Loading...
15-130 Guerra Construction Group for Cupertino Sports Center-West Court Improvement and RenovationsProject Nf. 2012-9151 DOCUMENT 00650 AGREfl:MENT AND RELEASE OF ANY AND ALL CLAIMS SPORTS CENTER-WEST COURT RENOVA TIO NS AND IMPOVEMENTS PROJECT NUMBER 2012-9.151 THIS AGREEMENT AND RELEASE OF ANY AND ALL CLAIMS ("Agreement and Release"), made and entered into this 29th day of March, 2016, by and between the City of Cupertino ("City"), and Guerra Construction Group ("Contractor"), whose place of business is 948 Memorex Drive Santa Clara, CA 95050. RECITALS A. City and Contractor entered into Contract Number P.O 2016-24 I (the "Contract"). B. The Work under the Contract has been completed. Now, therefore, it is mutually agreed between City and Contractor as follows: AGREEMENT I. Contractor will not be assessed liquidated damages except as detailed below: Original Contract Sum $ 894,200.00 Modified Contract Sum $ 897,611.54 Payment to Date $ 866,030.96 Liquidated Damages $0 Payment Due Contractor $ 31,580.58 Subject to the provisions of this Agreement and Release, City will forthwith pay to Contractor the sum ofThiity One Thousand Five Hundred and Eighty Dollars and Fifty-Eight Cents ($31,580.58) under the Contract, less any amounts withheld under the Contract or represented by any Notice to Withhold Funds on file with City as of the date of such payment. 3. Contractor acknowledges and hereby agrees that there are no unresolved or outstanding claims in dispute against City arising from the Contract, except for the claims described in paragraph 4 of this Document 00650. It is the intention of the parties in executing this Agreement and Release that this Agreement and Release shall be effective as a full, final and general release of all claims, demands, actions, causes of action, obligations, costs, expenses, damages, losses and liabilities of Contractor against City, and all if its agents, employees, consultants (including without limitation Consulting Cupertino), inspectors, representatives, assignees and transferees except for the Disputed Claims set forth in paragraph 4 of this Document 00650. Nothing in this Agreement and Release shall limit or modify Contractor's continuing obligations described in paragraph 6 of this Document 00650. City of Cupertino Sports Center-West Court Renovations and Improvements 00650-I Agreement and Release or Any and All Claims Pr~ject No. 2012-9151 4. The following claims are disputed (hereinafter, the "Disputed Claims") and are specifically excluded from the operation of this Agreement and Release: Claim No. Date Submitted Description of Claim Amount of Claim none 5. Consistent with California Public Contract Code Section 7100, Contractor hereby agrees that, in consideration of the payment set forth in paragraph 2 of this Document 00650, Contractor hereby releases and forever discharges City, and all of its agents, employees, consultants, inspectors, assignees and transferees from any and all liability, claims, demands, actions or causes of action of whatever kind or nature arising out of or in any way concerned with the Work under the Contract 6. Guarantees and warranties for the Work, and any other continuing obligation of Contractor, shall remain in full force and effect as specified in the Contract Documents. 7. Contractor shall immediately defend, indemnify and hold harmless the City of Cupertino, Santa Clara County, its Architect, any of their Representatives, and all of their agents, employees, consultants, inspectors, assignees and transferees, from any and all claims, demands, actions, causes of action, obligations, costs, expenses, damages, losses and liabilities that may be asserted against them by any of Contractor's suppliers and/or Subcontractors of any tier and/or any suppliers to them for any and all labor, materials, supplies and equipment used, or contemplated to be used in the performance of the Contract, except for the Disputed Claims set forth in paragraph 4 of this Document 00650. 8. Contractor hereby waives the provisions of California Civil Code Section 1542, which provides as follows: A general release docs not extend to claims that the creditor does not know or suspect to exist in his favor at the time of executing the release, which if known by him, must have materially affected his settlement with the debtor. 9. The provisions of this Agreement and Release are contractual in nature and not mere recitals and shall be considered independent and severable, and if any such provision or any part thereof shall be at any time held invalid in whole or in part under any federal, state, county, municipal or other law, ruling, or regulation, then such provision, or part thereof shall remain in force and effect only to the extent permitted by law, and the remaining provisions of this Agreement and Release shall also remain in full force and effect, and shall be enforceable. 10. Contractor represents and warrants that it is the true and lawful owner of all claims and other matters released pursuant to this Agreement and Release, and that it has full right, title and authority to enter into this instrument. Each party represents and warrants that it has been represented by counsel of its own choosing in connection with this Agreement and Release. 11. All rights of City shall survive completion of the Work or termination of the Contract, and execution of this Agreement and Release; City of Cupertino Sports Center-West Court Renovations and Improvements 00650-2 Agreement and Release of Any and All Claims Project No. 2012-9151 * * *CAUTION: THIS IS A RELEASE -READ BEFORE EXECUTING* * * THE CITY OF CUPERTINO, a Municipal Corporation of the State of California ATTEST: ~1tr~ Ciyae;:k Name:---------------- Its:---------------- REVIEWED AS TO FORM: ~ Randolph Stevenson Hom ity Attorney __ /4p~v_r'_/_7_, ___ ,, 2016 END OF Document City ofCupc1tino Sports Center-West Court Renovations and Improvements 00650-3 Agreement and Release or Any and All Claims RECORDING REQUESTED BY City of Cupertino WHEN RECORDED MAIL TO City Clerk's Office City of Cupertino 10300 Torre Avenue Cupertino, CA· 95014-3255 NO FEE IN ACCORDANCE WITH GOV. CODE 27283 DOCUMENT: 23211236 Ill II/ 11111/ I ll ll II l/1 1 /l Ill REGINA ALCOMENDRAS SANTA CLARA COUNTY RECORDER Recorded at the request of School/Co/ lege District Pages: 4 Fees.... 5.00 Taxes ... Copies .. AMT PAID 5.00 ROE # 002 2/02/2016 12:20 PM (SP ACE ABOVE THIS LINE FOR RECORDER'S USE) NOTICE OF COMPLETION CITY PROJECT NAME: Cupertino Sports Center-West Courts