Loading...
03-017 Bay Construction - Portal & Wilson Park impr.b~ ~ ~' ~ ~~ CONTRACT FO][~ PUBLIC WORKS This CONTRACT made on ~'" ~~7. ~ 3 ~ a ~' L ~ by the CITY OF CUPERTINO, a municipal corporation of the State of California, hereinafter called CITY, and Bay Construction Company hereinafter called CONTRACTOR. IT IS HEREBY AGREED by CITY and CONTRACTOR as follows: 1. THE CONTRACT DOCUMENTS. The complete contract consists of the following contract documents: a. Notice to Contractors, Proposal, Time of Completion, Estimated Quantities, Noncollusion Affidavit, Bidder Qualification Form, Subco~itractors Form and Signature Form. b. Standard Specifications, General Provisions ;end Special Provisions. c. Plans and Specifications for PORTAL PARK. & WILSON PARK IMPROVEMENTS, PROJECT N0.2002-9119 d. Faithful Performance Bond and Materials Bond. e. Insurance Agreement, Certificate of Insurance, Endorsement of Primary Insurance, Additional Insured Endorsement, Endorsement of Aggregate Limits of Insurance per Project, Waiver of Subrogation Endorsement Worker's. Compensation Insurance and Notice of Policy Cancellation Endorsement. f. This Contract for Public Works. All of the above documents are intended to cooperate so that any work called for in one and not mentioned in the other, or vice versa, is to be executed the same as if mentioned in all of said documents. The documents comprising the complete contract are sometimes hereinafter referred to as the Contract Documents. In case of conflict t~etween the Plans and the Specifications on the one hand, and this Contract on the other, the Plans anal Specifications shall prevail. 2. THE WORK. CONTRACTOR agrees to furnish all of the tools, equipment, apparatus, facilities, labor, transportation and materials necessary to perform and complete in a good and working order, the work of slurry sealing v;u7ous streets, as called for, and in the manner designated in, and in strict conformity with, the Plans and Specifications prepared by the Engineer and adopted by CITY, which Plans and Specific;~tions are entitled, respectively, PORTAL PARK & WILSON PARK IMPROVEMENTS, PROJECT NO. 2002-9119and which Plans and Specifications are identified by the signatures of the parties to rhis Contract. It is understood and agreed that said tools, equipment, apparatus, facilities, labor, tr;insportation and materials shall be furnished, and that said work shall be performed and completed as required in said Plans and Specifications under the sole direction of CONTRACTOR, but subj~;ct to the inspection and approval of CITY, or its representative. Contract For Public Works Portal Park & Wilson Park Improvements Project No. 2002-9119 Page 1 of 6 CITY hereby designates as its representative for the purpose of this Contract the Engineer, Mr. Ralph A. Qualls, Jr. 3. CONTRACT PRICE. CITY agrees to pay, and CONTRACTOR agrees to accept, in full payment for the work above agreed to be done, th.e sum of $ 596,106.64 (Five Hundred Ninety Six Thousand, One Hundred Six Dollars and Sixty Four Cents) subject to additions and/or deductions as provided in the Contract Documents, per Exhibit A attached hereto. 4. DISPUTES PERTAINING TO PAYMENT' FOR WORK. Should any dispute arise respecting the true value of the work done, or any work omitted, or any extra work which CONTRACTOR may be required to do, or respecting the size of any payment to CONTRACTOR during the performance of this Contract, said dispute shall be determined either by reference to the Unit Prices bid, if applicable, or in accordance with agreement of prices, if applicable, or in accordance with the agreement of the parties, or in accordance with Section 6, paragraph "f' of the General Provisions. 5. PERMITS, COMPLIANCE WITH LAW. CONTRACTOR shall obtain and bear all expense for all necessary permits, licenses and a;asements for the construction of the project, give all necessary notices, pay all fees required by law, and comply with the laws, ordinances and regulations relating to the work and to the preservation of the public health and safety. 6. INSPECTION BY THE CITY. CONTRE~CTOR shall at all times maintain proper facilities and provide safe access for inspection by CITY to all parts of the work, and to the shops wherein the work is in preparation. Where the Specifications require work to be specially tested or approved, it shall not be tested or covered up vrithout timely notice to CITY of its readiness for inspection and without the approval thereof or consent thereto by CITY. Should any such work be covered up without such notice, approval, or consent, it must, if required by CITY, be uncovered for examination at CONTRACTOR'S expense. 7. EXTRA OR ADDITIONAL WORK AND CHANGES. Should CITY at any time during the progress of the work require any alterations, deviations, additions or omissions from the Plans and Specifications or the Contract Documents, CITY shall have the right to do so, and the same shall in no way affect or make void the Contract, but the cost or value thereof will be added to, or deducted from, the amount of the Contract pri~~e, as the case may be, by a fair and reasonable valuation, which shall be determined either by :reference to the Unit Prices bid, if applicable, the Standard Specifications, or in accordance with th.e agreement of the parties. No extra work shall be performed or change be made except by a writte:n order from CITY, duly authorized by resolution of the City Council, and by all agencies whose approval is required by law, stating that the extra work or change is authorized, and no claim for a;n addition to the Contract sum shall be valid unless so ordered. 8. CHANGES TO MEET ENVIRONMENT~'~L REQUIREMENTS. CITY shall have the right to make changes in this Contract during the course of construction to bring the completed improvements into compliance with environmental requirements or standards established by State and Federal statutes and regulations after the Contract has been awarded or entered into. Contract For Public Works Portal Pazk & Wilson Park Improvements Project No. 2002-9119 Page 2 of 6 CONTRACTOR shall be paid for such changers either by reference to the Unit Prices bid, if applicable, or in accordance with the agreement of the parties. 