CITY OF EL SEGUNDO
IN THE CITY OF EL SEGUNDO
SPECIFICAITON NO.: PW 07.12
EX cum IN TWO (2) ORIGINAIS
Bond No. 732979P
Bond Fee: INCLUDED
TONY'S PAINTING INC , as principal
incorporated under the laws of the State of CALIFORNIA and licensed by the State of
California to execute bonds and undertakings as sole surety, as surety ( "SURETY"), are held and
firmly bound unto the CITY OF EL SEGUNDO ( "CITY") in the sum of FORTY NINE THOUSAND
NINE HUNDRED FIFTY DOLLARS AND ZERO CENTS ($49,960.00), which is a minimum one
hundred percent (100 %) of the contract, lawful money of the United States, which may be increased
or decreased by a rider hereto executed in the same manner as this bond, for the payment of which
sum PRINCIPAL and SURETY bind themselves, their successors, and assigns, jointly and
severally, by this instrument.
This bond is conditioned upon and guarantees payment by PRINCIPAL to contractors,
subcontractors, and persons renting equipment; payment by PRINCIPAL and all PRINCIPAL'S
subcontractors for all materials, provisions, provender, or other supplies, and equipment used in,
upon, for or about the performance of the work contemplated in replacement of playground
equipment at Recreation Park and Candy Cane Park, SPECIFICATIONS NO.PW 07 -12 ( "Public
Project"), the public works contract executed for such Public Project, and for all work or labor of any
kind performed forthe Public Project. In the case of any default in the performance of the conditions
and stipulations of this undertaking, it is agreed that PRINCIPAL or SURETY will apply the bond or
any portion thereof, to the satisfaction of any damages, reclamation, assessments, penalties, or
deficiencies arising by reason of such default.
BOND CONDITIONS
1. PRINCIPAL will construct the public improvements identified in SPECIFICATIONS
NO. PW 07 -12, and the public works contract executed for such Specifications, copies of which is
on file with CITY's Engineering Division ( "Public Project "). Such performance will be in accordance
with CITY's plans and profiles (CITY DRAWING FILE NO. ), which are made a part of this bond
when said plans and profiles are approved by the City Council and filed with CITY's Engineering
Division.
2. PRINCIPAL will pay all contractors, subcontractors, and persons renting equipment.
3. PRINCIPAL will pay for all materials and other supplies, for equipment used in, on,
for or about the performance of the Public Project, and will pay for all work and labor thereon.
4. This bond is conditioned upon and guarantees due compliance with all applicable law
including, without limitation, the El Segundo Municipal Code ( "ESMC" ),
I -F -1
3 7 8 2
LUUt1-02-1114:Ub >> N 11x11 '
BOND NO. 732979P
5. SURETY, for value received, agrees that no changes, extensions of time, alteration
or modification of SPECIFICATIONS NO. PW 07-12, or of the obligation to be performed will in any
way affect its obligation on this bond, and it waives notice of any such change, extension of time,
alteration or modification of the contract documents or of the obligation to be performed.
6. This bond consists of this instrument; the plans and specifications identified above;
and the following TWO (2) attached exhibits all of which are incorporated herein by reference:
A. A certified copy of the appointment, power of attorney, bylaws or other instrument
entitling or authorizing the persons executing this bond to do so; and
B. A certificate issued by the county clerk for the county in which SURETY's
representative is located conforming with California Code of Civil Procedure §
995.640 and stating that SURETY's certificate of authority has not been
surrendered, revoked, cancelled, annulled, or suspended, or in the event that it
has, that renewed authority has been granted.
7. Should PRINCIPAL perform its obligations within the time allowed, PRINCIPAL's
obligation will be void upon the acceptance of the performance by CITY; otherwise this obligation will
remain in full force and effect.
SIGNED AND SEALED this 11TH day of FEt'ARY 1� L120; 8
TONY S PAINTING INC.
P Cl AL's PRES ENT
PRI CI AL's S TARY
PRINCIPAL's MAILING ADDRESS:
12812 VALLEY VIEfni' SP STE 14
GAIMM ( tQZE- CA 92845
LEE CRANE (ATTORNEY-IN-FACT-)
SURETY's SECRETARY
SURETY's MAILING ADDRESS:
20250 VENTURA BLVD STE 240
WOODLAND HIUS CA 91364
NOTE: (1) ALL signatures must be acknowledged by a notary public.
Return two (2) originals to City Clerk's Office.
(2) Bond shall be effective for one (1) year after acceptance of the job.
I -F -2
CALIFORNIA ALL — PURPOSE ACKNOWLEUGEMCN I
State of California
County of Los Angeles
On FEB 1 1 2008 before me, JAN - MICHELLE S. REALEZA, NOTARY PUBLIC
DATE NAME, TITLE OF OFFICER
Personally appeared SHILO LEE CRANE ,
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 person(s), or the entity upon behalf
of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under th of the State of California that
the foregoing paragraph is true and correct.
Commission # 1 >'a ZLEZ
WITNESS my hand and official seal. y No1pry Public - Cairomb
Los An Ojos County I
Can. JU3 2011
SIQ ATl1RF nF NOTARY SEAL
NOTARY
37 8 2 • .'
