Loading...
16-173.00 Dardan Enterprises: Police Precinct Old Jail Remodel CONSTRUCTION AGREEMENT DARDAN ENTERPRISES,INC. THIS CONSTRUCTION AGREEMENT (the "Agreement") is made by and between the City of Spokane Valley, a code City of the State of Washington ("City") and Darden Enterprises, Inc., ("Contractor")jointly referred to as the"Parties". IN CONSIDERATION of the terms and conditions contained herein the Parties agree as follows: 1.Work to Be Performed. Contractor shall do all work and furnish all labor, supervision,tools,materials, supplies, and equipment and other items necessary for the construction and completion of the Police Precinct Old Jail Remodel Project(the"Work")in accordance with documents described in Exhibit A and in accordance with this Agreement(which are by this reference incorporated herein and made part hereof and referred to as the "Contract Documents"), and shall perform any changes in the work in accordance with the Contract Documents. The terms and provisions in this Agreement shall control over any inconsistent or incompatible terms in any other Contract Document. Contractor shall,for the amount set forth in paragraph 4,below,assume and be responsible for the cost and expense of all work required for constructing and completing the Work and related activities provided for in the Contract Documents to City's satisfaction, within the time limits prescribed in the Contract Documents. The City Manager or designee shall administer and be the primary contact for Contractor. Upon notice from City,Contractor shall promptly commence work,complete the same in a timely manner,and cure any failure in performance under this Agreement. Unless otherwise directed by City, all work shall be performed in conformance with the Contract Documents, and all City, state, and federal standards, codes, ordinances, regulations, and laws as now existing or as may be adopted or amended. 2. Time for Performance. Contractor shall commence the Work within 10 days of receipt of a notice to proceed and shall complete the Work by December 31, 2016, or as may be extended in accordance with this Agreement and the Contract Documents. 3. Liquidated Damages. N/A 4. Compensation. In consideration of Contractor performing the Work, City agrees to pay Contractor in accordance with the Contract Documents the sum of $36,700.00, plus Washington State Sales Tax of $3,192.90(if applicable),for a total of$39,892.90,based on the base bid submitted by Contractor(Exhibit A),and as may be adjusted in accordance with the Contract Documents. Alternates#1 and#2 are not being accepted. 5.Payment. Contractor may elect to be paid in monthly installments, upon presentation of an application for payment in a form satisfactory to City. Applications for payment shall be sent to the City Finance Department at the address stated in paragraph 6. Pursuant to chapter 60.28 RCW,five percent of the compensation due Contractor shall be retained by City. City reserves the right to withhold payment under this Agreement for that portion of the work(if any)which is determined in the reasonable judgment of the City Manager or designee to be noncompliant with the Contract Documents, City standards, City Code, state standards,or federal standards. Construction Agreement Page 1 of 7 6. Notice. Notice other than applications for payment shall be given in writing as follows: TO THE CITY: TO THE CONTRACTOR: Name: Christine Bainbridge, City Clerk Name: Dardan Enterprises,Inc. Phone: (509)921-1000 Phone: (208) 773-5418 Address: 11707 East Sprague Ave., Suite 106 Address: 23567 W.Hwy 53 Spokane Valley, WA 99206 Post Falls,ID 83854 (After September 1,2017: 10210 East Sprague Avenue Spokane Valley,WA 99206) 7. Applicable Laws and Standards. The Parties, in the performance of this Agreement, agree to comply with all applicable federal, state, and local laws,codes, and regulations. 8. Certification Regarding Debarment, Suspension, and Other Responsibility Matters — Primary Covered Transactions. A. By executing this Agreement, the Consultant certifies to the best of its knowledge and belief, that it and its principals: 1. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency; 2. Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction; violation of federal or state antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records,making false statements,or receiving stolen property; 3. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph(A)(2)of this certification; and 4. Have not within a three-year period preceding this application/proposal had one or more public transactions(federal, state,or local)terminated for cause or default. B. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this Agreement. 9.Prevailing Wages on Public Works. Contractor,any subcontractor, or other person doing work under this Agreement, shall comply with the requirements of chapter 39.12 RCW, and shall pay each employee an amount not less than the Prevailing Rate of Wage, as specified by the Industrial Statistician of the Washington State Department of Labor and Industries ("L&I"). If employing labor in a class not shown, Contractor shall request a determination of the correct wage rate for the class and locality from the Industrial Statistician. Contractor shall provide a copy of any such determinations to City. Before commencing, during, and upon completion of the work, Contractor shall file all forms and pay all fees required by L&I and shall indemnify and hold City harmless from any claims related to its failure to comply with chapter 39.12 RCW. Construction Agreement Page 2 of 7 The following information is provided pursuant to RCW 39.12.030: A. State of Washington prevailing wage rates applicable to this public works project,published by L&I,are located at the L&I website address: https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx B. This Project is located in Spokane County. C. The effective prevailing wage date is the same date as the bid due date as referenced in the original request for bids and as may be revised by addenda. A copy of the applicable prevailing wage rates is also available for viewing at the City Public Works Department located at 11707 East Sprague, Suite 106, Spokane Valley, WA 99206. Upon request, City will mail a hard copy of the applicable prevailing wages for this project. 