Renovations and Improvements /&7 Original D For Fast Endorsement "NO FEE" City of Cupertino NOTICE OF COMPLETION is hereby given in order to comply with the provisions of Section 27283 of the Government Code. This is to certify that the Notice of Completion dated February 1, 2016 for CITY PROJECT NAME: Cupertino Sports Center-West Courts Renovations and Improvements and the City of Cupertino, a governmental agency is hereby accepted by the City of Cupertino on February 1, 2016 and the grantee consents to recordation thereof by its duly authorized officer. I certify under Penalty of Perjury under the laws of the State of California that the foregoing paragraph is true and correct. Dated: By: February 2, 2016 Lauren Sapudar Senior Office Assistant CUPERTINO Recording Requested By: When Recorded Mail To: City of Cupertino 10300 Torre Ave. Cupertino, CA 95014 SPACE ABOVE THIS LINE IS FOR RECORDER'S USE NOTICE OF COMPLETION Civil Code§§ 8182, 8184, 9204, and 9208 NOTICE IS HEREBY GIVEN THAT: 1. The undersigned is the agent of the owner of the project described below. 2. Owner's full name is: City of Cupertino, California. 3. Owner's address is: City Hall, 10300 Torre Ave., Cupertino, CA 95014. 4. The nature of owner's interest in the project is: __x_ Fee Ownership Lessee Other: _________ _ 5. Construction work on the project performed on the owner's behalf is generally described as follows: City Project Name: Cupertino Sports Center -West Courts Renovations and Improvements (City Project No.: 2012-9151) Construction of new sports court, court lighting, wall fascia, and resurfacing five existing tennis courts. 6. The name of the original contractor for the project is: Guerra Construction Group, 984 Memorex Drive, Santa Clara, CA 95050 7. The project was completed on: January 29, 2016 8. The project is located at: 21111 Stevens Creek Blvd. Verification: In signing this document, I, the undersigned, declare under penalty of perjury under the laws of the State of California that I have read this notice, and I know and understand the contents of this notice, and that the facts stated in this notice are true and correct. February 1, 2016; Santa Clara County Date and Place ~ = Timm Borden Director of Public Works and City Engineer CUPERTINO CITY OF CUPERTINO CITY HALL 10300 TORRE AVENUE -CUPERTINO, CA 95014-3266 (408) 777-3354 -FAX (408) 777-3333 NOTICE OF ACCEPTANCE PROJECT NAME: Sports Center-West Courts Renovations and Improvements, Project Number 2012- 9151 Owner: Site Location: City of Cupertino 10300 Torre A venue Cupertino, CA 95114 21111 Stevens Creek Boulevard Cupertino, CA 95114 Direct Contractor: Guerra Construction Group 984 Memorex Drive Santa Clara, CA 95014 Work Description: Construction of new sports court, court lighting, wall fascia, and resurfacing five existing tennis courts. Contract Date: July 21, 2015 Date of Project Acceptance: January 29, 2016 NOITCE IS HEREBY GIVEN THAT I, Timm Borden, Director of Public Works and City Engineer of the City of Cupertino, California, do hereby certify that the improvements performed at the referenced site and as described above and in the referenced contract, which was entered into, by, and between the City of Cupertino and the Direct Contractor on the date noted above, in accordance with the plans and specifications for said work, have been completed to the City's satisfaction, subject to exceptions, and accepted as noted above. Timm Borden Director of Public Works and City Engineer January 29, 2016 Date CITY OF a CUPERTINO DATE: 11/20/2015 Confractor: Guerra Construction Group 984 Memorex Drive Santa Clara, CA 95050 SPORTS CENT.ER~ WEST COURT RENOVATIONS AND IMPROVEMENT PROJECT PROJECT NO. 2012M9151 CONTRACT CHANGE ORDER NO. 03 ~ The following changes are hereby approved, notwithstanding language in any attachment to the contrary, Contractor agrees that the amount paid pursuant hereto is full and complete compensation for the work describe cl herein for each and every entity involved in the project who is being compensated hereunder and that each and every claim for any cost for schedule impact such as a delay, iinpact, inefficiency, acceleration, extended overhead, increased supervision, compression and all other factors affecting cost arising from the subject of this Change Order is h~reby released and waived by all such Subcontractors and suppliers at all tiers. Change City Fielcl Description $1,087.00 No. Authorization No. South Side Curb Replacement (RFI 035 Rl) $3,069.00 ($1,982.00) Curb Credit 02 Total Change Order No. 02 Total Project: Original Contract Change Order No. 1 Change Order No. 2 Change Order No. 3 Revised Contract $894,200.00 $9,040.50 $7,284.04 $1,087.00 .l2JJ-;l-1-:t:tftf \Q.tL '1 \\/ b \\. ~'i Page 1 Total Change Orders $,1087.00 l $9,040.50 $7,284.04 $1,087.00 $17,411.04 Change Order 03 SPORTS CENTER~\VEST COURT RENOVATIONS AND IMPROVEMENT PROJECT PROJECT NO. 2012~9151 CONTRACT CHANGE ORDER NO. 03~ 6'fZ-- Schedule Impact: 0 calendar days Project Final Completion Date: October 30, 2015 REVIEWED BY: of Cupertino Br 1ce Biordi City Project Manager ])ate:~~~ ~ Gilbaf1e~·· Gleim Rock Senior Project Manager ])ate: /~~CJ APPROVED BY: ·Pft Cit~ ertino Page 2 · Timm Borden Director of Public Works Date: /-z, t>z,, Zo/.:l Guerra Construction Group J ahne Guerra Project Manager Date: /{//-/$~ Change Order 03 C3 LIER R..A. 1-:. r·-1 1-. .1 !"'i T 1.: LJ c ·r J LJ t-J '13 h! Ll u ~'-' 984 MEMOREX DRIVE-SANTA CLARA, CALIFORNIA -95050 TEL. 408.279.2027 FAX 408.279.2044 City of Cupertlno/Gflbane c!o Dana Johnson DJohnson1@GilbaneCo.com LIC.# 915544 11/10/2015 Re: 15-070 Cupertino Sports Center· EWO B South Side Curb Replacement Court 14 {RFI 35 R1) Dear Dana, As you requested, below is the cost associated with above referenced EWO. Cost includes labor, equipment and material. · Subtotal: $ 3,069 CREDIT (Curb to Rernafll): ___ -$:...;1:..:..;,9'"'"8-'--2 TOTAL $ 1,087 Please contact our office if you have any questions or if you need additional information regarding this matter. Best regards, Jaime Guerra Project Manager GUERRA CCli·•JSTRUCTICIN G l?CiUfl CLIENT: City of Cupertino DATE: 11/10/2015 Oay1 ' PROJECT 15-070 Cupertino Sports Center DESCRIPTION OF WORK Form, place, and finish 611 wide x 14" high x +/-14' Curb, strip forms, Clean Up Form, place, and finish 10-12" wide x 14" high x +/-14' Curb, strip forms, Clean Up DESCRIPTION I QTY COST I UNIT I EXTENSION LABOR Foreman 0 $ 82.41 0 $ - Operator 0 $ 82.41 0 $ - Mason 2 $ 76.80 6 $ 921.60 Laborer 0 $ 69.50 0 $ - $ .921.60 Mark up 33% $ 304.13 $ 1,225.73 EQUIPMENT Sawcutter 0 $ 55.00 0 $ - Bobcat 0 $ 65.00 0 $ . Skip Loader 0 $ 55.00 0 $ - Dump truck 0 $ 110.00 . 