POWER OF ATTORNEY FOR
DEVELOPERS SURETY AND INDEMNITY COMPANY
INDEMNITY COMPANY OF CALIFORNIA
PO Box 19725, IRVINE, CA 92623 (949) 263 -3300
KNOW ALL MEN BY THESE PRESENTS, that as except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, do
each, hereby make, constitute and appoint:
** *Stephanie Hope Shear, Shilo Lee Crane, jointly or severally * **
as their true and lawful Attomey(s) -in -Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporations, as sureties, bonds, undertakings and contracts of surety-
ship giving and granting unto said Attomey(s) -in -Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of
said corporations could do, but reserving to each of said corporations full power of substitution and revocation, and all of the acts of said Attorney(s) -in -Fact, pursuant to these presents,
are hereby ratified and confirmed.
This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Board of Directors of DEVELOPERS SURETY
AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of January 1st, 2008.
RESOLVED, that the chairman of the Board, the President and any Vice President of the corporation be, and that each of them hereby is, authorized to execute Powers of
Attorney, qualifying the attomey(s) named in the Powers of Attorney to execute, on behalf of the corporations, bonds, undertakings and contracts of suretyship; and that the Secretary or
any Assistant Secretary of the corporations be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney;
RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such
Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond, undertaking
or contract of suretyship to which it is attached.
IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF
their respective Vice President and attested by their respective Assistant Secretary this January 1st, 2008.
AN
Br•, INOF
Stephen T Pate, Senior Vice President J gFOJ�
tu f4� OCT. r�
By o 1836
Charles L. Day, Assistant Secretary b
State of California
County of Orange
CALIFORNIA have severally caused these presents to be signed by
ANYO
PO�9 r
OCT.5 O
W 1987
On January 1st, 2008 before me, Christopher J. Roach, Notary Public
Date Here Insert Name and Title of the Officer
personally appeared Stephen T Pate and Charles L. Da
Name(s) of Signer(s)
Place Notary Seal Above
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to
the within instrument and acknowledged to me that helshelthey 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 taws of the State of California that the foregoing paragraph Is
true and correct.
WITNESS my hand and offi 'al seal.
Signature
Ch ' er J. Roach
CERTIFICATE
The undersigned, as Assistant Secretary, of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, does hereby certify
that the foregoing Power of Attorney remains in full force and has not been revoked, and furthermore, that the provisions of the resolutions of the respective Boards of Directors of said
corporations set forth in the Power of Attorney, are in force as of the date of this Certificate.
This Certificate is executed in the City of Irvine, California, the day of FEB 1 12008
By: V Wc_�d_r��
Albert Hillebrand, Assistant Secretary
ID- 1380(Wet)(Rev.07 /07)
3782. 0-"GI
PROPOSAL
PAINTING OF PUBLIC FACILITIES
IN THE CITY OF EL SEGUNDO
IN THE CITY OF EL SEGUNDO
SPECIFICATIONS NO.: PW 07 -12
TO THE CITY OF EL SEGUNDO:
In accordance with the City of El Segundo's Notice Inviting Sealed Bids, the undersigned BIDDER
hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the
above stated project as set forth in the Plans, Specifications, and contract documents therefor, and
to perform all work in the manner and time prescribed therein.
BIDDER declares that this proposal is based upon careful examination of the work site, Plans,
Specifications, Instructions to Bidders, and all other contract documents. Submittal of this bid shall
be considered evidence that the BIDDER has satisfied himself regarding the contract documents,
access and any other field conditions which may affect bid prices. If this proposal is accepted for
award, BIDDER agrees to enter into a contract with the City of El Segundo at the unit and /or lump
sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a
contract in the manner and time prescribed will result in forfeiture to the City of El Segundo of the
proposal guarantee accompanying this proposal.
BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth
in the Bid Schedule are solely for the purpose of comparing bids, and that final compensation under
the contract will be based upon the actual quantities of work satisfactorily completed. THE CITY OF
EL SEGUNDO RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY
QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the
unit and /or lump sum prices bid include all apparent expenses, taxes, royalties, and fees. In the
case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and
words shall govern over figures.
If awarded the Contract, the undersigned further agrees that in the event of the BIDDER'S default in
executing the required contract and filing the necessary bonds and insurance certificates within ten
working days after the date of the City of El Segundo's notice of award of contract to the BIDDER,
including sending by U.S. Mail a Public Works Contract for signature by the Awardee, the proceeds
of the security accompanying this bid shall become the property of the City of El Segundo and this
bid and the acceptance hereof may, at the City of El Segundo's option, be considered null and void.
I -C -1
NASPECS.MST I -C -1 (02- 28 -02)
3 7 8 2 - ." ;' ;,
EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE
BIDDER certifies that in all previous contracts or subcontracts, all reports which may have been
due under the requirements of any agency, State, or Federal equal employment opportunity
orders have been satisfactorily filed, and that no such reports are currently outstanding.