10. Relationship of the Parties. It is understood and agreed that Contractor shall be an independent contractor and not the agent or employee of City,that City is interested only in the results to be achieved, and that the right to control the particular manner,method,and means in which the services are performed is solely within the discretion of Contractor. Any and all employees who provide services to City under this Agreement shall be deemed employees solely of Contractor. Contractor shall be solely responsible for the conduct and actions of all its employees under this Agreement and any liability that may attach thereto. 11. Ownership of Documents. All drawings, plans, specifications, and other related documents prepared by Contractor under this Agreement are and shall be the property of City, and may be subject to disclosure pursuant to chapter 42.56 RCW, or other applicable public record laws. 12.Records. The City or State Auditor or any of their representatives shall have full access to and the right to examine during normal business hours all of Contractor's records with respect to all matters covered in this Agreement. Such representatives shall be permitted to audit, examine, make excerpts or transcripts from such records, and to make audits of all contracts, invoices, materials, payrolls, and record of matters covered by this Agreement for a period of three years from the date final payment is made hereunder. 13. Warranty. Unless provided otherwise in the Contract Documents, Contractor warrants that all Work and materials performed or installed under this Agreement are free from defect or failure for a period of one year following final acceptance by City, unless a supplier or manufacturer has a warranty for a greater period, which warranty shall be assigned or transferred to City. In the event a defect or failure occurs in work or materials, Contractor shall, within the warranty period, remedy the same at no cost or expense to City. This warranty provision shall not be construed to establish a period of limitation with respect to Contractor's other obligations under this Agreement. 14. Contractor to Be Licensed and Bonded. Contractor shall be duly licensed,registered,and bonded by the State of Washington at all times this Agreement is in effect. 15. Contractor to Provide Performance and Payment Bonds. Contractor shall provide a payment bond and a performance bond in the full amount of the Agreement on the City's bond forms. Alternatively, Contractor may elect to have the City retain 50% of the Agreement amount in lieu of providing the City with a payment bond and a performance bond,pursuant to RCW 39.08.010(3). Construction Agreement Page 3 of 7 16.Insurance. Contractor shall procure and maintain for the duration of the Agreement insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by Contractor, its agents,representatives, or employees. A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types described below: 1. Automobile liability insurance covering all owned, non-owned, hired, and leased vehicles. Coverage shall be written on Insurance Services Office(ISO)form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary,the policy shall be endorsed to provide contractual liability coverage. 2. Commercial general liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, stop gap liability, personal injury, advertising injury, and liability assumed under an insured contract. The commercial general liability insurance shall be endorsed to provide a per project aggregate limit using ISO form CG 25 03 05 09 or an equivalent endorsement. There shall be no endorsement or modification of the commercial general liability insurance for liability arising from explosion, collapse, or underground property damage. City shall be named as an additional insured under Contractor's commercial general liability insurance policy with respect to the work performed for City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured-Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. 3. Workers' compensation coverage as required by the industrial insurance laws of the State of Washington. B. Minimum Amounts of Insurance. Contractor shall maintain the following insurance limits: 1.Automobile liability insurance with a minimum combined single limit for bodily injury and property damage of no less than $1,000,000 per accident. 2. Commercial general liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate, and no less than a$2,000,000 products-completed operations aggregate limit. C. Other Insurance Provisions. The insurance policies are to contain, or be endorsed to contain, the following provisions for automobile liability and commercial general liability insurance: 1. Contractor's insurance coverage shall be primary insurance with respect to City. Any insurance, self-insurance, or insurance pool coverage maintained by City shall be excess of Contractor's insurance and shall not contribute with it. 2.Contractor shall fax or send electronically in.pdf format a copy of insurer's cancellation notice within two business days of receipt by Contractor. 3. If Contractor maintains higher insurance limits than the minimums shown above, City shall be insured for the full available limits of commercial general and excess or umbrella liability maintained by Contractor, irrespective of whether such limits maintained by Contractor are greater than those required by this Agreement or whether any certificate of insurance furnished to the City evidences limits of liability lower than those maintained by Construction Agreement Page 4 of 7 Contractor. 4.Failure on the part of Contractor to maintain the insurance as required shall constitute a material breach of this Agreement, upon which the City may, after giving at least five business days' notice to Contractor to correct the breach, immediately terminate the Agreement, or at its sole discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to City on demand, or at the sole discretion of the City, offset against funds due Contractor from the City. D.Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.Best rating of not less than A:VII. E. Evidence of Coverage. As evidence of the insurance coverages required by this Agreement, Contractor shall furnish acceptable insurance certificates to City at the time Contractor returns the signed Agreement,which shall be Exhibit C. The certificate shall specify all of the parties who are additional insureds, and shall include applicable policy endorsements, and the deduction or retention level. Insuring companies or entities are subject to City acceptance. If requested, complete copies of insurance policies shall be provided to City. Contractor shall be financially responsible for all pertinent deductibles, self-insured retentions, and/or self-insurance. F. Subcontractor Insurance. Contractor shall cause each and every subcontractor to provide insurance coverage that complies with all applicable requirements of the Contractor-provided insurance as set forth herein, except Contractor shall have sole responsibility for determining the limits of coverage to be required to be obtained by subcontractors. Contractor shall ensure that the City is an additional insured on each and every subcontractor's commercial general liability insurance policy using an endorsement at least as broad as ISO additional insured endorsement CG 20 38 04 13. 17. Indemnification and Hold Harmless. Contractor shall, at its sole expense, defend, indemnify, and hold harmless City and its officers,agents,and employees,from any and all claims, actions, suits,liability, loss,costs,attorney's fees and costs of litigation,expenses, injuries,and damages of any nature whatsoever relating to or arising out of the wrongful or negligent acts,errors, or omissions in the services provided by Contractor, Contractor's agents, subcontractors, subconsultants, and employees to the fullest extent permitted by law, subject only to the limitations provided below. Contractor's duty to defend, indemnify, and hold City harmless shall not apply to liability for damages arising out of such services caused by or resulting from the sole negligence of City or City's agents or employees. Contractor's duty to defend, indemnify, and hold City harmless against liability for damages arising out of such services caused by the concurrent negligence of (a) City or City's agents or employees, and (b) Contractor, Contractor's agents, subcontractors, subconsultants, and employees shall apply only to the extent of the negligence of Contractor,Contractor's agents,subcontractors,subconsultants,and employees. Contractor's duty to defend, indemnify, and hold City harmless shall include, as to all claims, demands, losses, and liability to which it applies, City's personnel-related costs, reasonable attorneys' fees, and the reasonable value of any services rendered by the office of the City Attorney,outside consultant costs,court costs,fees for collection,and all other claim-related expenses. Construction Agreement Page 5 of 7 Contractor specifically and expressly waives any immunity that may be granted it under the Washington State Industrial Insurance Act, Title 51 RCW. These indemnification obligations shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable to or for any third party under workers' compensation acts, disability benefit acts, or other employee benefits acts. Provided,that Contractor's waiver of immunity by the provisions of this paragraph extends only to claims against Contractor by City, and does not include, or extend to, any claims by Contractor's employees directly against Contractor. Contractor hereby certifies that this indemnification provision was mutually negotiated. 18.Waiver. No officer,employee,agent,or other individual acting on behalf of either party has the power, right,or authority to waive any of the conditions or provisions of this Agreement. No waiver in one instance shall be held to be waiver of any other subsequent breach or nonperformance. All remedies afforded in this Agreement or by law shall be taken and construed as cumulative and in addition to every other remedy provided herein or by law. Failure of either party to enforce at any time any of the provisions of this Agreement or to require at any time performance by the other party of any provision hereof shall in no way be construed to be a waiver of such provisions nor shall it affect the validity of this Agreement or any part thereof. 19. Assignment and Delegation. Neither party shall assign, transfer, or delegate any or all of the responsibilities of this Agreement or the benefits received hereunder without first obtaining the written consent of the other party. 20. Confidentiality. Contractor may, from time-to-time, receive information which is deemed by City to be confidential. Contractor shall not disclose such information without the prior express written consent of City or upon order of a Court of competent jurisdiction. 21. Disputes. All disputes arising under or related to this Agreement that cannot be resolved through informal discussion and negotiations shall be resolved by litigation filed in the Superior Court of the State of Washington for Spokane County, unless otherwise required by applicable federal or state law. 22. Subcontractor Responsibility. As required by RCW 39.06.020, Contractor shall verify responsibility criteria for each first tier subcontractor and its subcontractors of any tier that hires other subcontractors shall verify responsibility criteria for each of its subcontractors. Verification shall include that each subcontractor, at the time of subcontract execution, meets the responsibility criteria listed in RCW 39.04.350(1) and possesses an electrical contractor license, if required by chapter 19.28 RCW, or an elevator contractor license if required by chapter 70.87 RCW. This verification requirement shall be included in every subcontract of every tier. 23. Jurisdiction and Venue. This Agreement is entered into in Spokane County, Washington. Venue shall be in Spokane County, State of Washington. 