0 $ - $ - $ - Mark Up 15% $ . $ - MATERIALS Concrete i $ 175.00 2 $ 350.00 Short Load Fee 0 $ 250.00 0 $ . $ 350.00 Mark up 15% $ 52.50 $ 402.50 Subtotal: $ i,628.23 GUERRA r:n1,-JH"r'F<t.ICTIDN Gooup CLIENT: City of Cupertino DATE: 11/10/2015 Day2 PROJECT 15-070 Cupertino Sports Center DESCRIPTION OF WORK Excavate 6" below grade, compact existing subgrade, grade around curb, Install filter fabric, place and Install drain rock+/-6" x 12" x 14' DESCRIPTION f QTY COST I UNIT I EXTENSION LABOR Foreman 0 $ 82.41 0 $ " Operator 0 $ 82.41 0 $ " Mason 0 $ 76.80 0 $ - Laborer 2 $ 69.50 6 $ 834.00 $ 834.00 Mark up 33% $ 275.22 $ 1J109.22 EQUIPMENT UtHlty Truck 0 $ 29.00 0 $ . Bobcat 0 $ 65.00 0 $ - Skip Loader 0 $ 55.00 0 $ - Dump truck 0 $ 110.00 0 $ " $ - $ - Mark Up 15% $ - $ - MATERIALS Rebar and epoxy I Forms, weeps, filter fabrfc 1 $ .288.19 1 $ 288.19 Drain Rock 0 $ " 0 $ " 0 $ -0 $ . $ 288.19 Marl< up 15% $ 43.23 $ 331.42 Subtotal: $ 1,440.64 GUERRA C: D t-.J D Tl:./ i.11':'1' !U 1'! G RO U f'.' CLIENT: City of Cupertino DATE: 11/10/2015 CREDIT ' PROJECT 15-070 Cupertino Sports Center DESCRIPTION OF WORK Form, place, and finish 6" x +/-14' Curb (Curb was to Remain but we removed) CREDIT DESCRIPTION I QTY COST I UNIT I EXTENSION LABOR Foreman 0 $ 82.41 0 $ . Operator 0 $ 82.41 0 $ - Mason ·2 $ 76.80 6 $ 921.60 Laborer 1 $ 69.50 6 $ 417.00 $ 1,338.60 Mark up 33% $ 441.74 $ 1,780.34 EQUIPMENT Sawcutter 0 $ 55.00 0 $ - Bobcat 0 $ 65.00 0 $ - Skip Loader 0 $ 55.00 0 $ - Dump truck 0 $ 110.00 0 $ " $ . $ - Mark Up 15% $ - $ . MATERIALS Concrete 1 $ 175.00 1 $ 175.00 Short Load Fee 0 $ 250.00 0 $ - $ 175.00 Mark up 15% $ 26.25 $ 201.25 Subtotal: $ 1,981.59 CITY OF a CUPERTINO DATE: 10/28/2015 Contractor: Guerra Construction Group 984 Memorex Drive Santa Clara, CA 95050 ·.: ....... \ ... · SPORTS CENTER-WEST COURT RENOVATIONS AND IMPROVEMENT PROJECT PROJECT NO. 2012-9151 CONTRACT CHANGE ORDER NO. 02 The following changes are hereby approved, notwithstanding lnnguage in any ntt<ichment to the contrnry, Contractor agrees that the amount pnid purs1rnnt hereto is full and complete compensation for the work described herein for each and every entity involved Jn the project who is being compensated hereunder and that each and every claim for any cost for schedule impact such as a delay, impact, inefficiency, accelerntion, extended overhead, increased supervision, compression and all other factors aJTecting cost arising from the subject of this Change Order is hereby released and waived by all such Subcontrnctors .and suppliers at all tiers. , _c_1_1a_n_g_e.__~C-i-ty~F-ie-ld~~'----~~~~~~~~~~~·-t_·~~~~~~~~-'-~~~~~~~_,I~ _ No. Authorization No. cscrip ion · , • f/t/ Demo & Put Back Sidewalk per RFI 019. Difference from 2x6 to 2x8 Studs for Ball Wall per RFI 032. 02 Additional Pickle Ball Court Striping, $2292.04 $1780,00 $3212.00 Totul Change Order No. 02 _______ $_7,28~~ Total Project: Original Contract Change Order No. 1 Change Order No. 2 Revised Contract $894,200.00 $9,040.50 $7,284.04 -$~10,624.04 - ~ 9 l o/SZL/-'. 0Lf <'.'.:.M L- Page 1 Total Change Orders $9,040.50 $7,284.04 "1j;f{;) 3 24. 0 4· a 1<o,-s24-.5cr L..IV\ <-- Change Order 02 SPORTS CENTER~ WEST COURT RENOVATIONS AND IMPROVEMENT PROJECT PROJECT NO. 2012"9151 CONTRACT CHANGE ORDER NO. 02 Schedule Impnct: 0 calemfar dRys Project Final Completion Dnte: October'30, 2015 REVIEWED BY: fU' City of Cupertino Bruce Biordi City Project Mimagel' Date: l I {1 /15 Senior Project Manager Date: fr~/; //i Page 2 APPROVED BY: City of Cupe1:tino Timm Borden Dfrector of Public Works Date: ~ \ [ '1U S ~ '·· Jaime Guerrn Pl'oject Manager Change Order 0:2 984 MEMOREX DRIVE-SANTA CLARA, CALIFORNIA· 95050 TEL. 408.279.2027 FAX 408.279.2044 City of Cupertlno/Gllbane c/o Dana Johnson DJohnson1@GilbaneCo.com Re: 15-070 Cupertino Sports Center· EWO #4 Demo and Put Back Sidewalk per (RFI 19) Dear Dana, As you requested, below Is the cost associated with above referenced EWO. Cost includes labor, equipment and material. Demo 90 SqFt of sidewalk Form and install rebar for concrete pour TOT AL $ 2,292 '. , Jff i"J:!ir9IAh .. ~\;\':$2,2s?~94) LIC.# 915544 9/16/2015 Please contact our office if you have any questions or If you need addltronal Information regarding this matter. Best regards, Jose Corona Assistant Project Manager GUERRA f':1 f:'lN ~~ T·h~ LI C:T ! LJJ'-l G f'~D U r-1 CLIENT: City of Cupertino DATE: 9/16/2015 PROJECT 15-070 Cupertino Sports Center DESCRIPTION OF WORK Demo 90 Sqft of Sidewalk DESCRIPTION I QTY COST I UNIT I EXTENSION LABOR Foreman 0 $ 82.41 0 $ - Operator 1 $ 82.41 2 $ 164.82 Mason 0 $ 76.80 0 $ - Laborer 1 $ 69.50 1 $ 69.50 $ 234.32 Mark up 33% $ 77.33 $ 311.65 EQUIPMENT Sawcutter 0 $ 55.00 0 $ . Bobcat 1 $ 65.00 2 $ 130.00 Skip Loader 0 $ 55.00 0 $ - Dump truck 1 $ 110.00 1 $ 110.00 $ . $ 240.00 Mark Up 15% $ 36.00 $ 276.00 MATERIALS Dump 1/2 load of concrete 1 $ 100.00 1 $ 100.00 0 $ . 0 $ . $ 100.00 Mark up 15% $ 15.00 $ 115.00 Subtotal: $ 702.65 GUERRA t: ci H i.-~T;f.~ 1.J r:·r1 i:'.:fN G 1c~u u P CLIENT: City of Cupertino DATE: 9/16/2015 PROJECT 15-070 Cupertino Sports Center DESCRIPTION OF WORK Form, install rebar and pour concrete DESCRIPTION I QTY COST I UNIT I EXTENSION LABOR Foreman 0 $ 82.41 0 $ - Operator 0 $ 82.41 0 $ " Mason 2 $ 76.80 4 $ 614.40 Laborer 1 $ 69.50 4 $ 278.00 $ 892.40 Mark up 33% $ 294.49 $ 1,186.89 EQUIPMENT Sawcutter 0 $ 55.00 0 $ " So beat 0 $ 65.00 0 $ - Skip Loader 0 $ 55.00 0 $ - Dump truck 0 $ 110.00 0 $ . $ - $ - Mark Up 15% $ - $ - MATERIALS Concrete 1 $ 175.00 2 $ 350.00 0 $ . 0 $ - $ 350.00 Mark up 15% $ 52.50 $ 402.50 Subtotal: $ 1,589.39 13 LI ER.Fl~ Cl L..l f•J bl 'Thi LI L:J "1. I L.'i l'-·i !'.:3 hl 'LJ Ll ~.J 984 MEMOREX DR!VE-SANTA CLARA, CALIFORNIA~ 95050 TEL. 408.279.2027 FAX 408.279.2044 City of Cupertfno/Gllban_e c/o Dana Johnson DJohnson1@GilbaneCo.com Re: 15-070 Cupertino Sports Center· EWO #6 Difference from 2x6 to 2x8 Studs (RFI 32) Dear Dana, As you requested, below is the cost associated wlth above referenced EWO. Cost inclucjes labor, equipment and material. TOT AL $ 1 1780 UC.# 915544 10/16/2015 Please contact our office if you have any questions or if you need additional Information regarding this matter. Best regards, Jaime Guerra Project Manager GUERRA t: DI'•! S'.