9. TERMINATION, AMENDMENT OR MODIFICATION. This Contract may be terminated, amended or modified, with the m~~tual consent of the parties. The compensation payable, if any, for such termination, amendment or modification, shall be determined either by reference to the Unit Price bid, if applicable, the Standard Specifications, or in accordance with the agreement of the parties. 10. TIME FOR COMPLETION. All work under this Contract shall be completed in accordance with the Time for Completion section in the Proposal and the Specifications of this project. If CONTRACTOR shall be delayed ire the work by the acts or neglect of CITY, or its employees, or those under it by contract or otherwise, or by changes ordered in the work, or by strikes, lockouts by others, fire, unusual delay in transportation, unavoidable casualties or any causes beyond CONTRACTOR'S control, or by delay authorized by CITY, or by any cause which CITY shall determine justifies the delay, then the time of completion shall be extended accordingly. This paragraph does not exclude the recovery ~~f damages for delay by either party under other provisions in the Contract Documents. 11. INSPECTION AND TESTING OF MATIE:RIALS. CONTRACTOR shall notify CITY a sufficient time in advance of the manufacture, production or testing of materials to be supplied under this Contract, in order that CITY may arr;~nge for mill, factory or laboratory inspection and testing of same. 12. TERMINATION FOR BREACH OR INSOLVENCY. If CONTRACTOR should be adjudged a bankrupt, or should make a general assignment for the benefit of creditors, or if a receiver should be appointed on account of insolvency, or if CONTRACTOR or any subcontractor should violate any of the provisions of the ~~ontract, CITY may serve written notice upon CONTRACTOR and CONTRACTOR'S surety of its intention to terminate the Contract. Such notice shall contain the reasons for CITY'S intention to terminate the Contract, and unless within ten (10) days after serving of such notice, such ~~iolation shall cease and satisfactory arrangements for corrections thereof be made, the Contract shz~ll, upon the expiration of said ten (10) days, cease and terminate. In the event of any such termination, CITY shall immediately serve notice thereof upon CONTRACTOR'S surety and CONTRACTOR, and the surety shall have the right to take over and perform the Contract; provided, however, that, if the surety within fifteen (15) days after the serving upon it of notice of termination does not give CITY written notice of its intention to take over and perform the Contract, or does not commence performance thereof within thirty (30) days from the date of the serving of such notice, CITY may take over the work and prosecute the same to completion by contract, or by any other method it may deem advisable, for the account and at the expense of CONTRACTOR, and CONTRACTOR AND CONTRACTOR'S surety shall be liable to CITY for any excess cost occasioned by CITY thereby, and in such event CITY may, without liability for so doing, take possession of, and utilize in completing the work, such materials, appliances, plant and other property belonging to CONTRACTOR as may be on the site of the work and necessary therefor. Contract For Public Works Portal Park & Wilson Park Improvements Project No. 200:?-9119 Page 3 of 6 13. THE CITY'S RIGHT TO WITHF[OLD CERTAIN AMOUNTS AND MAKE APPLICATION THEREOF. In addition to amounts which CITY may retain under other provisions of the Specifications until final com~~letion and acceptance of all work covered by the Contract, CITY may withhold from payment to CONTRACTOR such an amount or amounts as in its judgment may be necessary to pay just claims against CONTRACTOR or subcontractors for labor and services rendered and materials furnished in and about the work. City may apply such withheld amount or amounts to the payment of such claims in its discretion. In doing so, CITY shall be deemed the agent of CONTRACTOR, and any payment so made by CITY shall be considered as a payment made under the Contract by CITY to CONTRACTOR, and CITY shall not be liable to CONTRACTOR for any payment made in good faith. Such payment may be made without prior judicial determination of the claim or claims. With respect to any retention of payment by CITY to ensure performance of the Contract, CONTRACTOR will be entitled to substitute securities as provided in Sfaction 4590 of the California Government Code as more fully described in CITY'S Notice to Contractors. 14. NOTICE AND SERVICE THEREOF. Any notice from one party to the other under this Contract shall be in writing, and shall be dated and signed either by the party giving such notice, or by a duly authorized representative of such party. Any such notice shall not be effective for any purpose whatsoever unless served in the follov~ing manner: (a) if the notice is given to CITY, either by personal delivery thereof to the Engineer of CITY, or by depositing same in the United States mails, enclosed in a sealed envelope, addressed to CITY OF CUPERTINO; 10300 TORRE AVENUE; CUPERTINO, CA 95014; postage prepaid and certified; (b) if the notice is given to CONTRACTOR, either by personal delivery thereof to CONTRACTOR, or to CONTRACTOR'S duly authorized representative at the site of the ~~roject, or by depositing same in the United States mails enclosed in a sealed envelope, addressed to, Bay Construction Company, 4026 Martin Luther King Jr. Way, Oakland, CA 94609 , postage prepaid and certified; and (c) if notice is given to CONTRACTOR'S surety or any oth~:r person, either by personal delivery thereof to CONTRACTOR'S surety or other person, or by depositing same in the United States mails, enclosed in a sealed envelope, addressed to CONTRACTOR'S surety or person, as the case may be, at the address of CONTRACTOR'S surety or the address of the person last communicated by such person to the party giving the notice, postage prepaid and certified. 15. ASSIGNMENT OF CONTRACT. Neither the Contract, nor any part thereof, nor moneys due or to become due thereunder, shall be assigned by CONTRACTOR without the prior written approval of CITY. 16. COMPLIANCE WITH SPECIFICATIONS OF MATERIALS. Whenever in the Specifications, any material or process is indicated or specified by patent or proprietary name, or by name of manufacturer, such Specifications must be met by CONTRACTOR, unless CITY agrees in writing to some other material, process or articlf; offered by CONTRACTOR which is equal in all respects to the one specified. It shall be CONTRACTOR' S responsibility to prove equality of any such material, process or article offered as a substitution to the one(s) specified. 