AFFIRMATIVE ACTION CERTIFICATION
BIDDER certifies that affirmative action has been taken to seek out and consider minority
business enterprises for those portions of the work to be subcontracted, and that such affirmative
actions have been fully documented, that said documentation is open to inspection, and that said
affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore,
BIDDER certifies that affirmative action will be taken to meet all equal employment opportunity
requirements of the contract documents.
NONCOLLUSION AFFIDAVIT
BIDDER declares that the only persons or parties interested in this proposal as principals are
those named herein; that no officer, agent, or employee of the City of El Segundo is personally
interested, directly or indirectly, in this proposal; that this proposal is made without connection to
any other individual, firm, or corporation making a bid for the same work and that this proposal is
in all respects fair and without collusion or fraud.
I -C -2
37 82 ..::
CITY OF ELSEGUNDO — BID SHEET
PAINTING OF PUBLIC FACILITIES
IN THE CITY OF EL SEGUNDO
PROJECT NO. PW 07 -12
ITEM
ESTIMATED
UNIT PRICE
AMOUNT
NO.
QUANTITIES
WRITTEN IN WORDS
1
LS
Painting of the Park Vista Senior Apartments
complete in place.
$
2
LS
Painting of the Lakes Golf Course complete in
place.
$
3
LS
Painting f the Police Department Jail complete
in place.
$
TOTAL BID = $ tiq q50 "
TOTAL BID WRITTEN IN WORDS FOR" 14NE '(M%WD NINE 040M
� P N D01,t,1 AS AN b No GENTS.
I -C -3 (page 1 of 1)
3782.,,.=
BIDDER'S INFORMATION
BIDDER certifies that the following information is true and correct:
Bidder's Name
TON`! PAINTING INC.
Form of Legal Entity (i.e., individual, partnership, corporation, etc.)
6VIW0 RATI 0IJ
If corporation, State of Incorporation (i.e., California) 0AWFORMA
Business Address 12$12- VAtXy VIEW 5TRe6T
Address
SUYF 114
GARDEN GROVE , CA, 82845
Telephone No. -+d4. 8 i `1 • 6-30S
FAX No. 114. 8101. 5305
State Contractor's License No. and Class # 32016 y C- 33
Original Date Issued 06120 Expiration Date 113012col
The following are the names, titles, addresses, and phone numbers of all individuals, firm
members, partners, joint venturers, and /or corporate officers having principal interest in this
proposal:
PrNIF MAR I JANOVIG PW510EW I- CEv , RM 0
I2512 yAu y view 5T svItE 14
&AROEN C R0V E GA 012-W45
The date of any voluntary or involuntary bankruptcy judgements against any principal having an
interest in this proposal are as follows:
NIA
All current and prior DBA's, alias, and /or fictitious business names for any principal having an
interest in this proposal are as follows:
ANtI: MARIJANoV10- p8A'9 TVNY PAWTING INC. TONY PAINTING
I -C -4
37 82
IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, titles,
hands, and seals of all aforenamed principals this 15 day of JANVAPY , 2008 .
BIDDER T-ONY PAW7 -W6 INC.
TE AR i 7ANOV I G
Subscribed and sworn to this i g day of (I�V\ 20
i
NOTARY PUBLIC
A AA w w a
SAM BEIK t�
FQ- COMM. #1510806 00
NOTARY PUBLIC - CALIFORNIA I
ORANOECOUNTY O
My Comm, Expires Sept. 29. 2008
I -C -5
PROPOSAL GUARANTEE
BID BOND
PAINTING OF PUBLIC FACILITIES
IN THE CITY OF EL SEGUNDO
IN THE CITY OF EL SEGUNDO
SPECIFICATIONS NO.: IOW 07 -12
KNOW ALL MEN BY THESE PRESENTS that,
3782• :1
N �F'Y
TONY PAINTING, INC. , as BIDDER, and DEVELOPERS SURETY AND INDEMNITY COMPANY
as S'�2ETY, are held and firmly bound unto the City of El Segundo,
in the penal sum ofTEN PERCENT D DOLLARS ($ * ), which is ten (10 %) percent of the total
amount bid by BIDDER to the City of El Segundo for the above stated project, for the payment of
which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these
presents.
*TMR GREATEST AMOUNT BID ($10% G.A.B.)
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a
bid to the City of El Segundo for the above stated project, if said bid is rejected, or if said bid is
accepted and a contract is awarded and entered into by BIDDER in the manner and time specified,
then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of
the City of E1 Segundo.
IN WITNESS WHEREOF the parties hereto have set their names,
14TH day of JANUARY 20 08
BIDDER* TONY
SURETY* I
AND INDEMNITY
✓�� P Cr0 LEE CRANE (ATT'ORNE'Y -1N -FACT)
Subscribed -and sworn to this 14TH day of JANUARY 20 08
NOTARY PUBLIC
* . provide BIDDER /SURETY name, address and telephone number and
the name, title, address and telephone number for authorized
representative.
I -C -E
N:%PECS.PRJTW JC6 102.11.02)
IFORNIA ALL — PURPOSE ACKNOWLEDGEMENT
State of California
County of Los Angeles
On ,SAN 14 7nna before me, JAN-MICHELLE S. REALEZA, NOTARY PUBLIC
DATE NAME, TITLE OF OFFICER
Personally appeared SHILO LEE CRANE ,
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 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.