-1 TH l .I f': TI Cl'H (::l !;? t'."I I J 1"'-'l CLIENT: City of Cupertino DATE: 10/16/2015 PROJECT 15-070 Cupertino Sports Center DESCRIPTION OF WORK Material Difference between 2x6 studs to 2x8. DESCRIPTION I QTY COST I UNIT I EXTENSION LABOR Foreman 0 $ 82.41 0 $ . Operator 0 $ 82.41 0 $ . Mason 0 $ 76.80 0 $ . Laborer 1 $ 69.50 4 $ 278.00 $ 278.00 Mark up 33% $ 91.74 $ 369.74 EQUIPMENT Sawcutter 0 $ 55.00 0 $ - Bobcat 0 $ 65.00 0 $ . Skip Loader 0 $ 55.00 0 $ ft Dump truck 0 $ 110.00 0 $ . $ . $ . Mark Up 15% $ ff $ ff MATERIALS Material Re-Stoking fee 1 $ 350.00 1 $ 350.00 Material Difference 1 $ 876.68 1 $ 876.68 $ 1,226.68 Mark up 15% $ 184.00 $ 1,410.68 Subtotal: $ 1,780.42 _ ........ . UC.# 915544 13 LI E R. R..A. 984 MEMOREX DRIVE-SANTA CLARA, CALIFORNIA-95050 TEL 408.279.2027 FAX 408.279.2044 10/27/2015 City of Cupertlno/Gllbane c/o Dana Johnson DJohnson1@GilbaneCo.com Re: 15·070 Cupertino Sports Center· EWO 7 Stripe (1) Additional Pickel Ball Court Dear Dana, As you requested, below Is the cost associated with above referenced EWO. Cost Includes labor, equipment and material. SubCosts (Vintage): $ 2,880.00 15% GC Markup: $ 432.00 Subtotal $ 3,312.00 0% BOND $ Total: $ 3,312.00 TOTAL $ 3,312 Please contact our office If you have any questions or If you need additional information regarding this matter. Best regards, Juan Carlos Esquivel Assistant Project Manager Created Date .cii.ent Contact Name Proposal To Name Ema II Phone SMI FR.lllCJSCO n61 OC!AN AVENUE SAN FRANCISCO, ~A 9H27·260S 9, ~IS.211.1602 f, 4l 5.212.l 60l 10/27/2015 Omar Hernandez Guerra Construcllon Group pro-eng@guerraco.com (408) 279-2027 ItCENS!i: NO. 4HH30 Vt NT AGE NAP.\ llOO OR~tN ISU~O ROAi> AMe~ICMI CAN~ON, CA 9HOl Pc 707,l3l.1Ul MONHREY: 8ll.6Sl.02tl Co11t1·actors, Inc. PROPOSAL & CONTRACT Proposal Number 0890 Opportunity Owner Tony Edwards EJ'.Qirul_t Proposal Name CSC Change Order 1 and 2 PLAYING LINES: Apply playfng lines according to game court plans and diagram. Add pickle ball to addltlonaf court ·~'~wru~•.Bpt~r. A,<lrJ: f G!>~i~fi~0 ()p e~T~.~ ~1u~ .~· 1~~·~i:;;(;<?V~s··~.~~j':b~W~t6,it1§U~:@t'..¥3s?1cci,~~> Subtotal $2,860.00 We hereby propose to furnish labor and materials-complete fn accordance with the above specifications, for the sum of; Grand Total $2,880.00 All materlal Is guaranteed to be as speclJied. All work to be completed In a workmanlike manner according lo standard practices. Any alteration or devlaHon from above specifications involving extra costs, will be executed onfy upon written orders, and will become an extra charge over and above the estimate. All agreements contingent upon strikes, accidenls or delays beyond our control. Owner to carry lire, tornado and other necessary Insurance. Our workers are fully covered by Workmen's Compensation Insurance. Note: This proposal may be wlthdrawn by us ff not accepted within 30 days, Jn the event legal action is Instituted by either party hereto, the prevalllng party shall be entitled to reasonable attorney's fees and costs. Authorized Signature; Acceptance of Proposal The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized to do the work as specified. Payment will be made as ou!llned above. Accepted: _________ _ Date: ___________ _ CITY OP a CUPI:RTINO DATE: 09/15/2015 Contractor: Guerra Construction Group 984 Memorex Drive Santa Clara, CA 95050 SPORTS CENTER· WEST COURT RENOVATIONS AND IMPROVEMENT PROJECT PROJECT NO. 2012·9151 CONTRACT CHANGE ORDER NO. 01 The following changes are hereby approved, notwithstanding language in any attachment to the contrary, Contractor agrees that the amount paid pursuant hereto is full and complete compensation for 1he wo1·k described herein for coeh and every entity Involved In the project who is being compensated hereunder and that each and every claim for any cost for schedule impact such as a delay, impact, inefficiency, acceleration, extended overhead, hicrcased supervision, compression and all other factors affecting cost arising from the subject of this Change Order is hereby released and waived by all such Subcontractors and suppliers at all tiers. Change City Field No. Authorization No. 01 ' Description· Remove and dispose of(+/·) 1150 SF at 4" of existing asphalt found under existing concrete walkways marked for demolition. (EWO #2 RI) Remove and dispose of 16 concrete footings encountered along the new basketball court. (EWO #3 Rl) <;;O $9,040,pif $3,425.30 $5;615.20 Total Change Order No. 01 $9,040.50 Total Project: Original Contract Change Order No. I Revised Contract $894,200.00 $9,040.50 $903,240.50 $9,040.50 Total Change Orders $9,040,!51> Change Order 01 Page 1 SPORTS CENTER-WEST COURT RENOVATIONS AND IMPROVEMENT PROJECT PROJECT NO. 2012-9151 CONTRACT CHANGE ORDER NO. 01 Schedule Impact: 0 calendar days P1•oject Final Completion Date: October 30, 2015 REVIEWED BY: :t of Cupertino · ruce Biordi City project Manager Date: ____ _ APPROVED BY: Date:. ______ _ G~~; cs:~:;;-;; :--stP - Glenn Rock Senior Project Manager Date: 1/zrb 1 V 0 Page 2 Guerra Constrnction Group Jaime Guerra Project Manager 1··z,5.,15 Date: ______ _ Change Order 01 ,. ' ;,· GUERRA C.'! r.J ?··1 m 'Tr~ LJ CJ~r, CJ hi f:i;} ri' r:.:1 I~ r ~ 984 ME:MOREX DRIVE· SANTA CLARA, CALIFORNIA" 95060 TEL. 408.279.2027 FAX 408.279.2044 Olly oF Cupertlno/Gllbane c/o Dana Johnson DJohnson1@GllbaneCo.com Re: 15·070 Cupertino Sports Center" r:.wo 113 R1 Concrete Footings Removal (RFI 8) Dear Dana, As you requested, below Is the cost associated wllh abovo reForonced r:.wo. 9.6s.t Includes labor, equipment and material. RetnOV(J 1md dispose of 16 oa conorete footings encountered 11/ong Ille new basketball court TOTAL $ 6,615,IW LIO.# 915544 9/2/2015 Please contact our office If you have any ques11ons or If you need additional Information regarding this matter. · Best regards, Jose Corona Assistant Project Manager GUERRA Cl t.11 .. l!:'l T··~i u 1.::1· 11:1 N c::; r~ 1:'J l.J p CLIENT: City of Cupertino DATE: PROJECT: 15·070 Cupertino Sports Center J.Jt:SCRIPTION OF WORK DESCR1PTION I QTY GOST I UNIT I EXTENSION LABOR Foreman 0 $ 82.41 0 $ . Operator 1 $ 82.41 . 12 $ 988,92 Mason 0 $ 76.80 0 $ - Laborer 2 $ 69.50 12 $ i,668.00 $ 2,656.92 Mark up 33% $ 876.78 $ 3,633.70 EQUIPMENT Sawcutter 0 $ 55,00 0 $ . Boboat w/ breaker 1 $ 65.00 4 $ 260.00 Skip Loader 1 $ 55.00 4 $ 220.00 Dump truck 2 $ 110.00 4 $ 880.00 $ . $ 1,360.00 Mark Up 15% $ 204.00 $ ' 1,564.00 MATERIALS Dump i $ 225.00 2 $ 450.00 0 $ . 0 $ . $ 450.00 Mark up 15% $ 67.50 $ 517.50 Subtotal: $ 5,615,20 ' .... .. , . -•' LIC,# 915544 C3 LI.ER RA 1::; o r .. 1 t3 '1" 'f·~ u 1;.i .,~ r 1::·1 t--J r.