17. WORKER'S COMPENSATION INSURANCE AND EMPLOYER'S LIABILITY INSURANCE. CONTRACTOR shall take out and maintain during the life of this Contract Contract For Public Works Portal Park & Wilson Park Improvements Project No. 200:-9119 Page 4 of ~i Worker's Compensation Insurance and Employer's Liability Insurance for all of CONTRACTOR'S employees employed at the site of the project. In case any work is sublet, CONTRACTOR shall require any and all subcontractors similarly to provide Worker's Compensation and Employer's Liability Insurance for all of the latter's empl~~yees unless such employees are covered by the protection afforded to the CONTRACTOR. In signing this Contract CONTRACTOR makes the following certification, required by Section 1861 of the Labor Code: "I am aware of the previsions of Section 3700 of the Labor Code which requires every employer to be insured against liability for worker's compensation or to undertake self insurance in accordance with the provision, of the Labor Code, and I will comply with such provisions before commencing the performance cif the work of this Contract." 18. ACCIDENT PREVENTION. Precauti~~n shall be exercised at all times for the protection of persons (including employees) and property. The safety provisions of applicable laws, building codes and construction codes shall be observed. Machinery, equipment and other hazards shall be guarded or eliminated in accordance with the safety provisions of the Construction and Safety Orders issued by the Industrial Accident Commi:;sion of the State of California. 19. CONTRACTOR'S RESPONSIBILITY FOR THE WORK. CONTRACTOR shall not be responsible for the cost of repairing or restoring damage to the work caused by Acts of God. NEVERTHELESS, CONTRACTOR shall, if the insurance premium is a separate bid item, obtain the insurance to indemnify CITY for any damage to the work caused by Acts of God. "Acts of God" shall include only the following occurrences or conditions and effects: earthquakes and tidal waves, when such occurrences or conditions and effects have been proclaimed a disaster or state of emergency by the President of the United State; or by the Governor of the State of California, or were of a magnitude at the site of the work sufficient to have caused a proclamation of disaster or state of emergency having occurred in a populated area. Subject to the foregoing, CITY shall not, in any way or manner, be answerable or suffer loss, damage, expense or liability for any loss or damage that may happen to said building, work, or equipment or any part thereof, or in, on, or about the same during its construction and before; acceptance. 20. CONTRACTOR'S GUARANTEE. CONTRACTOR unqualifiedly guarantees the first- class quality of all work and of all materials, apparatus and equipment used or installed by CONTRACTOR or by any subcontractor or supplier in the project which is the subject of this Contract, unless a lesser quality is expressly authorized in the Plans and Specifications, in which event CONTRACTOR unqualifiedly guarantees such lesser quality; and that the work as performed by CONTRACTOR will conform with the Pl;~ns and Specifications or any written authorized deviations therefrom. In case of any defect in the work, materials, apparatus or equipment, whether latent or patent, revealed to CITY within one (:~) year of the date of acceptance of completion of this Contract by CITY, CONTRACTOR will forthwith remedy such defects without cost to CITY. Contract For Public Works Portal Park & Wilson Park Improvements Project No. 2002-9119 Page 5 of 6 P.O. No. 21. DEFERRED ALTERNATE SELECTION. The City reserves the right for the term of the Contract, the deferred selection of none, any or all alternate bid items at the bid price. The alternates chosen would be for any sites currently under construction or to be constructed in the future. IN WITNESS WHEREOF, the parties have: executed this Contract, in duplicate, the day and year first hereinabove written. OF By: r CONTRACTOR: ` Mayor Attest: ~ ~-' ~o/h ._City Clerk Date: ~ ~ ~ 3 ,-}g~~0 j City Clerk APPROVED AS TO FORM: State of California County of Alameda On Notary acknowledgment is required. If a corporation, corporate seal and corporate notary acknowledgment and Federal Tax I.D. are required. If not a corporation a Social Security No. is required. Social Security # "~ -3~a ~s='a Federal Tax I.D. # Contractor's License No. ~'9 3 5~// 2~o before me, Philip R. Doerr, personally appeared . ., personally known td me (or~roved to me on the basis of satisfactory evidence) to be the person{s) whose name{s) is/are subscribed to the attached 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. WITNESS my hand and official seal. .- .. PHILIP R. DOERR : U ~ COMM. #1360479 NOTARY PUBLIC - CALIFORNIA F ALAMEDA COUNTY ~ My Cortxn. Expires June 10, ~00 B. BID PROPOSAL PORTAL PARK & WILSON PARK IMPROVEMENTS PROJECT NO.2002-9119 ): THE DIRECTOR OF PUBLIC WORKS, CITY OF C1IPERTINO, STATE OF CALIFORNIA gar Sir: compliance with the plans and specifications furnished for the work of the PORTAL PARK & WILSON ARK IMPROVEMENTS, the City of Cupertino, PROJECT 2002-9119, the undersigned, hereby declare that I ive read the proposal requirement, visited the sites, and examined the specifications. I, the undersigned, :reby propose to do all work required to complete the work in accordance with the plans and specifications for :e prices set forth in the following schedule. I further understand that said prices include all costs including, .~t not limited to, local, state and federal taxes, and tran:~portation costs. the undersigned, also understand that the quantities shown below are estimated estimates only, being given as basis for comparison of bids. The City of Cupertino does not state that the actual amount of work will orrespond but reserves the right to increase or decrease the amount of any class or portion of the work or to mit items or portions of work deemed unnecessary by t;':~e Engineer. 