JAN- MICHELLE S. REALEZA
Commission # 1755186
z : �� �j, Notary Public - California
Los Angeles County
�ExpIves 3.
JUI 20 11
NOTARY SEAL
I
POWER OF ATTORNEY FOR
DEVELOPERS SURETY AND INDEMNITY COMPANY
INDEMNITY COMPANY OF CALIFORNIA
PO Box 19725, IRVINE, CA 92623 (949) 263 -3300
KNOW ALL MEN BY THESE PRESENTS, that as except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, do
each, hereby make, constitute and appoint.
** *Stephanie Hope Shear, Shilo Lee Crane, jointly or severally * **
as their true and lawful Attomey(s) -In -Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporations, as sureties, bonds, undertakings and contracts of surety-
ship giving and granting unto said Attorney(s) -in -Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of
said corporations could do, but reserving to each of said corporations full power of substitution and revocation, and all of the acts of said Attomey(s) -in -Fact, pursuant to these presents,
are hereby ratified and confirmed.
This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Board of Directors of DEVELOPERS SURETY
AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of January 1st, 2008.
RESOLVED, that the chairman of the Board, the President and any Vice President of the corporation be, and that each of them hereby is, authorized to execute Powers of
Attorney, qualifying the attomey(s) named in the Powers of Attorney to execute, on behalf of the corporations, bonds, undertakings and contracts of suretyship; and that the Secretary or
any Assistant Secretary of the corporations be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney;
RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such
Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond, undertaking
or contract of suretyship to which it is attached.
IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by
their respective Vice President and attested by their respective Assistant Secretary this January 1st, 2008.
By, �•{AAND j�,O,42
Stephen T, Pate, Senior Vice President s �J +��POaq a+d>sZ
a� OCT. F��Q
fUA 10 qty:
By'o� 1836_
Charles L. Day, Assistant
State of California
County of Orange
�OMpANY�.�
v�'PON�i(��"�•.
=OC7.5 �o
U t9f37
cq < /Foe���P fi
On January 1 st, 2008 before me, Christopher J. Roach, Notary Public
Date Here Insert Name and Title of the Officer
personally appeared Stephen T. Pate and Charles L. Day
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
CHRISTO>'H J: 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.
COMM # 174500
NOTARY PUBLIC CALIFRO 11A I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is
ORANdE COUNTY true and correct.
4b.My0MM!2tftMay;19; 2D11
WITNESS my hand and offi al seal.
Place Notary Seal Above Signature
Ch' erJ.Roach
CERTIFICATE
The undersigned, as Assistant Secretary, of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, does hereby certify
that the foregoing Power of Attorney remains in full force and has not been revoked, and furthermore, that ths provisions of the resolutions of the respective Boards of Directors of said
corporations set forth in the Power of Attorney, are In force as of the date of this Certificate.
This Certificate is executed in the City of Irvine, California, the day of JAN 1, 4 2008
By. 44?9���
Albert Hillebrand, Assistant eoretary
ID-1 380 (Wet)(Rev.07 /07)
CONTRACTOR'S LICENSE DECLARATION
(Business and Professions Code Section 7028.15)
BIDDER'S Contractor's License Number is:
32016y
Class No.: x-33
2. The expiration date of BIDDER'S Contractor License is:
SEPTUM OUR 30 , 2009.
3. BIDDER ACKNOWLEDGES THAT section 7028.15(e) of the Business and Professions
Code provides as follows:
"A licensed contractor shall not submit a bid to a public agency unless his or her
contractor's license number appears clearly on the bid, the license expiration date is
stated, and the bid contains a statement that representations herein are made under
penalty of perjury. Any bid not containing this information, or a bid containing information
which is subsequently proven false, shall be considered non - responsive and shall be
rejected by the public agency."
The undersigned declares, under penalty of perjury, that the representations made by the
undersigned in this bid proposal are true and correct.
Executed on 15 J,41WA" , 2000 , at GARDW4&V6
GARDEN GROVE CALIFOAN /A (insert City and State where Declaration is signed).
Sig at re
ANA WRIIANOVlG
Typed Name
aU- PRE100"f.ctor Fmo
Title
TONY PAINTlNC� INC.
Steteot;Qajlginia, countyo. -.1- - Name of Bidder
Sp6st gibed ali¢ $worn to (oi atbrrned }, be lof M
on this (cloy of
by AN Tr- i"( iP, Q_9"-PV Y�
porsQnal y known to or p Y @cl to -me'an 1�i
basis of satisfy evidence tri.l.itie pBni9llrx)
who appe efor
signat
lAi A t> _ a
:...::. SAM BEIK
��.
COMM. #1510806
n
NOTARY PUBLIC - CALIFORNIA
-4
I -C -7 m
ORANGE COUNTY
O
My Comm. Expires Sept. 29.2008
3782 -;��
NON - COLLUSION AFFIDAVIT TO BE EXECUTED
BY BIDDER AND SUBMITTED WITH BID
State of California )
) ss.