& p<'; rt 1 1 r=i 984 MEMOReX DRIVE· SANTA CLARA, CALIFORNIA· 95050 TEL, 408:279.2027 FAX 408.279.2044 912/2015 Olly of Cuperllno/Gllbane clo Dana Johnson DJohnson1@GJlbaneCo.com Re: 15·070 Cupertino Sports Center· l:WO #2 R1 Addition al Asphalt Removal {RFI 2) Doar Dana, As you requested, below Is the cost associated wltl1 above referenced l:WO, Cost Includes labor, equipment and material, Remove and dispose of +I· 1150 SF al 4" of existing asp/1a/I found under existing concrete walkways marked for demolition TOTAL $ Credit for removal of baserook {+/. 1180 SF at 4'J TOTAL $ {A,.14&)(~,~~{a 1 'f_D) GRAND TOTAL $ Please contact our office If you have any questions or I( you need addltlonal Information regarding this matter, Best regards, Jose Corona Assistant Project Manager ' ' CLIENT: City of Cupertino OATE: PROJECT: ·16·070 Cupertino Sports Center DESCRIPTION OF WORI< DESCRIPTION I QTYI ·COST I UNIT l EiXTENSION LABOR Foreman 0 $ 82.41 0 $ - Operator 1 $ 82.41 12 $ 988.92 Mason 0 $ 76,80 0 $ . Laborer 2 $ 69.50 12 $ 1,668.00 $ 2,656.92 Mark up 33% $ 876.78 $ 3,533.70 EQUIPMENT Sawoutter 1 $ 55.00 4 $ 220.00 Bobcat w/ breaker 1 $ 65.00 4 $ 260.00 Skip Loader 1 $ 55,00 4 $ 220.00 Dump truck 1 $ 110,00 8 $ 880,00 $ . $ 1,680.00 Mark up 15% $ 237.00 $ 1,817,00 MAiERIALS Dump 1 $ 226,00 2 $ 450.00 0 $ . 0 $ -$ 460.00 Mark up '16% $ 67.50 $ 617.50 Subtotal: $ 6,868.20 (,-.... .. . ,,,, ..... ,. .... GUERRA i;:!(~11'-1~1Tl'!WC:rf\r..lH Glr.<OlJP CLIENT: City of Cupertino · PATE: PROJECT: 15-070 Cuperllno Sports Center DESCRIPTION OF WORK OEScRIPTION I QTY COST I UNIT I Ex TENSION LABOR Foreman 0 $ 82.41 0 $ . Operator 1 $ (82.41) 4 $ (329.64) Mason 0 $ 76.80 0 $ . Laborer 2 $ (69.50) 4 $ (556,00 $ (885.64) Mark up 33% $ (292.26) $ (1,177.90) EQUIPMENT Sawcutter 0 $ 56.00. 0 $ . Skip Loader 1 $ (55.00) 4 $ (220,00) Dump truck 1 $ (110.00) 8 $ (880.00) $ . $ (1,100.00) Mark up 15% $ (165.00) $ (1,265.00} MATERIALS Dump • NIA If clean 0 $ . 0 $ . 0 $ " 0 $ . $ . Mark up 15% $ " $ . Subtotal: $ (2,442.90) I L Project No.2012-9151 DOCUMENT 00520 CONTRACT THIS CONTRACT, dated this 21s'day of July, 2015,by and between Guerra Construction Group whose place of business is located at 948 Memorex Drive Santa Clara CA 95050 ("Contractor"), and the CITY OF CUPERTINO, a Municipal Corporation of the State of California("City")acting under and by virtue of the authority vested in the City by the laws of the State of California. WHEREAS,City,on the 21 day of July;2015 awarded to Contractor the following Project: PROJECT NUMBER 2012-9151 CUPERTINO_SPORTS CENTER-`?VEST COURT IMPROVEMENT AND -. .___... . .. RENOVATIONS NOW,THEREFORE, in consideration of the mutual covenants hereinafter set forth, Contractor and City agree as follows: Article 1. Work 1.1 Contractor shall complete all Work specified in the Contract Documents,in accordance with the Specifications, Drawings,and all other terms and conditions of the Contract Documents. Article 2. Agency and Notices to City 2.1 City has designated Katy Jensen, to act as City's Authorized Representative(s), who will represent City in performing City's duties and responsibilities and exercising City's rights and authorities in Contract Documents. City may change the individual(s) acting as City's Authorized Representative(s), or delegate one or more specific functions to one or more specific City's Representatives, including without limitation engineering, architectural, inspection and general administrative functions, at any time with notice and without liability to Contractor. Each City's Representative is the beneficiary of all Contractor obligations to City, including without limitation, all releases and indemnities. 2.2 City has designated Callander Associates Landscape Architects to act as Project Consultant. City may change the identity of the Landscape Consultant at any time with notice and without liability to Contractor. 2.3 City has designated Gilbane Building Company to act as Construction Managers. City may change-the identity of the Construction Manager at any time with notice and without liability to Contractor. 2.4 All notices or demands to City under the Contract Documents shall be to City's Authorized Representative at: 10300 Torre Avenue,Cupertino,California 95014 or to such other person(s)and address(es)as City shall provide to Contractor. Article 3. Contract Time and Liquidated Damages 3.1 Contract Time. The Contract Time will commence to run on the date indicated in the Notice to Proceed. City may give a Notice to Proceed at any time within 30 Days after the Notice of Award. Contractor shall not do any Work at the Site prior to the date on which the Contract Time commences to run. City of Cupertino 00520-1 Contract Sports Center-West Court Renovations and Improvements Project No.2012-9151 Contractor shall achieve Final Completion of the entire Work and be ready for Final Payment in accordance with Section 00700(General Conditions)by Friday,October 30,2015 3.2 Liquidated Damages. City and Contractor recognize that time is of the essence of this Contract and that City will suffer financial loss in the form of contract administration expenses(such as project management and consultant expenses), if all or any part of the Work is not completed within the times specified above,plus any extensions thereof allowed in accordance with the Contract Documents. Consistent with Document 00700 (General Conditions), Contractor and City agree that because of the nature of the Project, it would be impractical or extremely difficult to fix the amount of actual damages incurred by City because of a delay in completion of all or any part of the Work. Accordingly,City and Contractor agree that as liquidated damages for delay Contractor shall pay City: 3.2.1 $5,000 for each Calendar Day that expires after the time specified herein for Contractor to achieve any date as-specified-above:----.__.._._.._.___._.__--- _.. . 3.2.2 $2,000 for each Calendar Day that expires after the time specified herein for Contractor to achieve Final Completion of the entire Work as specified above. 3.2.3 $3,000 for each occurrence of a violation of Document 00800, Section 1.7 WORK DAYS AND HOURS. 