'he City of Cupertino reserves the right to unilater:~lly determine and award the contract to the lowest ~sponsible bidder except as otherwise provided in chapter 3.23 of the City Municipal Code. Which allows for ejection of any and all bids, or to waive any irregularities in the procedures. The City reserves the right to ward the base bid plus any, all or none of the add alternative bid items. 'he work to be done consists of furnishing all labor, me~~.hods of process, tools, machinery and material required o complete the PORTAL PARK & WILSON PARK' IMPROVEMENTS, PROJECT NO. 2002-9119 as lescribed in the Special Provisions. the undersigned, shall diligently prosecute the work to completion as specified in the Special Provisions. I urther understand that I shall pay liquidated damage; to the City of Cupertino in the sum specified in the Special Provisions. Chis amount of liquidated damages shall be deducted by the City from monies due from the Contractor iereunder, or the Contractor's assigned, successors, and sureties shall be liable to the City for any excess. BID PROPOSf~I, PAGE 1 OF 8 PORTAL PARK & WILSON PARK IMPROVEMENTS PROJECT NO. 2002-91 i 9 ESTIMATED ()UANTITIES Ze bid unit prices for this project shall be as outlined below. id Est.Qty. 'm Unit 1. 1 LS 2. 1 LS Item Portal Park Improvements Wilson Park Improvements ADD ALTERNATIVES Unit Total Price Price $ z~2,~f z83%LS $ 2 32, ~{Z~,3 ~ zt~6i g~t`f,Z$ 206 , 444.?8 TOTAL BASE $ --~s~=-~, ~~ BID ~3~ j~~ sy 1. 1 LS Install Restroom Bldg. Prefab in $ /~"6 ~ 73~{ oS/LS $ ~ r 6 ~ ~3 Y . Q S Wilson Park 2. 1 LS Install Furniture in Wilson Park $ ZS, 6 `?'0.3 t /L,S $ 2T , 6 `? o , 3 / 3. 1 LS Install Gazebo in Wilson Park $ 2-2 r 82.6 .`t3/LS $ 2- 2 , ~.~ 6 •9 3 10TE: The lowest responsible bidder will be deterrnined on the basis of the sum of the Base Bid or the um of the Base Bid plus any, all or none of the Add .Alternatives Bid Items, along with meeting all other •equirements of these specifications. BID PROPOSE~I. PAGE 2 OF 8 the undersigned, agree that if this proposal is accepted, I will enter into a contract with the City of Cupertino provide all necessary machinery, tools, apparatus, and other means of construction and to do all the work ecified in the contract in the manner and time specified, the undersigned, declare that this bid is made without connection with any person, firm, or corporation aking a bid for the same work, and is in all respects fair, and without collusion or fraud. the undersigned, recognize that the Director of Public `JVorks of the City of Cupertino will reserve the right to tablish the priority of one job over another and each starting date where conflict of construction schedules ;cur hid ~Da~ ttached hereto is the required certified check or bid bond in the amount of $ , as required by law id the Notice to Bidders. (10% of bid amount) BID PROPOS~~L. PAGE 3 OF 8 NONCOLLUSION AFFIDA`'IT TO BE EXECUTED BY BIDDER AND SUBN1[ITTED WITH BID the undersigned, being first duly sworn, depose and say that I am e ~l~ ~'~~ of _~,~ ~~Ast~2~Yt1l~ (Business Title) (Business Name) ne 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. The bid is genuine and not collusive or -ham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham yid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to >ut in a sham bid, or that anyone shall refrain from bidding. The bidder has not in any manner, directly or ndirectly, sought by agreement, communication, or coni'erence with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or o secure any advantage against the public body awarding the contract of anyone interested in the proposed ;ontract. All statements contained in the bid are true and, further, the bidder has not, directly or indirectly, submitted the bid price or any breakdown thereof, or contents thereof, or divulged information or data relative hereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, yid depository, or to any member or agent thereof to effectuate a collusive or sham bid. BID PROPOSAI. PAGE 4 OF 8 BIDDER QUALIFICATION FORM ~n further compliance with the specifications furnished, I, the undersigned, submit the following statements as ',o my experience and qualifications to perform this work as a part of this proposal. JVe have been in business under the present name for _ 12 years. 7ur experience in work comparable with that required by the proposal contract is years operating finder the following different name(s). vly California Contractor's License Number is ~a~~4ll Che classification of my Contractor's License is ~~~> ~ Gti~ ::, The expiration date for my Contractor's License is ~~~~~~~ =s '° (This Section for City use only) . f The above information has been verified by ~f ~ Contractors State License Board (800) 321-2752 or (408) 277-1244. - , `Where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be icensed in accordance with the laws of the State of C~aifornia, however, at the time the contract is awarded.the ;ontractor shall be properly licensed. BID PROPO:iAL PAGE 5 OF 8 SUBCONTRACTOR'S FORM The subcontractor(s), as defined in the General Provisions and in Section 7026 of the California Business and .Professions Code, that I propose to hire to perform any of the work for this project in an amount in excess of one-half of one percent (0.5%) of the total bid are listed below. Only those listed below shall perform work on phis project and each of them has been provided with a lull and complete set of plans and specifications for this project by the bidder. 1. Name T~ O~tU~ CF-{ Contractor's License No. aoo~S~ Address & phone no. C~~~~ , CA. Q~ ~ ' z}'D ` ~.f-y O Work to be Performed ~~ s~A-Z ~a.~sTA-iL 2. Name TO`1'' Tui~ ~ Contractor's License No. 66726 ) Address & phone no. S~C~hM~o i CAS q ~ 6 ' 21.5 - /~/ l -6 Work to be performed S~-rEZy S uKt~c «yG 3. Name Ro SS ('~~2c~~"cahl Contractor's License No. I-~-6 ^TS Z Address & phone no. S h~l~ RoSA ~ CA 76'7 - ~ 38 - ~8 0 ~ Work to be performed ~.