County of )
ANTE MARi7AtIOV/t✓ , being first duly sworn, deposes and say that he or she is
fWclKNTI fkb� 9-MO of 7_010 PAINRM5 /NC. the party making the foregoing bid that
the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation; that the bid is genuine and not collusive or
sham; that the BIDDER has not directly or indirectly induced or solicited any other BIDDER to
put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or
agreed with any BIDDER or anyone else to put in a sham bid, or that anyone shall refrain from
bidding; that the BIDDER has not in any manner, directly or indirectly, sought by agreement,
communication, or conference with anyone to fix the bid price of the BIDDER, or 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.
ANM MAR17RA10V1Ci
Typed Name
PRCStDWT, (%70. RMO
Title
State,of;Cafiforrna, County.01C
Subur,bod adt.sworn to (oc affirmed) betor-e
on this l._ dart of 26 a '3,
ppf:rsarra}iy'0own to me or proved to me on the ' I_C_$
ba6is- gf::aali0ac deuce to be the er"nfs).
W40 ore
Sighature:-
TON y PA11V77 (3 /Aic .
Name of Bidder
/5. JANVAP -y. 2005
Date
o SAM B 1
comm. #1510806 W
m 2 NOTARY PUBLIC • CALIFORNIA Q
ORANGE COUNTY
My Comm. Expires Sept, 2% �QOd
3782. , -;;I
CERTIFICATION
Section 1861 OF THE LABOR CODE
(Workers' Compensation)
Pursuant to Section 1861 of the Labor Code, the BIDDER, in submitting his
PROPOSAL, shall sign the following certification:
"I am aware of the provisions of Section 3700 of the Labor Code which require every
employer to be insured against liability for workers' compensation or to undertake self- insurance
in accordance with the provisions of that code, and I will comply with such provisions before
commencing the performance of the work of this contract."
Signature of Bidder:
Title: 4 pRU122'r Crr i RMO
Business Name: %-ONY PAINTING NO .
Business Address: 12812 VAUCY MW MEET r SvliF M
GARDN GROVE , CA . g28N5 -
Telephone Number: -+ly. f3gq. 5303
Dated this 15 day of JAWAPLY , 2008 .
I -C -9
DESIGNATION OF SUBCONTRACTORS
BIDDER proposes to subcontract certain portions of the work which are in excess of one -half of
one percent (1/2 of 1 %) of the bid and to procure materials and equipment from suppliers and
vendors as follows:
NAME, ADDRESS AND PHONE
NUMBER OF SUBCONTRACTORS,
SUPPLIERS, AND VENDORS
PORTION OF WORK,
MATERIALS, OR EQUIPMENT
I -C -10
NASPECS.MST (02/25/02)
` e 1
3? 6 2
REFERENCES
The following are the names, addresses, and telephone numbers for three (3) public agencies
for which BIDDER has performed similar work as the prime contractor or major subcontractor
within the past two (2) years:
1. Project Title: Neal 6615- MMMeP POEM
Location:
Name and address of owner
Name and telephone number of person familiar with project
Type of Work:
Contract amount: $ Date completed:
Amount of work done by my /our firm under contract $
Did your firm have any financial interest in Project?
2. Project Title:
Location:
Name and address of owner
Name and telephone number of person familiar with project
Type of Work:
Contract amount: $ Date completed:
Amount of work done by my /our firm under contract $
Did your firm have any financial interest in Project?
3. Project Title:
Location:
Name and address of owner
Name and telephone number of person familiar with project
Type of Work:
Contract amount: $ Date completed:
Amount of work done by my /our firm under contract $
Did your firm have any financial interest in Project?
I -C -11 (Page 1 of 2)
°< 2 . - s 0
•
12812 Valley View St. Suite 14 License # 320164
Garden Grove, Ca. 92845 Phone: (714) 899 -5303
e -mail: tonyspaintingsb @yahoo.com Fax: (714) 899 -5305
website: www.tonypaintinginc.com
Contractor References
• County of Riverside Educational Center
3939 Thirteenth Street Riverside, CA 92502
Interior/Exterior Painting 2003 -2007
Contract Price: $150, 000.00 ( +)
Contact: Tim Lopez (951) 453 -1869
• City of Beverly Hills
345 N. Foothill Road Beverly Hills, Ca 90210
Interior Painting of 2 Parking Structures, 2007
Contract Price: $216,890. 00
Contact: Norman Berezowsky (310) 285 -5202
• Alvord Unified School District
10365 Keller Avenue Riverside, Ca 92505
Exterior Painting at 13 School Sites, 2007
Contract Price: $595, 000.00
Contact :Dennis Hadaway (951) 509 -5049
• Lona Beach City College
4901 E. Carson Street Long Beach Ca, 90808
Interior Painting of Gymnasium, 2006 -2007
Contract Price: $129,483.00
Contact :Nicholas Shambra ((562) 938 -4207
• Temecula Vallev Unified School District
31350 Rancho Vista Road Temecula, Ca 92592
Exterior Painting at 4 Schools Sites, 2007
Contract Price: $ 81,950. 00
Contact: Jim Miller (951) 695 -7115
• Juruna Unified School District
4850 Pedley Road Riverside, Ca 92509
Exterior Painting at 6 School Sites, 2007
Contract Price: $218,500. 00
Contact:Bill Elzig (951) 360 -2704
• San Bernardino Unified School District
777 North " F" Street San Bernardino, CA. 92410
Exterior Painting 2006 -2007
Contract Price 1654,720. 00
Contact: Armando Tamayo ( 909) 213 -3882
Thank You for Your Business
37 8 2 .