24.Entire Agreement. This Agreement constitutes the entire and complete agreement between the parties and supercedes any prior oral or written agreements. This Agreement may not be changed, modified, or altered except in writing signed by the Parties. 25.Anti-kickback. No officer or employee of City,having the power or duty to perform an official act or action related to this Agreement, shall have or acquire any interest in this Agreement, or have solicited, accepted,or granted a present or future gift,favor, service,or other thing of value from any person with an interest in this Agreement. Construction Agreement Page 6 of 7 26. Business Registration. Prior to commencement of Work under this Agreement, Contractor shall register with the City as a business if it has not already done so. 27. Severability. If any section, sentence,clause,or phrase of this Agreement should be held to be invalid for any reason by a court of competent jurisdiction, such invalidity shall not affect the validity of any other section, sentence, clause,or phrase of this Agreement. 28. Exhibits. Exhibits attached and incorporated into this Agreement are: A. Scope of Work and Cost Statement C. Insurance Endorsements 3. PAY 1 nw-► 46- BD '-'1D - z s '� he Parties have executed this Agreement this `J day of November, 2016. CITY OF SPOKANE VALLEY: Contractor: ai Are 1, �houn CityManager B Ma :g y Its: Authorized Representative ATTES . 13)4:4in Christine Bainbridge, City Clerk APPROVED AS TO FORM: A Office;j the City"Forney Construction Agreement Page 7 of 7 Sjölt dio Valley® PART 3 BID RESPONSE DOCUMENTS OLD JAIL REMODEL PROJECT POLICE PRECINCT 12710 E. Sprague Avenue July 20, 2016 City of Spokane Valley, Washington Parks and Recreation Department 2426 N. Discovery Place Spokane Valley, WA 99216 Prepared By: Z B A ARCHITECTURE ZBA Architecture, P.S. 421 W. Riverside, Suite 860 Spokane, WA 99201 (509) 456-8236 OLD JAIL REMODEL PROJECT- POLICE PRECINCT CITY OF SPOKANE VALLEY PARKS AND RECREATION DEPARTMENT PART 3 - BID RESPONSE DOCUMENTS BID PROPOSAL PROJECT TITLE: Old Jail remodel Project — Police Precinct NAME OF FIRM SUBMITTING BID: Dardan Enterprises Inc. Each bid shall constitute an offer to the City of Spokane Valley as outlined herein and no bidder may withdraw his bid after the hour set for the bid closing except under the conditions explained in the Information to Bidders Section. RECEIPT OF ADDENDA: Bidder acknowledges receipt of the following addenda: Addendum No. Date Addendum No. Date email memn 10/2018 Mike Stone REJECTION: The City reserves the right to reject any or all proposals, portions or parts thereof and to waive all minor irregularities in bidding. Special attention will be directed to the qualifications of the bidders when considering awarding a contract. TIME TO COMPLETE: The work related to the "Old Jail Remodel Project — Police Precinct" will be Substantially Completed by September 23, 2016. BID IS NOT ELIGIBLE FOR CONTRACTOR'S BOND ELECTION to withhold 50% retainage in lieu of furnishing a Contractor's Bond (Performance and Payment Bond). SUBCONTRACTORS LIST: Not required unless Bid is over $1 million. SUBMITTAL: The "Bid Response Documents" Section constitutes the Bid Proposal when completed and submitted. Please do not submit the entire Invitation to Bid manual. FREIGHT: Bid price(s) to include all freight costs to the job site. Darin Meeks D Person/Entity Name: Signature Of Bidder: Part 3 - Bid Response Documents Page II OLD JAIL REMODEL PROJECT- POLICE PRECINCT CITY OF SPOKANE VALLEY PARKS AND RECREATION DEPARTMENT BASE BID - Old Jail Remodel Project - Police Precinct: As identified in the Construction Documents plans and details. 1. Demolition, layout, and installation of new ceiling with new lighting and existing HVAC and Fire Sprinkler extensions. BASE BID= $ 36,700.00 8.7% SALES TAX = $ 3,193.00 TOTAL BASE BID= $ 39,893.00 ALTERNATE #1 — Carpet Flooring and Rubber Base Replacement: As identified in the Construction Documents plans and details. 1. Remove existing rubber base and supply/install carpet tile and new rubber base, as indicated in the contract documents. ADDITIVE ALTERNATE #1 = $ 8,937.00 8.7% SALES TAX = $ 778.00 TOTAL ALTERNATE #1= $ 9,715.00 ALTERNATE #2 — LED Light Fixture Alternative As identified in the Construction Documents plans and details. 1. Substitute the alternate LED lighting fixture for the T8 fixture identified in the 9 9 Base Bid. Include any and all costs/credits associated with installation. ADDITIVE ALTERNATE #2 = $ 1,540.00 8.7% SALES TAX = $ 134.00 TOTAL ALTERNATE #2= $ 1,674.00 BID SUMMARY TOTAL BASE BID= $ 39,893.00 TOTAL ALTERNATE #1 = $ 9,715.00 TOTAL ALTERNATE #2 = $ 1,674.00 GRAND TOTAL = $ 51,282.00 Person/Entity Name: Darin Meeks Signature Of Bidder: PaA Part 3 - Bid Response Documents Page III OLD JAIL REMODEL PROJECT- POLICE PRECINCT CITY OF SPOKANE VALLEY PARKS AND RECREATION DEPARTMENT REPRESENTATIONS AND CERTIFICATIONS ANTI-KICKBACK No officer or employee of the City of Spokane Valley, having the power or duty to perform an official act or action related to this submittal, shall have or acquire any interest in this submittal, or have solicited, accepted or granted a present or future gift, favor, service, or other thing of value from or to any person involved in this submittal. REPRESENTATION: In submitting this bid we represent that the bid documents have been read and understood, that the site has been visited and or that we have familiarized ourselves with the local conditions under which the work is to be performed, that by signature of this proposal we acknowledge all requirements and that we have signed all certificates contained herein. REPRESENTATION: In submitting this bid we acknowledge the requirements and conditions applicable to bid deposits in the form of a cash bid deposit or surety bond bid deposit. I CERTIFY that no final determination of violation of RCW 50.12.070(1)(b), 50.16.070(1)(b), or 82.32.070(1)(b) has been made by the Washington State Departments of Employment Security, Labor And Industries or Revenue respectively dated