3.2.4 Three Months Salary for each Key Personnel named in Contractor's SOQ pursuant to Article 2.G of Document 00450 (Statement of Qualifications for Construction Work) who leaves the Project and/or Contractor replaces at any point before Final Completion, for any reason whatsoever, that Contractor can demonstrate to City's satisfaction is beyond Contractor's control. Liquidated damages shall apply cumulatively and, except as provided below, shall be presumed to be the damages suffered by City resulting from delay in completion of the Work. Contractor should be aware that California Department of Fish and Game, and other State and Federal agencies, may also levy fines and penalties for the harming, harassing or killing of protected wildlife and endangered species. Contractor hereby agrees to become familiar with and adhere to wildlife and endangered species protection requirements. 3.3 Liquidated damages for delay shall only cover administrative, overhead, interest on bonds, and general loss of public use damages suffered by City as a result of delay. Liquidated damages shall not cover the cost of completion of the Work, damages resulting from defective Work, lost revenues or costs of substitute facilities, or damages suffered by others who then seek to recover their damages from City(for example, delay claims of other contractors,subcontractors,tenants,or other third-parties),and defense costs thereof. Article 4. Contract Sum 4.1 City shall pay Contractor the Contract Sum for completion of Work in accordance with Contract Documents as set forth in Contractor's Bid,attached hereto: See Exhibit"A"attached Article 5. Contractor's Representations In order to induce City to enter into this Contract,Contractor makes the following representations and warranties: 5.1 Contractor has visited the Site and has examined thoroughly and understood the nature and extent of the Contract Documents, Work, Site, locality, actual conditions, as-built conditions, and all local conditions, and federal, state and local laws and regulations that in any manner may affect cost, progress, performance or City of Cupertino 00520-2 Contract Sports Center-West Court Renovations and Improvements C Project No.2012-9151 furnishing of Work or which relate to any aspect of the means,methods,techniques, sequences or procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. 5.2 Contractor has examined thoroughly and understood all reports of exploration and tests of subsurface conditions, as-built drawings, drawings, products specifications or reports, available for Bidding purposes, of physical conditions, including Underground Facilities, which are identified in Document 00320 (Geotechnical Data,Hazardous Materials Surveys and Existing Conditions),or which may appear in the Drawings. Contractor accepts the determination set forth in these Documents and Document 00700 (General Conditions) of the limited extent of the information contained in such materials upon which Contractor may be entitled to rely. Contractor agrees that except for the information so identified, Contractor does not and shall not rely on any other information contained in such reports and drawings. 5.3 Contractor has conducted or obtained and has understood all such examinations, investigations, explorations, tests, reports and studies (in addition to or to supplement those referred to in Section 5.2 of this Document 00520) that pertain to the subsurface conditions, as-built conditions, underground facilities, and all other physical-conditions at or contigu0r4Spogress;—performance or—__- -_-- furnishing of Work,as Contractor considers necessary for the performance or furnishing of Work at the Contract Sum, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Document 00700 (General Conditions); and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by Contractor for such purposes. 5.4 Contractor has correlated its knowledge and the results of all such observations, examinations, investigations, explorations,tests,reports and studies with the terms and conditions of the Contract Documents. 5.5 Contractor has given City prompt written notice of all conflicts, errors, ambiguities, or discrepancies that it has discovered in or among the Contract Documents and as-built drawings and actual conditions and the written resolution thereof through Addenda issued by City is acceptable to Contractor. 5.6 Contractor is duly organized, existing and in good standing under applicable state law, and is duly qualified to conduct business in the State of California. 5.7 Contractor has duly authorized the execution, delivery and performance of this Contract, the other Contract Documents and the Work to be performed herein. The Contract Documents do not violate or create a default under any instrument,contract,order or decree binding on Contractor. 5.8 Contractor has listed Subcontractors pursuant to the Subcontractor Listing Law, California Public Contracting Code§4100 et seq.in document 00340(Subcontractors List) Article 6. Contract Documents 6.1 Contract Documents consist of the following documents,including all changes,addenda,and modifications thereto: Document 00400 Bid Form Document 00430 Subcontractors List Document 00450 Statement of Qualifications Document 00481 Non-Collusion Affidavit Document 00482 Bidder Certifications Document 00510 Notice of Award Document 00520 Contract Document 00530 Insurance Forms Document 00550 Notice to Proceed Document 00610 Construction Performance Bond Document 00620 Construction Labor and Material Payment Bond City of Cupertino 00520-3 Contract Sports Center-West Court Renovations and Improvements T Project No.2012-9151 Document 00630 Guaranty Document 00650 Agreement and Release of Any and All Claims Document 00660 Substitution Request Form Document 00680 Escrow Agreement for Security Deposit in Lieu of Retention Document 00700 General Conditions Document 00800 Special Conditions Document 00820 Special Environmental Conditions Document 00821 Insurance Document 00822 Apprenticeship Program Technical Specification/Special Provisions Addenda(s) Drawings/Plans 6.2 There are no Contract Documents other than those listed in this Document 00520,Article 6. Document 00320 Geotechnical Data, Hazardous Material Surveys and Existing Conditions), and the information supplied t-herein--are--not-Contract-Documents ---The- Contract__Documents--may only-=be- amended, -modif ed or=--=-- --- -:- supplemented as provided in Document 00700(General Conditions). Article 7. Miscellaneous 7.1 Terms used in this Contract are defined in Document 00700 (General Conditions) and will have the meaning indicated therein. 