4. Project Title:
Location:
Name and address of owner
Name and telephone number of person familiar with project
Type of Work:
Contract amount: $ Date completed:
Amount of work done by my /our firm under contract $
Did your firm have any financial interest in Project?
5. Project Title:
Location:
Name and address of owner
Name and telephone number of person familiar with project
Type of Work:
Contract amount: $ Date completed:
Amount of work done by my /our firm under contract $
Did your firm have any financial interest in Project?
The following are the names, addresses, and telephone numbers for all brokers and sureties
from whom BIDDER intends to procure insurance bonds:
PWA-6 E sEr A7rA aPCD rOo?"
1 -C -11 (Page 2 of 2)
3 7 8 2 . ,4'
12812 Valley View St. Suite 14 License # 320164
Garden Grove, Ca. 92845 Phone: (714) 899 -5303
e -mail: tonyspaintingsb@yahoo.com Fax: (714) 899 -5305
website: www.tonypaintinginc.com
Surety Firm
Surety Firm: Contractors Best Insurance Services
20350 Ventura Blvd., Suite 205
Woodland Hills, Ca. 91364
Contact: Shilo Crane
(888) 960 -1361
Insurance Carriers
General Liability: Powers and Company.
P.O. Box 619043
Roseville, Ca. 95661 -9043
Contact: Marc Gilbreath
(916) 630 -8659
Auto Insurance: Allstate Insurance
16168 Beach Blvd. Suite # 115
Huntington B each, Ca. 92647
Contact: John Murphy
(714) 843 -0501
Worker's Compensation: State Fund
1750 E. Fourth Street
Santa Ana, Ca. 92705
(877) 405 -4545
Thank You for Your Business
CERTIFICATE OF LIABILITY INSURANCE
PRODUCER
Powers and Company
Insurance Agents and Srokexs
P. o. Box 619043 Lie #0802564
Roseville CA 9566!. -9043
phone1916- 630 -8643 rax:800 -783 -0083
�� 17 yg Inc.
ElcaEaK A p 40 Seal
DATE
BY THE
INSURERS AFFORDING COVERAGE NAIC S
INSURER A' Navigators Insurance Cc - T 42307
INSURER B: _
INSURFR C. Y
INSURER D: _
(:UVCKAUCS
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 15 SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
pOMIEs. AoWEGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, _
.... -PO OT
LTR NSR I ANCE POLICY NUMBER pip EFF OIYY PAN EXPIRATION LIMITS
A
X
6EN ERAL
X COMM6RCIALGENERALUABILMY
CLAIM8 MADE X] OCCUR
0410017716
06/17/07
06/17/08
EACH OCCURRENCE
1111,000,000
y
$ 50,000
MED EXP (Arty om mnwn)
55,000
PERSONAL & AM INJURY
S 1,.000 , 000
$2,000,000
X Owner /Coat Prot.
06 FERAL AGGREGATE
OEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP/OP AGO
_
$1,000,000
POLICY X JEST .. koc
AUTOMOBILE
LIAI % TY
CCOMMMEEDD )SINGLE LIMIT
S
ANY AUTO
ALL OWNED A1008
BODILY INJURY
Per pown)
3
SCHEDULED AUTOS
HIRED AUTO--
NON -OWNED AUTOS
F L—Y dit INJURY
y
...
- ---
PROPERTY OnMnaE
S
GARAGE LIABILITY
ALTO ONLY - EA ACCIDENT
S
OTHER THAN EA ACC
AUTO ONLY, AGG
S
ANY AUTO
S
EXCEESWMBRELLA LIA811.I7Y
EACH OCCURRENCE
f
AGGREGATE
S
OCCUR ` CLAIMS MADE
S
...I
DEDUCTIBLE
---- .... - - -• __ _
! .
f
RETENTION i
WORKERS COMPENSATION AND
TORY LIMB& UP
E.L. EACH ACCIDENT
S
EMPLOYERS
'LELIIABILITY
FFIG�ERO/M�Mwe X �� ECUTIVE
S
E.L. DISEASE - EA EMPLOYEE
E.L. DISEASE - POLICY LIMIT
S
By� orb" and"r
SPECIAL PROVISIONS bnbw
TH
DESCRIPTION OF OPERATIONS 1 LOCATIONS! ICL - 1 OLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
*10 day NOC applies for non - payment of premium. The City of El Segundo, its
officers, agents and employees is included as Additional Insured under
CoBEBercial General Liability policy per endorsement ANr-zs 160 (5/2006),
subject to a written contract between Named Insured and Additional Insured.