within two years of the date of the opening of this bid. I understand further that no bid may be submitted, considered or contract awarded for a public work to any person or entity that has a determination of violation of the above referenced statutes within two years from the date that a violation is finally determined and the date of this bid opening. I CERTIFY that to the best of my knowledge the information contained in this proposal is accurate and complete and that I have the legal authority to commit this Firm to a contractual agreement. I realize the final funding for any service is based upon budget levels and the approval of the City of Spokane Valley. Name: Darin Meeks Dardan Enterprises Inc. Person/Entity submitting bid (print) Signature: Z7a44 v7 Title: PM/SEC Date: 10/24/16 Part 3 - Bid Response Documents Page IV OLD JAIL REMODEL PROJECT- POLICE PRECINCT CITY OF SPOKANE VALLEY PARKS AND RECREATION DEPARTMENT BIDDER'S ADMINISTRATIVE INFORMATION 1. PERSON/ENTITY a. Name as registered with the State Of Washington: Dardan Enterprises, Inc. b. Physical Address: 23567 W Hwy 53 Post Falls, ID 83854 c. Mailing Address including zip code: 23567 W Hwy 53 Post Falls, ID 83854 d. Remit To Address including zip code: 23567 W Hwy 53 Post Falls, ID 83854 e. Telephone number including area code: 208-773-5418 f. Fax number including area code: 208-773-8038 g. E-mail address for business correspondence: darin@dardaninc.com h. Washington State Contractors License Number: DARDAEI969LB i. Federal Tax Identification Number: 20-0775559 j. Washington State UBI Number: 602 370 820 k. State Industrial Account Identification Number: 074,961-00 2. INSURANCE COMPANY: a. Name of company: inland Insurance, Inc. b. Mailing Address including zip code: 9016 E Indiana, Suite A Spokane Valley, WA 99212 c. Insurance Agent Name: John Green d. Insurance Agent Telephone number including area code: 509-456-2648 e. Insurance Agent Fax number including area code: 509-456-3432 3. BONDING COMPANY: a. Surety Name: Developers Surety & Indemnity Co b. Surety Mailing Address including zip code: 9750 3rd Ave NE Suite 305 c. Bonding Agent Name: John Green d. Bonding Agent Mailing Address including zip code: 9016 E Indiana, Suite A Spokane Valley, WA 99212 e. Bonding Agent Telephone number including area code: 509-456-2648 f. Bonding Agent Fax number including area code: 509-456-3432 Part 3 - Bid Response Documents Page V 11/22/2016 DARDAN ENTERPRISES INC 'Tome Espanol Contact Search L&I A-Z Index I leip My 1.aI Safety&Health Claims&Insurance Workplace Rights Trades&Licensing Washington State Department of Labor & Industries DARDAN ENTERPRISES INC Owner or tradesperson 23567 W HWY 53 POST FALLS, ID 83854 Principals 509-280-6060 STEWART, DANIEL,PRESIDENT MEEKS, DARIN,SECRETARY Doing business as DARDAN ENTERPRISES INC WA UBI No. Business type 602 370 820 Corporation Governing persons DANIEL STEWART DARIN MEEKS; License Verify the contractor's active registration/license/certification(depending on trade)and any past violations. Construction Contractor Active. Meets current requirements. License specialties GENERAL License no. DARDAEI969LB Effective—expiration 06/01/2004—06/01/2018 Bond ................. DEVELOPERS SURETY&INDEM CO $12,000.00 Bond account no. 360822C Received by L&I Effective date 05/20/2009 05/24/2009 Expiration date Until Canceled Insurance Alaska National Insurance Co $1,000,000.00 Policy no. 16G PS 32037 Received by L&I Effective date 06/15/2016 07/01/2016 Expiration date 07/01/2017 Insurance history Savings No savings accounts during the previous 6 year period. Help us improve https://secure.Ini.wa.gov/verify/Detail.aspx?UBI=602370820&LIC=DARDAEI969LB&SAW=False 1/2 11/22/2016 DARDAN ENTERPRISES INC Lawsuits against the bond or savings No lawsuits against the bond or savings accounts during the previous 6 year period. L&I Tax debts ......................................... No L&I tax debts are recorded for this contractor license during the previous 6 year period,but some debts may be recorded by other agencies. License Violations .......................................................... No license violations during the previous 6 year period. Workers' comp Do you know if the business has employees?If so,verify the business is up-to-date on workers'comp premiums. L&I Account ID Account is current. 074,961-00 Doing business as DARDAN ENTERPRISES INC Estimated workers reported Quarter 3 of Year 2016"1 to 3 Workers" L&I account representative TO/JAMES VEST(360)902-4715-Email:VESJ235@lni.wa.gov Workplace safety and health Check for any past safety and health violations found on jobsites this business was responsible for. ©Washington State Dept.of Labor&Industries.Use of this site is subject to the laws of the state of Washington. Help us improve https://secure.lni.wa.gov/verify/Detai I.aspx?U BI=602370820&LIC=DARDAEI969LB&SAW=False 2/2 ^p DARDA-1 OP ID:TS A!'_,.........141 7 DATE(MM/DD/YYYY) � RL CERTIFICATE OF LIABILITY INSURANCE 11/28/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND.CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. 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). PRODUCER CONTACT NAME: Dani Johnson Inland Insurance Inc. PHONE509-456-2648 jn/c,No):509-456-3432 9016E Indiana Ave.,Suite A (AIC,No.Ext): Spokane Valley,WA 99212 E-MAIL dani.johnson@inlandins.com John L Green ADDRESS: L% INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Alaska National Ins Co 38733 INSURED Dardan Enterprises,Inc. INSURER B:Idaho State Insurance Fund 23567 W Highway 53 INSURER C: Post Falls,ID 83854 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO THAT THE POLICIES OF INSURANCE LISTED BELOPE INDCATED.CERTIFY NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACHAVE BEEN ISSUED TTOR OTHER DOCUMENT WI HTHE INSURED NAMEDERESPECT TOFOR THELICY WHICHTIHIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ADDL SUER POLICY EFF POLICY EXP TLIMITS SR TYPE OF INSURANCE INSD D POLICY NUMBER (MM/DD/YYYY) (MM/DDIYYYY) 1,000,000 TR MDA X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 07/01/2016 07/01/2017 DAMAGE TO RENTED $ 100,000 CLAIMS-MADE