~ Sri-cu~'C S 4. Name Address & phone no. Work to be performed 5. Name Contractor's License No. Contractor's License No. Address & phone no. Work to be performed 6. Name Contractor's License No. Address & phone no. Work to be performed BID PROPOS.4I. PAGE 7 OF 8 BIDDER'S SIGNATURE FORM [F YOU ARE AN INDIVIDUAL, SO STATE. IF YOU ARE A COMPANY OR A CO-PARTNERSHIP, STATE THE COMPANY NAME AND LIST THE N ~RAETION, S ATE THIE LDEGAL NAME OF THE COMPOSING THE COMPANY. IF YOU ARE A CORPO CORPORATION AND THE NAMES OF THE Pl.2E~SD TO THIS ORM. ENTER THE NAME OF MANAGER. THE CORPORATE SEAL MUST BE AFF YOUR BUSINESS ON THE LINE OPPOSITE THE APPROPRIATE BUSINESS TYPE. TYPE OF NAME, OF ~~,osl~esxl~n~ C172~b'P~ct~o~ BUSINESS ~' I~~Y~6 ~ ~~~ ~~; BUSINESS a~ : '~~.ct~l~2~Uw:,~ Y~ low ~`Otc~~~ a ~-c1-~ C`~-~ C~a~-y-'~) CORPORATION: M-~ ~'~ yc~ ~U ~'~ CO-PARTNERSHIP: INDIVIDU JOINT VENTURE: OTHER: (Describe) Name and Signature of Bidder: Wi.~ Print or type name) ~._~ •02 Date: Address (mailing & location): ~tp ~~~ ~ '° FPM oAlc~cr~o, ~- a`'~~ Telephone Number: (`a~ ~ bS~'~'t'~' Acknowledgment of all addenda received is required by ~~ircling each addendum number. 1 2 3 4 5 6 7 8 9 10 BID PROPOSP.L PAGE 8 OF 8 BAY CONSTRUCTION COMP~~NY 4026 Martin Luther King Jr. Way OAKLAND, CA 94609 TEL (SIO) 658-7225 FAX (510) 658-4890 LIST OF REFERENCES FOR PARK CONSTRUCTION AND LANDSCAPI: IMPROVEMENTS (further information available upon request) 5 PARKS ADA IMPROVEMENTS CLEINT: CITY OF BERKELEY CONTRACT AMOUNT: $250,000.00 ARCHITECT: ENGINEERING DEPT., CITY OF BERKELEY COMPLETED: 1995 VERDESE CARTER PARK, OAKLAND SCOPE: CONSTRUCTION OF A NEW PARK CONTRACT AMOUNT: $1,100,000.00 CLIENT: CITY OF OAKLAND COMPLETED: 2/96 RAIMONDI FIELD IMPROVEMENTS SCOPE: CONSTRUCTION OF A NEW PARK CLIENT: CITY OF OAKLAND, DEPARTMENT OF PUBLIC WORKS CONTRACT AMOUNT: $800,000.00 COMPLETED 12/98 OAKLAND MUSUEM PROJECT, PHASE II-COURTYARD IIMPPROVEMENTS SCOPE: INSTALLATION OF NEW IRRIGATION SYSTEM, DRAINAGE SYSTEM AND SOD. WORK INCLUDED ADA IMPROVEMENTS SUCH A'_ RE-CONSTRUCTING CONCRETE RAMP PER ADA CODE AND REGULATIONS CLIENT: OAKLAND MUSUEM OF CALIFORNIA BOARD ()F TRUSTEES CONTRACT AMOUNT: $293,000.00 COMPLETED: 6/99 SANBORN PARK IMPROVEMENTS CONSTRUCTION OF NEW PARK CLIENT: CITY OF OAKLAND CONTRACT AMOUNT: $680,000.00 COMPLETED 12/99 BANCROFT MEDIAN IMPROVEMENTS RENOVATION OF MEDIANS ON BANCROFT (BETWEEN !i0'" - 106'" AVE. ) CLIENT: CITY OF OAKLAND CONTRACT AMOUNT: 1,200, 000.00 COMPLETED 11 /00 ADELINE CORRIDOR BICYCLE AND PEDESTRIAN IMPROVEMENTS (BERKELEY, CA) INSTALLATION OF PEDESTRIAN LIGHTS AND TRAFFIC iIGNALS, LANDSCAPING, CONCRETE WORK AND STRIPING CLIENT: CITY OF BERKELEY, ENGINEERING DEPT., 1547 CENTER STREET, BERKELEY, CA CONTRACT AMOUNT: $1,240,000.00 PROJECT DURATION: OCT. 2000-JUNE 2001 NORTH OAKLAND REGIONAL SPORTS CENTER (CALDE~~OTT FIELD) SCOPE: INSTALL NEW IRRIGATION SYSTEM, ROUGH AND FINISH GRADING, AND SOD INSTALLATION CLIENT: CITY OF OAKLAND, PUBLIC WORKS AGENCY CONTRACT AMOUNT: $290,000.00 COMPLETED: 11 /2001 INSURANCE FOR1V[S INSTRUCTIONS FOR ITEMS 3, 4 AND 5, THE FORMS PP:OVIDED BY THE CITY OF CUPERTINO MUST BE USED. FORMS OTHER THAN THESE WILL NOT BE ACCEPTED. ALL DOCUMENTS MUST BE ORIGINALS -SUBMIT IN TRIPLICATE 1. Insurance Agreement -Must be signed by Contractor. 2. Certificate of Insurance to the City of Cu~~ertino -must be completed by the insurance agent or must provide a certificate on the company's form. They must contain the same information. 3. Endorsement of Additional Insured and Primary Insurance and Notice of Cancellation -must be signed, by the insurance agent for general liability ~~nd automobile liability only. 4. Comprehensive general liability/commercial gf;neral liability endorsement of aggregate limits of insurance per project -must be signed by the insurance agent for general liability only. 5. Waiver of subrogation endorsement worker's compensation insurance -must be signed by the insurance agent for worker's compensation only. Insurance Instructions ~(~C. CITY OF CUPEf~TINO INSURANCE AGREEMENT A. Contractor is aware of the provisions of ;iection 3700 of the Labor Code, which requires every employer to be insured against liability for worker's compensation or undertake self- insurance in accordance with the provisions of that Code, and will comply with such provisions before commencing the performance of the work of this Contract. B. Contractor and all subcontractors will carry worker's compensation insurance for the protection of its employees during the progress of the work. The insurer shall waive its rights of subrogation against the City, the City's officers, agents and employees and shall issue an endorsement to the policy evidencing same. C. Contractor shall carry at all times, on all operations hereunder, commercial general liability insurance, automobile liability insurance and builder's all risk insurance. All insurance coverage shall be in amounts required by the City and shall be evidenced by the issuance of a certificate in a form prescribed by the City and shall be underwritten by insurance companies satisfactory to the City for all operations, sub-contract work, contractual obligations, product or completed operations, all owned vehicles and non-owned vehicles. Saici insurance coverage obtained by the Contractor, excepting worker's compensation coverage, sha:~l name the City, its engineer, and each of its directors, officers, agents and employees, as determined by the City, as additional insureds on said ~I policies. Insurers must be licensed to do business in the State of California. The Insurers must also ~, have an "A" policyholder's rating and a financial :rating of at least Class VII in accordance with the ~, current Best's Guide Rating. D. Before Contractor performs any work at, or prepares or delivers materials to, the site of construction, Contractor shall furnish certificates of insurance evidencing the foregoing insurance coverages and such certificates shall provide the name and policy number of each carver and policy and that the insurance is in force and will not be canceled or modified without thirty (30) days written notice to the City. Contractor shall maintain all of the foregoing insurance coverages in force until the work under this Contract is full~~ completed. The requirement for carrying the foregoing insurance shall not derogate from the: provisions for indemnification of the City by Contractor under this Contract and for the duration of the warranty period. Notwithstanding nor diminishing the obligations of Contractor with res~~ect to the