* *Endorsement to follow from company, (see attached notepad)
CIyon
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
C:L ty of El Segundo
DATE THEREOF, THE ISSUING INSURER Wft*MMWWM TO MAIL. 30* DAYS WRITTEN
public Works Dept.
NOTICE To THE CERTIFICATE MOLDER NAMED TO THE LEFT,
El Segundo City Hall
I-
350 Main Street
E1 Segundo CA 90245
AUTHOR _ DTATIVt_rrJ
Ak n n nn dAr1/lw 4
ACORD Z5 (ZOUIR M)
2008 -02- 2010:20 POWERS AND CO Page 11
37 82 . , ,
IMPORTANT
If the certificate holder is On 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).
DISCLAIMER
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.
2008 -02- 2010:20 POWERS AND CO Page 2
, Ub I i . 00 . t A. to - -.1 ap . p . I r I a I va . 1 . -.- Re I Various . . . . . Public FACilitiC3 throughout the City of
El Segundo 37 82
2008 -02- 2010:21 POWERS AND CO Page 3
03/03/2008 10:09 8667013102 KIM WENCESLAO PAGE 01
782• �
• s
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BLANKET ADDITIONAL INSURED ENDORSEMENT
(EXCLUDING RESIDENTIAL)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL. LIABILITY COVERAGE PART
ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B)
CG 20 10 11 85
i Policy Number. 04- 10017716 Endorsement Effective: 02/20/0"6/17/08 12:01
�m
Narned Insured Countersigned By'.
TONY PAINTING, INC. •
SCHEDULE
Name of Person or Organization:
PUBLIC WORKS DEPT.; EL SEGUNDO CITY HALL; THE CITY OF EL SEGUNDO, IT'S OFFICERS,
AGENTS, AND EMPLOYEES
350 MAIN STREET
EL SEGUNDO, CA 90245
INTERIOR /EXTERIOR PAINTING NOT TO EXCEED 3 STORIES IN HEIGHT OF PUBLIC FACILITIES,
A COMMERCIAL BUILDING, LOCATED THROUGHOUT EL SEGUNDO CA _
WHO IS AN INSURED (Section ll) is amended to include as an insured the person or organization
shown in the Schedule, but only with respect to liability arising out of 'your work" for that insured by or for
you.
The following additional provisions apply to any entity that is an Insured by the terms of this endorsement
1, Primarv_Wc)rdino
If required by written contract or agreement" Such insurance as is afforded by this policy shall be primary
insurance, and any insurance or self- insurance maintained by the above additional insured(s) shall be
excess of the insurance afforded to the named insured and shall not contribute to it.
2. Waiver of Subrogation
If required by written contract or agreement: We waive any right of recovery we may have against an entity
that is an additional insured per the terms of this endorsement because of payments we make for injury or
damage arising out of "your work" done under a contract with that person or organization.
3. Neither the coverages provided by this insurance policy nor the provlsione of this endorsement shall apply
to any claim arising out of the sole negligence of any additional insured or any of their agents/employees,
4. This endorsement does not apply to any work Involving or related to properties intended for permanent
residential or habitational occupancy (other than apartments). .
The words "you" and "your" refer to the Named Insured shown in the Declarations.
"Your work" mcans work or operations performed by you or on your behalf; and materials, parts or equipment
furnished in connection with such work or operations.
ANF -E: 160 (5/2006)
MAR -03 -2008 10:02 8667013102 96%
P.01
reo 1a euuu u:tuvm HV LHStKJtI rHA P.2
3 7 J 2 . X CERTIFICATE OF INSURANCE
® ALLSTATE INSURANCE COMPANY ❑ ALLSTATE INDEMNITY COMPANY E
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS N
HOLDER. THIS CERTIFICATE DOES NOT AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY T�Lffy'FIXWROFATE
CERTIFICATE HOLDER NAMED INSURED
Name and Address of Party to Whom this Certificate Is Issued Name and Address of Insured
Public Works Department Ante Marijanovic DBA Tony's Painting
El Segudo City Hall 4817 Elder Ave
350 Main St El Segundo, Ca 90245 Seal Beach, CA 90740 p
Certificate Holder is named Additional Insured 0 rc-)) f
This is to certffy that policies of Insurance listed below have been issued to the insured named above subject to The eAWF'st6A date icated below.