X OCCUR X X 16G PS 32037 PREMISES(Ea occunence) $1,000 PD Ded MED EXP(Any one person) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GE 'L AGGREGATE LIMIT APPLIES PER: 2, 000,000 PRO-CT L I LOC PRODUCTS-COMP/OP AGG $ POLICY X - -$ OTHER: COMBINED SINGLE LIMIT $ 1,000,000 AUTOMOBILE LIABILITY (Ea accident) A X ANY AUTO X X 16G AS 32037 07/01/2016 07/01/2017 BODILY INJURY(Per person) $ X ALL OWNED ( SCHEDULED BODILY INJURY(Per accident) $ AUTOS NON-OWNED PROPERTY DAMAGE $ X HIRED AUTOS X AUTOS (Per accident) $ X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 4,000,000 A EXCESS LIAB CLAIMS-MADE 16G LU 32037 07/01/2016 07/01/2017 AGGREGATE $ 4,000,000 - DED X RETENTION$ 10,000 $ WORKERS COMPENSATION X STATUTE OTH- ER AND EMPLOYERS'LIABILITY Y/N B ANY PROPRIETOR/PARTNER/EXECUTIVE 634685 01/01/2016 01/01/2017 E.L. ,000,000 L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A 1,000,000 (Mandatory in NH) IDAHO WORK COMP E.L.DISEASE-EA EMPLOYEE $ If yes,describe under E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS below A Installation Fltr 16G IA 32037 07/01/2016 07/01/2017 All Risk 1,000,000 A L/R/H Equip 16G IA 32037 07/01/2016 07/01/2017 LRH Equip 250,000 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space is required) Project:Old Jail Remodel-Police Precinct The City of Spokane Valley is additional insured with respect to general liabilityitcontract IAutomobilepliabilioperations and WOS apply.See forms attacheder. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE. WILL BE DELIVERED IN City of Spokane Valley ACCORDANCE WITH THE POLICY PROVISIONS. Parks and Recreation Dept. 2426 N Discovery Place AUTHORIZED REPRESENTATIVE Spokane Valley,WA 99216 �j I I��—DC ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD 1111, Alaska N onaI INSURANCE COMPANY ADDITIONAL INSURED (CONTRACTORS) • AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU • THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. Who is An insured (Section H) is amended to ii. supervisory, inspection, or engineering include as an insured any person or organization services. (herein referred to as an additional insured), but only if you are required to add that person or c. The insurance provided to the additional organization as an insured to this policy by a insured, referred to in paragraph 1. of this written contract that is in effect prior to the'bodily endorsement,does not cover"bodily injury or injury', "property damage', or "personal and "property damage' caused by your negligent advertising injury'. acts and omissions In the performance of "your work" that occurs within the "products- 2. The insurance provided to the additional insured completed operations hazard," unless the is limited as follows: written contract, referred to in paragraph 1.of this endorsement, contains a speciific a. That person or organization is only an requirement that, you procure completed additional insured if, and only to the extent operations coverage or coverage within the that, the injury or damage Is caused by "products-completed operations hazard" for negligent acts or omissions of you or your the additional insured. However, even if subcontractor in the performance of "your coverage within the "products-completed work" to which the written contract applies. operations hazard" is required by the written The person or organization does not qualify contract, such coverage is available to the as an additional insured with respect to injury additional Insured only if the "bodily injury"or or damage caused in whole or in part by "property damage" occurs prior to the end of independent negligent acts or omissions of the time period during which you are required such person or organization. by the written contract to provide such coverage or the expiration date of the policy, b. The insurance provided to the additional whichever comes first. Insured does not apply to "bodily injury, 'property damage', or "personal and 3. If other valid and collectible insurance,whether on advertising injury'arising out of an architect's, a primary, excess, contingent or any other basis, engineer's, or surveyor's rendering of or is available to the additional insured for a loss we failure to render any professional services cover under this endorsement, then the insurance including: provided by this endorsement is excess over that other insurance. However, the insurance provided I the preparing, approving, or failing to by this endorsement will be primary to other prepare or approve maps, drawings, insurance on which the additional insured is a opinions,reports,surveys,change orders, named insured for the covered loss, if the written design or specifications;and contract, referred to in paragraph 1. of this ANIC GL 1061 03 08 Producer Copy Page 1 of 2 iarAlaska Na .. INSURANCE COMPA endorsement,contains a specific requirement that this insurance be primary or primary and non- contributory. In that case we will not share with ,that other insurance on a pro-rata or other basis. If the other insurance available to the additional Insured,whether on a primary, excess,contingent or any other basis, is coverage for which it has been named as an additional insured, then the coverage provided by this endorsement is excess over that other insurance. This endorsement changes the'policy to which it is attached and, unless otherwise stated, is effective on the date Issued at 12:01 A.M.standard time at your mailing address shown in the policy. The information below is required only when this endorsement is issued subsequent to commencement of the policy. Endorsement Effective Policy No. Insured Endorsement No. 11 Countersigned By ANIC GL 1061 03 08 Producer Copy Page 2 of 2 12/2/2016 DARDAN ENTERPRISES INC Search L&I 14 Aillikk Washington State Department of 16,4 Labor & Industries DARDAN ENTERPRISES INC Owner or tradesperson 23567 W HWY 53 POST FALLS, ID 83854 Principals 509-280-6060 STEWART, DANIEL, PRESIDENT MEEKS, DARIN,SECRETARY Doing business as DARDAN ENTERPRISES INC WA UBI No. Business type 602 370 820 Corporation Governing persons DANIEL STEWART DARIN MEEKS; License Verify the contractor's