7.2 It is understood and agreed that in no instance are the persons signing this Contract for or on behalf of City or acting as an employee, agent, or representative of City, liable on this Contract or any of the Contract Documents, or upon any warranty of authority, or otherwise, and it is further understood and agreed that liability of the City is limited and confined to such liability as authorized or imposed by the Contract Documents or applicable law. 7.3 Contractor shall not assign any portion of the Contract Documents, and may subcontract portions of the Contract Documents only in compliance with the Subcontractor Listing Law, California Public Contracting Code§4100 et seq. 7.4 The Contract Sum includes all allowances(if any). 7.5 In entering into a public works contract or a subcontract to supply goods, services or materials pursuant to a public works contract, Contractor or Subcontractor offers and agrees to assign to the awarding body all rights, title and interest in and to all causes of action it may have under Section 4 of the Clayton Act(15 U.S.C. §15)or under the Cartwright-.Act(Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time City tenders final payment to Contractor,without further acknowledgment by the parties. 7.6 Copies of the general prevailing rates of per diem wages for each craft, classification,or type of worker needed to execute the Contract,as determined by Director of the State of California Department of Industrial Relations, are deemed included in the Contract Documents and on file at City's office,or may be obtained of the State of California web site http://www.dir.ca.gov/DLSR/PWD/Northem.html and shall be made available to any interested party on request. Pursuant to Section 1861 of the Labor Code, Contractor represents that it is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that Code, and Contractor shall comply with such provisions before commencing the performance of the Work of the Contract Documents. 7.7 Should any part,term or provision of this Contract or any of the Contract Documents,or any document required herein or therein to be executed or delivered, be declared invalid, void or unenforceable, all remaining parts, City of Cupertino 00520-4 Contract Sports Center-West Court Renovations and Improvements Project No.2012-9151 terms and provisions shall remain in full force and effect and shall in no way be invalidated, impaired or affected thereby. If the provisions of any law causing such invalidity, illegality or unenforceability may be waived,they are hereby waived to the end that this Contract and the Contract Documents may be deemed valid and binding contracts, enforceable in accordance with their terms to the greatest extent permitted by applicable law. In the event any provision not otherwise included in the Contract Documents is required to be included by any applicable law, that provision is deemed included herein by this reference(or, if such provision is required to be included in any particular portion of the Contract Documents, that provision is deemed included in that portion). 7.8 This Contract and the Contract Documents shall be deemed to have been entered into in the County of Santa Clara, State of California, and governed in all respects by California law(excluding choice of law rules). The exclusive venue for all disputes or litigation hereunder shall be in Santa Clara County. Both parties hereby waive their rights under California Code of Civil Procedure Section 394 to file a motion to transfer any action or proceeding arising out of the Contract Documents to another venue. Contractor accepts the Claims Procedure in Document 00700,Article 12,established under the California Government Code,Title 1,Division Chapter City of Cupertino 00520-5 Contract Sports Center-West Court Renovations and Improvements ry Project No.2012-9151 IN WITNESS WHEREOF the parties have executed this Contract in quadruplicate the day and year first above written. SPORTS CENTER-WEST COURT RENOVATIONS AND IMPROVEMENTS PROJECT CITY: CONTRACTOR: CITY OF CUPERTINO,a Municipal Corporation of the Guerra Const action Group,a California Corporation State of California By: Signature] Attest: dc),Uwe bioufn L Please print name here] City Clerk: Grace Schmidt ppro d as'to form by CiWAttorney: Title: If Corporation: Chairman,President,or Vice President] A, City orney: carurCorade By: Signature] I hereby certify,under penalty of perjury,that David Brandt, Please print naive here] City Manager of the City of Cupertino was duly authorized to execute this document on behalf of the City of Cupertino. Title: If Corporation: Secretary,Assistant Secretary, Chief Financial Officer,or Assistant Treasurer] Dated: I cs Sq4 4J State Contractor's License No. Classification d'David Brandt,City Manager of the City of Cupertino,a Expiration Da Municipal Corporation of the State of California Designated Representative: Taxpayer ID No. l o(D(3000 3(V Name:Timm Borden Name:Va l m e C-1 4 a ra Title:Director of Public Works Title: P r-es`eler,1 Address: 10300 Torre Ave., Cupertino, CA 95014 Address:9 8 McmoY-,ex bP- qV1 9)v Phone:408-777-3354 Phone: 0 0'209 26 Z Facsimile:408-777-3333 Facsimile: AMOUNT: $ 894,200.NOTARY ACKNOLEDGEMENT IS REQUIRED. IF A ACCOUNT NUMBER:580-90-896-900-905-SPOT 002- CORPORATION, CORPORATE SEAL AND CORPORATE 03-01 $110,000; 420-90-904-900-905-SPCT 003-03-01 NOTARY ACKNOWLEDEMENT AND FEDERAL TAX ID ARE REQUIRED. IF NOT A CORPORATION SOCIAL SECURITY 784,200 NO.IS REQUIRED FILE NO.: 92,053.06 END OF DOCUMENT City of Cupertino 00520-6 Contract Sports Center-West Court Renovations and Improvements y ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Santa Clara On July 29, 2015 before me, Lydia E Arroyo Reynolds, Notary insert name and title of the officer) personally appeared Jaime S Guerra who proved to me on the basis of satisfactory evidence to be the persons whose nameW) is/,@ ° subscribed to the within instrument and acknowledged to me that he/ executed the same in his/ham-^d-p authorized capacity(; }, and that by hisftrr signature(s) on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of,the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. LYDIA E.ARROYO-REYNOLDS COMM. x#2094483, zoNotaryPublic•California oZSantaClaraCounty Comm. res Dec.21,2018 Signature Seal) Carztraotor's Name: Guerra Construction Group EXHIBITA Project No,2012-9151 ADDENDUM NO. 1 DOCUNMNT 00400 BID FORM To be submitted as part of Envelope"A"by the time and date specified in Document 00200(Instructions to Bidders). TO THE HONORABLE CITY COUNCIL OF THE CITY OF CUPERTINO TRIS BID IS SUBMITTED BY: Guerra Construction Group Firm/Cbmpany Name Re: PROJECT•NU11MER 2012-915I: SPORTS CENTER-WEST COURT RENOVATIONS AND IM.PRO'VEMENTS 1. Ilia undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into a contraot with the City cif Cupertino ("City") in the form included in the Contract Documents, Document 00520 (Contract), to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Sum and within the Contract Time indicated hi this Bid. and in accordance with all other terms and conditions of the Contract Documents, All portions of this Bid Form must be comp,loted and signed before the bid is submitted, Failure to do so will result in the bid being rejected as non-responsive, 2. Bidder accepts all of tho terms and conditions of the Contract Doculmnts,Document 00100(Advertisement for Bids), and Document 00200 (Instructions to Bidders), including, without limitation, those dealing with the disposition of Bid Security, This Did will remain sub aO to acce mance for 90 Da.s after the day of Bid opening. 