notwithstanding ^
standing any requiiremtent. term o` '
condition of any contract or other document with respect to which this certificate may be issued or may pertain. The
TYPE OF INSURANCE AND LIMITS
COMMERCIAL GENERAL LIABILITY Policy Effective Expiration
Number Date Date
Um it
Amount
GENERAL AGGREGATE LIMIT (Other than Products - Completed Operations)
PRODUCTS - COMPLETED OPERATIONS AGGREGATE LIMIT
PERSONAL AND ADVERTISING INJURY LIMIT
EACH OCCURRENCE LIMIT
PHYSICAL DAMAGE LIMIT
ANY ONE LOSS
MEDICAL EXPENSE LIMIT
ANYONE PERSON
WORKERS' COMPENSATION & Policy Effective Expiration
EMPLOYERS' LIABILITY Number Date Date
Coverage
Limits
WORKERS' COMPENSATION
STATUTORY - applies only In the foll Ing states:
BODILY INJURY BY ACCIDENT
EACH ACCIDENT
EMPLOYERS'
BODILY INJURY BE DISEASE
EACH EMPLOYEE
LIABILITY
BODILY INJURY BY DISEASE
POLICY LIMIT
AUTOMOBILE LIABILITY Policy 048728943 Effective 06/04/2007 Expiration 06/04/2008
Number Date Date
Coverage Basis
Limits
ANY AUTO 13 OWNED AUTOS C1 HIRED AUTOS
Combined Single Umit of Liability
BODILY INJURY S PROPERTY
DAMAGE
1,000.000 EACH ACCIDENT
SPECIFIEDAUTO 0 NON -OWNED AUTOS
Split Liability Limits
Bodily Injury
Property Damage
Each
El OWNED PRIVATE PASSENGER AUTOS
,.. _
PERSON
OWNED AUTOS OTHER THAN PRIVATE PASSENGER
ACCIDENT
UMBRELLA UABILITY Policy Effective Expiration
Number Date Date
EACH OCCURRENCE
GENERAL AGGREGATE
PRODUCTS - COMPLETED OPERATIONS AGGREGATE
OTHER (Show Policy Effective Expiration
type of Poll Number Date Date
DESCRIPTION OF OPERATIONSI LOCATIONSIVEHICLESIRESTRICTIONS /SPECIAL ITEMS
CANCELLATION
Number of days notice 30 JOHN MURPHY February 19, 2008
Authorized Repr~tetive owa
Should any of the above described policies be cancelled before the expiration date; the issuing company will endeavor to mail within the ntrrntwr of riays
entered above, written notice to the certificate holder named above. But failure to mail such notice shall impose no obligation or liability of any kind upon
the com any, its agents or representatives
M23 -2
200 8-02 - 1912:57 ALLSTATE INSURA Page 2
7 8 2
CERTHOLDER COPY
SP
STATE P.O. BOX 420807, SAN FRANCISCO,CA 94142- -0807
COMPENSATION
INSURANCE
FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE
ISSUE DATE: 02 -11 -2008 GROUP:
POLICY NUMBER: 0616634 -2007
CERTIFICATE ID: 123
CERTIFICATE EXPIRES: 06 -28 -2008
06-28- 2007/06-28-2008
CITY OF EL SEGUNDO SP JOB:PW 07 -12
PUBLIC WORKS DEPARTMENT, CITY HALL
350 MAIN ST
EL SEGUNDO CA 90245 -3813 Copy
This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the
California Insurance Commissioner to the employer named below for the policy period indicated.
This policy is not subject to cancellation by the Fund except upon 30 days advance written notice to the employer.
We will also give you 30 days advance notice should this policy be cancelled prior to its normal expiration.
This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded
by the policy listed herein. Notwithstanding any requirement, term or condition of any contract or other document
with respect to which this certificate of insurance may be issued or to which it may pertain, the insurance
afforded by the policy described herein is subject to all the terms, exclusions, and conditions, of such policy.
THORIZED REPRESENTATI PRESIDENT
EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE.
ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 07 -17 -2007 IS
ATTACHED TO AND FORMS A PART OF THIS POLICY.
EMPLOYER
TONY PAINTING INC SP
4817 ELDER AVE
SEAL BEACH CA 90740
[RDG,CNj
IREV.2 -05I PRINTED : 02 -11 -2008
3782
POLICYHOLDER COPY
SP
STATE P.O. BOX 420807, SAN FRANCISCO,CA 94142 -0807
COMPENSATION
INSURANCE
FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE
ISSUE DATE: 02 -11 -2008 GROUP:
POLICY NUMBER: 0616634 -2007
CERTIFICATE ID: 123
CERTIFICATE EXPIRES: 08 -28 -2008
06-28- 2007/06 -28 -2008
CITY OF EL SEGUNDO SP JOB:PM 07-12
PUBLIC WORKS DEPARTMENT, CITY HALL
380 MAIN ST
EL SEGUNDO CA 80248 -3813
This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the
California Insurance Commissioner to the employer named below for the policy period indicated.
This policy is not subject to cancellation by the Fund except upon 30 days advance written notice to the employer.
We will also give you 30 days advance notice should this policy be cancelled prior to its normal expiration.
This certificate of insurance is not an insurance policy and does not mend, extend or alter the coverage afforded
by the policy listed herein. Notwithstanding any requirement, term or condition of any contract or other document
with respect to which this certificate of insurance may be issued or to which it may pertain, the insurance
afforded by the policy described herein is subject to all the terms, exclusions, and conditions, of such policy.
Ck�rr r�.t.i✓ `���
HORIZED REPRESENTATIVO PRESIDENT
EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE.
ENDORSEMENT #2086 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 07 -17 -2007 IS
ATTACHED TO AND FORMS A PART OF THIS POLICY.
EMPLOYER
TONY PAINTING INC SP
4817 ELDER AVE
SEAL BEACH CA 90740
(RDG,CNj
(REV.2.05) PRINTED : 02 -11 -2008