active registration/license/certification(depending on trade)and any past violations. Construction Contractor Active. Meets current requirements. License specialties GENERAL License no. DARDAEI969LB Effective—expiration 06/01/2004—06/01/2018 Bond DEVELOPERS SURETY&INDEM CO $12,000.00 Bond account no. 360822C Received by L&I Effective date 05/20/2009 05/24/2009 Expiration date Until Canceled Insurance Alaska National Insurance Co $1,000,000.00 Policy no. 16G PS 32037 Received by L&I Effective date 06/15/2016 07/01/2016 Expiration date 07/01/2017 Insurance history Savings No savings accounts during the previous 6 year period. https://secure.lni.wa.gov/verify/Detai I.aspx?U B1=602370820&LIC=DARDAEI969LB&SAW=False 1/2 12/2/2016 DARDAN ENTERPRISES INC Lawsuits against the bond or savings No lawsuits against the bond or savings accounts during the previous 6 year period. L&I Tax debts No L&I tax debts are recorded for this contractor license during the previous 6 year period,but some debts may be recorded by other agencies. License Violations No license violations during the previous 6 year period. Workers' comp Do you know if the business has employees?If so,verify the business is up-to-date on workers'comp premiums. L&I Account ID Account is current. 074,961-00 Doing business as DARDAN ENTERPRISES INC Estimated workers reported Quarter 3 of Year 2016"1 to 3 Workers" L&I account representative TO/JAMES VEST(360)902-4715-Email:VESJ235@lni.wa.gov Workplace safety and health Check for any past safety and health violations found on jobsites this business was responsible for. (c,washingtoo State Dept.of L.abor d Incustries.Use of this site is subject to the 6=Ws of the state of Washingior. • https://secure.lni.wa.gov/verify/Detai I.aspx?U B1=602370820&LIC=DARDAEI969LB&SAW=False 2/2 CITY k I,I BOND NO: 382505P CONTRACTOR'S PAYMENT BOND(NON-FEDERALLY FUNDED PROJECT) to City of Spokane Valley,Washington The City of Spokane Valley,Washington, in Spokane County, has awarded to Dardan Enterprises.Inc. (Contractor),as Principal,a contract for the construction of the project designated as Police Precinct Old Jail Remodel Project,Project No. 16-173.00 in Spokane Valley,Washington,and said Principal is required under the terms of the Contract to furnish a payment bond in accordance with chapter 39.08 Revised Code of Washington(RCW). The Principal, and Developers Surety and Indemnity Company (Surety), a corporation organized under the laws Iowa and licensed to do business in the State of Washington as surety and named in the current list of"Surety Companies Acceptable in Federal Bonds"as published in the Federal Register by the Audit Staff Bureau of Accounts,U.S.Treasury Dept.,are jointly and severally held and firmly bound to the City of Spokane Valley, as Obligee,in the sum of$39,892.90 total Contract amount (including Washington State sales tax), subject to the provisions herein. This payment bond shall become null and void,if and when the Principal,its heirs,executors,administrators,successors,or assigns shall pay all persons in accordance with chapters 39.08 and 39.12 RCW,including all workers,laborers,mechanics, subcontractors,and materialmen,and all persons who shall supply such contractor or subcontractor with provisions and supplies for the carrying on of such work; and shall indemnify and hold harmless the Obligee from all loss, cost or damage which Obligee may suffer by reason of the failure of Principal to make such required payments;and if such payment obligations have not been fulfilled,this bond shall remain in full force and effect. The Surety for value received agrees that no change,extension of time,alteration or addition to the terms of the Contract,the specifications accompanying the Contract, or to the work to be performed under the Contract shall in any way affect its obligation on this bond,except as provided herein,and waives notice of any change,extension of time,alteration or addition to the terms of the Contract or the work performed.The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond may be executed in two original counterparts,and shall be signed by the parties'duly authorized officers.This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalf of the surety. PRINCIP' , 7r OR)D. da nterprises, Inc. SURETYDevelopers Surety and Indemnity Company r t UttAjn, 1 - 11. 2olk Princ' .1 Signature Date Surety Signature Date Darrin Meeks Gharla M. Boadle Printed Name Printed Name Secretary Attorney-In-Fact Title Title Name,address,and telephone of local office/agent of Surety Company is: Updated 1.14.2013 t '-w POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO Box 19725,IRVINE,CA 92623 (949)263-3300 KNOW ALL BY THESE PRESENTS that except as expressly limited,DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,do each hereby make,constitute and appoint . ***Charla M.Boadle,Penny Silvey,John L.Green,Jim Dinneen,LouAnn Jensen,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 suretyship 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 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 Boards of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,effective as of January 1st,2008. RESOLVED,that a combination of any two of the Chairman of the Board,the President,Executive Vice-President,Senior Vice-President or any Vice President of the corporations be,and that each of them hereby is,authorized to execute this Power of Attorney,qualifying the attomey(s)named in the Power of Attorney to execute,on behalf of the corporations,bonds,undertakings and contracts of suretyship;and that the Secretary or any Assistant Secretary of either 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 affaed 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 officers and attested by their respective Secretary or Assistant Secretary this 18th day of April,2016. gy; c ' ✓ad.i,c4;th4o4off.DarnelYoung,SemonVice President 'BGG PPoygT ' tit Le�7 � d 10 n u? OCT.5 O > 1938 C C 1867 Y [ r� B Mark Landon,Vice-President ���0 /* 1� Z �q/*A���� 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 April 18,2016 before me, Lucille Raymond,Notary