foregoing, Contractor shall maintain in full force and effect during the life of this Contract:, the following insurance in amounts not less than the amounts specified and issued by a company ~~dmitted in California and having a Best's Guide Rating of A, Class VII or better. LIMITS Worker's Compensation In accordance with the Worker's Compensation & Employers' Liability Act of the State of California -Worker's comp - "statutory" per CA Law; Employers' Liability - $1,000,000 per occurrence. Insurance Agreement Page 1 of 2 CCU - . CITY OF CUPEI~TINO CERTIFICATE OF INSURANCE 'TO THE CITY OF CUPERTINO Chis certifies to the City of Cupertino that the following described policies have been issued to the .nsured named below and are in force at this time. [nsured: Bay Construction Company Address: 4026 MLK Way Oakland, CA 94609 Description of operations locations/products insured (show contract name and/or number, if any): Portal Park and Wilson Park Improvement, proiect 42002-9119 Cupertino, CA WORKER' S COMPENSATION * Statutory Min. * Employer's n/ a Liability (name of insurer) $ $ - $ Insurance Company's State License No. ________________________________Each Occurrence $ Check Policy Type: 1, 000 , 000 .COMPREHENSIVE GENERAL LIABILITY [ ] Premises/Operations Gener~~l Aggregate $ 2 , 000 , 000 (if applicable) [ ] Owners & Contractors Protective [ ] Contractual for Specific Contract [ ] Products Liability [ ] XCU Hazards [ ] Broad Form P.D. [ ] Severability of Interest Clause xxx Aggregate Personal Injury Fire l;-amage (any one fire) [ ] Personal Injury with Medical Expense Employee Exclusion Removed (any one person) or Self-Insured COMMERCIAL GENERAL LIABILITY Retention $ ~ $1,000,000 $ 50,000 $ 5 , 000 $ nil (name of insurer) Policy No. PNG000 00 39-02 North American Expiration Date 11-1-03 Capacity Certificate of Insurance A;reement Page 1 of 2 AUTOMOTIVE/VEHICLE LIABILITY BODILY INJURY PROPERTY DAMAGE Commercial Form Each Person ~ Each Accident Liability Coverage $_ $ Each Accident Hartford Fire Insurance Co. (name of insurer) $_ or Combined Single Limit $ 1, 000 , 000 (Policy No. 57UECUP1455 Expiration Date 12-17-03 A copy of all Endorsements to the policy(ies) which in any way (agent's initial) limit the above-listed types of coverage are attached to this Certificate of Insura~ice. This Certificate of Insurance is not an insurance policy and does not amend, extend or alter the 'coverage afforded by the policies listed herein. Notwithstanding any requirement, term, or condition of any contract or any other document with respect to which this Certificate of Insurance 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. IT IS H~~IjgEB CERTIFIED that the above poli~~y(ies) provide liability insurance as required by the Agr ~~~~// Pt} e~~een the City and the insured. By: ~ ~~ Dated: January 10 , 20 03 R A. Ba s Attach Certi icate of Insurance and Additional Ins~zred Endorsement on company forms. Certificate of Insurance Agreement Page 2 of 2 CCU CITY OF CUPEi~TINO ADDITIONAL INSURED ENDORSEMENT anal ENDORSEMENT OF Pl[ZIMARY INSURANCE anal NOTICE OF POLICY CANCELLATION ENDORSEMENT Project Title and Number: Portal Park & Wilson Park Improvement 2002-9119 Cupertino,CA In consideration of the policy premium and notwithstanding any inconsistent statement in the policy to which this Endorsement is attached or any otlter Endorsement attached thereto, it is agreed as follows: The City of Cupertino ("City") and its dir~;ctors, officers, engineers, agents and employees, and all public agencies from whom permits will b~e obtained and their directors, officers, engineers, agents and employees are hereby declared to be additional insureds under the terms of this policy, but only with respect to the operations of the Contractor at or upon any of the premises of the City in connection with the Contract with the City, or acts or omissions of the additional insureds in connection with, but limited to its general supervision or inspection of said operations. The insurance afforded by this policy is primary insurance, and no additional insurance held or owned by the designated additional insureds) shall be called upon to cover a loss under said additional policy. Cancellation Notice. The insurance afforded by this policy shall not be suspended, voided, canceled, reduced in coverage or in limits, or materially altered, except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City of Cupertino ("City"). Such notice shall be addressed to the City as indicated below. POLICY INFORMATION 1. Insurance Company: North American Capacit 2. Insurance Policy Number: PNG000 00 39-02 3. Effective Date of this Endorsement: January 10 , 20 03 4. Insured: Bay Construction Company Additional Insured and Primary Insurance and 1\otice of Cancellation Endorsement Page 1 of 2 All notices herein provided to be given by tl~e Insurance Company to the City in connection with this policy and these Endorsements, shall be mailed to or delivered to the City at 10300 Torre Avenue; Cupertino, California 95014. I, x.A. Bass (printltype name) warrant that I have authority to bind the below 1'sted Insurance Company and by my signature hereon do so bind this Company. Signature of Authorized Representative: / (Original signature required on all Endorse eats furnished to the District) Names of Agent/Agency: Acordia of California Ins. Title: Vice President Address: 45 Fremont Street, Suite 800 Telephone: (415) 541-7900 San Francisco, CA 94105 Facsimile: 415) 777-3545 Additional Insured and Primary Insurance and 1\ otice of Cancellation Endorsement Page 2 of 2 C~~~- CITY OF CUPEI~TINO COMPREHENSIVE GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY ENDORSEMENT OF AGGREGATE LIMITS OF INSURANCE I'ER PROJECT Project Title and Number: Portal Park & Wilson Park Improvement 2002-9119 Cupertino, CA In consideration of the policy premium and notwithstanding any inconsistent statement in the policy to which this Endorsement is attached or any other Endorsement attached thereto, it is as follows: This Endorsement modifies the insurance provided under the General Liability Coverage part of the below-referenced policy of insurance. The general aggregate limit under LIMITS OF INSURANCE applies separately to the project described as POLICY INFORMATION 1. Insurance