Public Date Here Insert Name and Title of the Officer personally appeared Daniel Young and Mark Lansdon 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/hey 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 LUCILLE RAYMOND which the person(s)acted,executed the instrument. J, '�_ Commission#2001915 1` )11� Notary Public-California I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is Z 1#1 Orange County true and correct. - _`= Naz Comm.Exeires Oct 13`2018 WITNESS my hand and official seal. Place Notary Seal Above Signature Lucill ond,Notary Public CERTIFICATE The undersigned,as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY or 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 I 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,this 28th day of November 2016 . S`t AND/p� Gg,,4ANYpc, sr spo c0 jaytr_ `A. .7).. , Co By: ck_ W < z�` oriT,5 ^ B : Cassie J. nisford,Assistant Se tory 10 c� 1938 g0 0) 1961 32 X700 /out` *44 '9rOA��Pa ID-1380(Rev.04/16) * * Spokane 0u11 y. BOND NO: 382505P CONTRACTOR'S PERFORMANCE BOND to City of Spokane Valley,Washington The City of Spokane Valley,Washington,in Spokane County,has awarded to Dardan Enterprises,Inc.(Contractor),as Principal, a contract for the construction of the project designated as Police Precinct Old Jail Remodel Project,Project No. 16-173.00 in Spokane Valley, Washington, and said Principal is required under the terms of the Contract to furnish a performance bond in accordance with chapter 39.08 Revised Code of Washington(ROW). The Principal, and Developers Surety and Indemnity Company (Surety), a corporation, organized under the laws of Iowa and licensed to do business in the State of Washington as surety and named in the current list of"Surety Companies Acceptable in Federal Bonds"as published in the Federal Register by the Audit Staff Bureau of Accounts,U.S.Treasury Dept.,are jointly and severally held and firmly bound to the City of Spokane Valley,as Obligee,in the sum of$39,892.90---- total Contract amount(including Washington State sales tax),subject to the provisions herein. This performance bond shall become null and void,if and when the Principal,its heirs,executors,administrators,successors,or assigns shall well and faithfully perform all of the Principal's obligations under the Contract and fulfill all the terms and conditions of all duly authorized modifications,additions, and changes to said Contract that may hereafter be made,at the time and in the manner therein specified;shall warranty the work as provided in the Contract and shall indemnify and hold harmless the Obligee from any defects in the workmanship and materials incorporated into the work for the period identified in the Contract;and if such performance obligations have not been fulfilled,this bond shall remain in full force and effect. The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the Contract, the specifications accompanying the Contract,or to the work to be performed under the Contract shall in any way affect its obligation on this bond,and waives notice of any change,extension of time,alteration or addition to the terms of the Contract or the work performed.The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond may be executed in two original counterparts,and shall be signed by the parties'duly authorized officers.This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalf of the surety. ' ' k. _r 1 ( 9 T• • r?IR sardan Enterprises,Inc. TY Developers Surety and Indemnity Company kithtLdrn //46n.goile P cipal ignature Date Surety Signature Date Darin Meeks Charla M.Boadle Printed Name Printed Name Secretary Attorney-In-Fact Title Title Name,address,and telephone of local office/agent of Surety Company is: Updated 1.14.2013 prlo. POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO Box 19725,IRVINE,CA 92623 (949)263-3300 KNOW ALL BY THESE PRESENTS that except as expressly limited,DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,do each hereby make,constitute and appoint: ***Charla M.Boadle,Penny Silvey,John L.Green,Jim Dinneen,LouAnn Jensen,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 suretyship 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 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 Boards of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,effective as of January 1st,2008. RESOLVED,that a combination of any two of the Chairman of the Board,the President,Executive Vice-President,Senior Vice-President or any Vice President of the corporations be,and that each of them hereby is,authorized to execute this Power of Attorney,qualifying the attorney(s)named in the Power of Attorney to execute,on behalf of the corporations,bonds,undertakings and contracts of suretyship;and that the Secretary or any Assistant Secretary of either 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 officers and attested by their respective Secretary or Assistant Secretary this 18th day of April,2016. (—Fp � ��V AND/p� GO�,PANY By: OA. Daniel Young,Senior Vice-President C co oovowr�y A OO 4,>.�,� c ? OCT. < 2 OCT.5 o "^ G 0j 1858 10 O O 1967 32 By: Mark Lansdon,Vice President` .t�0 * *Y 4LlFo NN- — 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 April 18,2016 before me, Lucille Raymond,Notary Public Date Here Insert Name and Title of the Officer personally appeared Daniel Young and Mark Lansdon 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 �_.. LUCILLE RAYMOND which the person(s)acted,executed the instrument. L": Commission 1P 2081945 V.:, 1. Notary Public-California I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is z 49 Orange County true and correct. M Comm. res Oct 13 2018 �—— ———— Y——— —— -t-- WITNESS my hand and official seal. Place Notary Seal Above Signature Lucill y ond,Notary Public CERTIFICATE The undersigned,as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY or 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,this 28th day of November 2016 . sv AND/No &FANyO,� yOPpRPor g, _�C3`p,POggr 0 W r OCT. st 1 n r OCT.5 ��O By: Cassie J. nisford,Assistant Se tary $� 1 8 5 s o 1967 't 2 70 /ova+ a 2 "9t/FOAA• ID-1380(Rev.04/16)