Company: North American Capa~~ity 2. Insurance Policy Number: PNG 000 00 39-02 3. Effective Date of this Endorsement: January l0 , 20 03 4. Insured: Bay Construction Company 5. Additional Insured: City of Cupertino, its dire~~tors, officers, agents and employees. All notices herein provided to be given by the Insurance Company to the City in connection with this policy and this Endorsement, shall be mailed to or delivered to the City at 10300 Torre Avenue; Cupertino, California 95014. I, R.A. Bass warrant that I have authority to bind the .hereon do so bind this Company. Signature of Authorized Representati` (Original signature required on all Names of (print/type name) Insurance Company and by my signature to the District) Agent/Agency: Acordia of California Ins. Title: Vice President Address: 45 Fremont Street,Sute 800 Telephone: (415) 541-7900 San Francisco, CA 94105 Facsimile: 415 777-3545 Aggregate Limits :Endorsement Page 1 of 1 WAIVER OF SIJBROGATION STATE COMPENSATION I N S U R A N C E FUND HOME OFFICE SAN FRANCISCO ALL EFFECTIVE DATES ARE AT 12:01 AM PACIFIC STANDARD TIME OR THE TIME INDICATED AT PACIFIC STANDARD TIME ENDORSEMENT AGREEMENT EFFECTIVE DI~CEMBER 12, AND EXPIRING OCTOBER 1, BAY CONSTRUCTION CO, 4026 MARTIN LUTHER KING JR MAY OAKLAND, CA 94609 REP 03 1561958-02 RENEWAL NB 2-25-17-30F PAGE 1 2002 AT 12.01 A.M. 2003 AT 12.01 A.M. ANYTHING IN THIS POLICY 7'0 THE CONTRARY NOTWITHSTANDING, IT IS AGREED THAT THE ST~~TE COMPENSATION INSURANCE .FUND WAIVES ANY RIGHT OF SUBROGATION AGAINST, CITY OF CUPERTINO WHICH MIGHT ARISE BY REA:iON OF ANY PAYMENT UNDER THIS POLICY IN CONNECTION WITII WORK PERFORMED BY, BAY CONSTRUCTION CO, IT IS FURTHER AGREED THAT' THE INSURED SHALL MAINTAIN PAYROLL RECORDS ACCURATELY SEGREGATING THE REMUNERATION OF EMPLOYEES WHILE ENGAGI'sD IN WORK FOR THE ABOVE EMPLOYER. IT IS FURTHER AGREED THAT' PREMIUM ON THE EARNINGS OF SUCH EMPLOYEES SHALL BE INCREE~SED BY 03~. NOTHING IN THIS ENDORSEMENT CONTAINI.D SHALL BE HELD TO VARY, ALTER, WAIVE OR EXTEND ANY OF THE TERMS, CONDITICINS, AGREEMENTS, OR LIMITATIONS OF THIS POLICY OTHER THAN AS STATED. NOTHIIJG ELSEWHERE IN THIS POLICY SHALL BE HELD TO VARY, ALTER, WAIVE OR LIMIT 1'HE TERMS, CONDITIONS, AGREEMENTS OR LIMITATIONS OF THIS ENDORSEMENT. COUNTERSIGNED AND ISSUED AT SAN FRANCISCO: DECEMBER 16, 2002 2570 i~ AUTHORIZED REPRESENTATIVE PRESIDENT COIF F(1RM 1(1917 IRF\/ 7-Rdl OlD DP 21i 12/12/2002 09:21 FA% STATE COMP INSURANCE ~ 001/001 BROKER COPY STATE P•O• BOX 420807, SAN FRANCISCO, CA 94142-0807 COMPENSATION I N S U R A N G H FUND .CERTIFICATE OF WORKERS' COMPENSATIQN INSURANCE DECEMBER 12, 2002 GROUP: • POLICY NUMBER: 156195 9-2 0 02 • CERTIFICATE ID: 21 • CERTIFlGATE EXPIRES: 10-01-2003 IO-O1-2002/10-01-2003 CITY' OF CUPI3RTT~iO 10300 TORRE•AVE• CUPERTINO CA 95014-3255 PORTAL PARK & WILSON PARK TMPROV PROJECT #2002-9119 This is to certify that we have issued a valid Worker's Compensation insurance Policy in a form approved by the California Insurance Commissioner to the employer named below for th~B p01iCy peril indlcated_ This policy is not 'subject [o cancellation by the Fund except upon 10 days advance written notice to the employer. We will also give you'1 Q days advance notice should this policy bQ cancelled prior to its n4rrrlal expiration. This Certificate of insurance is not an insurance policy and doc;s not amend, aKteOd or•81ter the coverage afFDrdad by the poices listed herein. Notwithstanding any requirement; term nr condition of any contract or 8ther document with respect to which this certificate of insurance may be issued ar may pertain, the insurance afforded by the policies described herein Is subject to all the terms, exclusions, and conditions, otsuch polices. ///~ ~j~ A1ITHORRED REPRESENTATIVE PRE;IDf~1L EMPLOYER'S LIABILITY LIMIT INCLIIDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE ENDORSEMENT #2570 ENTITLED WAIVER OF SUBROGATION EPFECTIVE I2-12-2002 ZS ATTACHED TO ,AND FORMS A PART OF THIS POLICY: 'THIRD PARTY NAME: CITY OF CUPERTINO EFiLOYER MARK LEE AND YONG KAY INC. DBA: BAY CONSTRUCTION CO, 4026 MARTIN LIITHER KING JR WAY • oAIQ,AND CA 94 6 09 SCE 10285 tEPF-UI: JT 1 FAITHFUL PERFORMANCE BOND Bond Number: 400 SW 2836 KNOW ALL MEN BY THESE PRESENT: MARK: LEE AND YONG KAY, INC. THAT WE, dba BAY CONSTRUCTION COMPANY as Principal, (contractor's name) and FIDELITY AND GUARANTY INSURANCE COMPANY as Surety, (banding company's name) are held and firmly bound unto the City of Cupertino, State of California, in the sum of Five Hundred Ninety Six Thousand One Hundred Six Dollars and 64/100's ($596,106.64) lawful money of the United States, for the payment of which will and truly t~ he made, we bind ourselves our heirs, executors, successors and assisns, jointly and severally, firmly by these presents. THE CONll1T1UN of the foregoing obligati~~n is such that, WHEREAS, the Principal has entered into a contract with the City cla[ecl 2U with the obligee to do and perform the following work to-wit: Portal Park & Wilson Park Improvements, Project # 2002-9119 NOW, THEREFORE, if the said principal shall well and truly perform the work contracted to be performed under said contract, then this oblil;ation shall he void; otherwise to remain in full force and effect. 1N WITNESS WHEREOF, this instrument leas been duly executed by Principal and Surety this 11th day of December , 2U 02 , (To be signed by Principal and Surety, Notary acknawledgmertt required) CONTRACTOR MARK LEE AND YONG KAY, INC. dba BAY CONSTRUCTION COMPANY ~~ _ ____ _ Principal FIDELITY AND GUARANTY INSURANCE COMPANY Surety Street Address: 5o51atn street #lzoo Clty, Slate, Zlp Oakland, CA 94612 ._ By: ~=:~~~~~ C~.(,E~l~u~~ Susan E. Barrett A[torney-In-FaCI The abcwe bond is accepted and approved this day of , 2U_. Fai[hCul Performance Page 1 of 1 LABOR AND MA~rERIAL BOND KNOW ALL MEN $Y THESE PRBSENT: Bond Number: 400 SW 2836 WHEREAS, the City of Cupertino, State of California, and MARK LEE AND YONG KAY, INC. dba BF~Y CONSTRUCTION COMPANY hereinafter designated as "Principal" have enterc;d into or are about to enter into a contract providing for the installation, construction, and erection by Principal of Portal Park & Wilson Park Improvements, Project # 2002-9119 more particularly described in said contract; and incorporated herein by reference. WHEREAS, said principal is required to filrnish a bond in connection with said contract, providing that if said Principal, or any of his or its subcontractors, shall fail to pay for materials, provisions, provender or other supplies or teams used in, upon, for or about the performance of work contracted to be done, or for any work ~r labor done thereon of any kind, the Surety nn said bond shall pay the same to the extent hereinafter set forth; MARK LEE AND YONG KAY, INC. NOW, THEREFORE, WE, dba BAS( CONSTRUCTION COMPANY aS Principal, (contractor's name) ~ and FIDELITY AND GUARANTY INSURANCE COMPANY as Surety, (bonding company's dame) firmly bind ourselves, our executors, administrators, successors and assigns, jointly and severally, unto the City of Cupertino, and any and all materialmen, persons, companies, or corporations furnishing materials, provisions, provender or other supplies used in, upon, for or about the performance of the aforesaid work contracted to be executed or performed under the contract hereinabove mentioned, and incorporated herein by reference, and all persons, companies or corporations lending or hiring teams, implements or tnachinety, for or contributing to said work to be done, and all persons who perform work or lat~or upon the same, and all persons who supply both work and materials, whose claim has not been paid by Principal or by any other person, in the just and full Sum of Five Hundred Ninety Six Thousand One Hundred Six Dollars and 64/100's ($596,106.64) THE CONDITION OF THIS O$LIGATION IS SUCH THAT if said principal, his or its suhcontractnr~, heirs, executors, administrators, successors or assigns, shall fail to pay for any tnatcrials, provisions, provender or other supplies or teams used in, upon, for or about the performance of the work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance A~:t with respect to such work or labor, or any and all. damages arisins under the original contract, then said Surety will pay the same and also will pay in case suit is brought upon this bond, Such reasonat~le attorney's fee as shall be f xed by the court. This band shall insure to the benefit of amp and all persons, companies, and corporations entitled to file claims under Section 1184.1 of the ('ode of Civil Procedure, so as to give a right of action to them or their assigns in any suit brought upon this bond. Labor and Material Page: 1 of 2 And the said Surety, for value received, hereby stipulates, and agrees that no change, extension of time, alteration or addition to dte; ter~:ns of the cantracl or. to the work to be performed thereunder or the specifications accompanying the: same shall in any wise affect its obligations on this bond, and it does hereby waive notice of arty such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. IN WITNESS WHEREOF, this instrument has been duly executed by Principal and Surety this 11th day of December , 20 01 , (To be signed by Principal and Surety. Notary acknowledgments required.) CONTRACTOR MARK LEE AND YONG KAY, INC. dba BAY CONSTRUCTION COMPANY Principal FIDELITY AND GUARANTY INSURANCE COMPANY Surety Street Address: 505 14th Street #1200 City, State, Zip Oakland, CA 94612 Susan E. Barrett Attorney-in-Fact The above bond is accepted and approved this _day of , 20.___.. Labor and Material Page 2 oi' 2 nie~Pdll~ POWER OF ~-TTORNEY Seaboard Surety Company St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company United States Fidelity and Guaranty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Power otAttorney No. 22006 Certilieate N°_ 15 6 8 6 91 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, and that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herei,i collectively called the "Companies'), and that the Companies do hereby make, constitute and appoint Nip Pharr and Susan E. Barrett of the City of Palo Alto ,State California ,their true and lawful Attorne s -m-Fact, Y~)~ each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and sealed this 7~ day of November 2UU2 Seaboard Surety Company United States Fidelity and Guaranty Company St. Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Mercury Insurance Company SU9Ely ,\ 6 ~y iyy. P~ ~NSUg9 --v/ I~`.. FEW ~ ~Y~ I~"' * r ~P QepPFOR~~9y W ~OPYOARl ry~nF cy.4 mow.. a Yx~w.~ m ~ ~ ~. f~ F: _._ f ~ tf - ` IMC~ ~ tl ..'^1^~NVIttU * "ti )11 tom; ~ 1898 'g y? PETER W CARMAN, Vice President 192] ~ ~+ SE ~, SSAL:'3 a gyp„ 01977 fit' ~,p~cy'. .sL `o. moo:,.. A sari \>~;r..... ~i°° 'Ah Att~S" ~~y~ 1951 N `~OF ~ R :e ~E INN `~~ N' State of Mar land ~~~ ~~~ Y City of Baltimore THOMAS E. HUIBREGTSE, Assistant Secretary On this 'Jd' day of November 2002 ,before me, the undersigned officer, personally appeared Peter W. Carman and Thomas E. Huibregtse, who acknowledged themselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc.; and that the seals affixed to the foregoing instrument are the corporate seals of said Companies; and that they, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers. ~~ t y In Witness WhereoT, I hereunto set my hand and official seal ~ ,oV TARy I~ eUC My Commission expires the 1st day of July, 2006. ~o ao REBECCA EASLEY-ONOKALA, Notary Public 9E Ci1V 86203 Rev. 7-2002 Printed in U.S.A. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMIENT State of California County of Santa Clara ~~ ~ On / ~'' j~ `~(/ `~ before me, F:athleen Johnson, Notary Public DATE NAME, TITLE OF OFFICER - E.G , "JANE DOE, NOTARY PUBLIC" personally appeared Susan E. 1;3arrett NAME(S) OF SIGNER(S) ~ personally known to me - OR - ^ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are .., KATHLEEN JOHNSON subscribed to the within instrument and ac- ~-' COMM. # 1380767 kn(~wledged to me that he/she/they executed NOTARY PUBLIC ~ ~ °, q CALIFORNIA ~ thE; same in his/her/their authorized ~~,,.~•~ SANTA CLARA COUNTY Ca aClt IeS y EXPIRES OCT. 20, Zoos P Y(~ ), and that b 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. WITNESS my hand and official seal. ~~~~ ~~ ~ ~~'~ ~ 7 SIGNATURE OF NOTARY OPTIC)NAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ^ INDIVIDUAL ^ CORPORATE OFFICER TITLE(S) ^ PARTNER(S) ^ LIMITED ^ GENERAL ^ ATTORNEY-IN-FACT ^ TRUSTEE(S) ^ GUARDIAN/CONSERVATOR ^ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES BD-1133 3/94