3. Bidder has visited the Site and performed all tasks,research,investigation,reviews, examinations, and analysis and given notices,regarding the Project and the Site,as set forth in Document 00520(Contract),Article-5. 4. Bidder has given City prompt written notice of all conflicts, errors, ambiguities, or discrepancies that it has cliscovered in or.ninong the Contract Documents and as-built drawings and actual conditions and the written resolution thereof through Addenda issued by City is acceptable to Contractor. 5. Bidder attended the 11re-Bid Meeting, YES X INTO 6. Subcontractors for work included in all Bid items,in accordance with the criteria in the Public Contract Codo, are listed on the attachod Document 00430(Subcontractors List), 7. The undersigned Bidder understands that City reserves the right to reject this Bid. 8. If written notico of the acceptance of this Bid,hereinafter referred to as Notice of Award,is mailed or delivered to tho undersigned Bidder within the time described in paragraph 2-of this Document 00400 or at any other time thereafter before it is withdrawn, the undersigned Bidder will execute and deliver the doclunents required by Docunnait 00200(Instructions to Bidders)within the tinges specified therein.These documents include,but are not litnited to,Docurneht 00520(Contract),Doculbont 00610(Construction Performance Bond),and Document 00620(Construction Labor and Material Payrnent Bond), 9, Notice of Award or request for additional infor.Lnation may be addressed to the undersigned Bidder at the address set forth below on the signature page. City of Cupertino B W Form Sports Center-West Court 00400-1 itenovations and Inrnp ovements ADDENDUM NO. I EXHIBIT Contractor's Name;Guerra Construction Group Project No.2012-9 15 1 A.DPENDUM NO. 1 10, ! The undersigned Bidder herewith encloses cash, a cashier's check, or certified check of or on a responsible bank in the United States,or a corporate surety bond furnished by a surety authorized to do a surety business in the State-of California, in form specified in Document 00200 (Instructions to Bidders), in the amount of ten percent(10%)of the total of Base Bid and inade payable to the"City of Cupertino". 11. The undersigned Bidder agrees to commence Work under the Contract Docutnents on the date established in Document 00700(General Conditions)and to complete all work within the tilne specified in Document 00520 Contract). The undersigned Bidder acknowledges that City has reserved the right to delay or modify 1110 commencement date. The undersigned Bidder fiu•ther acknowledges City has reserved the right to perform Independent work at the Site,the extent of such work may not be determined until after the openhig.of the Bids, and that the undersigned Bidder will be required to cooperate with such other work in accordance with the requirements of the Contract Documents. 12. The undersigned Bidder agrees that, in accordance with Document 00700 (General Conditions), Iiquidated for..failure .to .complete.--all:-Work in.the...:Contraet..w.ithin the thne._..specified.li Document..-O-0.520. ._ .._ Contract)shall be as set forth in Document 00520(Contract). NOTICE, Required Contractor and Subcontractor Registration [Appfies , if Bid is submWed on or after March 1, 2015 or if Contract is awarded on or gfterAril 1, 20.151 1.. Owner shall accept Bids only from Bidders that (along with all Subcontractors listed in Document 00430, Subcontractors , List) are currently registered and qualified to perform public work pursuant to Labor Code Section 1725.5, 2. Subject to Labor Code Sections 1771.1(c) and (d), any Bid not complying with paragraph, above, shall be returned and not considered; provided that if Bidder is a joint 'venture (Business & Professions Code Section 7029.1_) or if federal funds are inNA ed in the Contract Labor Code Section I771.1(a)), Owner may accept a non-complying Bid provided that Bidder and all listed Subcontractors -are registered -at; the time of Contract award. City of*Cupertino Bid Forin Sports Center-Vilest Court 00400-2 Renovations and Rnprovetnents ADDENDUM NO, I EXHIBIT A Contractor's Name: Guerra Construction Group Project No,2012-9151 ADDENDUM NO. I SCHEDULE OF BID PRICES All Bid items,including lump sums and unit prices,inust be filled in completely, Allowances and Alternative Bid itetiis are described in Document 00700(Special Conditions), Quote in figures only,unless words are specifically requested, Please Note that time extensions 1011 NOT be permitted with the acceptance of.any or all of the Alternative Bid Items listed" SPEC below.' EST. UNITITEMRI_F DESCR]pT109' UNIT- QTY PRICE TOTAL; - 1 Complete all work for the Sports Center-r- West Court Renovations and Improvements LS I e"Jlze,Q Pro act TOTAL, BASE BID Ammat In words Unit Legend LS= Lump Sum AL=Allowance EA^ Each SF- Square Feet LF= Linear Feet TON=Ton or 2,000 Pounds CY=Cubic Yards LB Pounds City of Cupertino Bid Fonn Sports Center-West Court 00400-3 Renovations and IiL z3proveinnents ADDENDUM NO. X Contractor's Name: Guerra Construction Group EXHIBIT A Project Na 2012-9151 ADDENDUM NO. 1 ACKNOWLEDGE AUNT OF RECEIl'T OF ADDENDUMS Bidder herby aclaiowledges eeeeipt and examination of all Contract Documents and the following Addenda; Addendum No.Addendum Date 1 7/6/15 Bidder proposes and agrees to fully perform the Work within the time stated and in strict accordance with the Contract Documents for the sums of motley listed in this Bid Form, 1o1A [Ori:DYDDEIZ: —.Guerra--Construct.i.on _Group licensed in accordance wil-h alb.act fol the registration of Contractors,and with license number: 915544 Expiration Date; California Jaime Guerra- President Where incorporated,if applicable Jaime Guerra- Secretary Jaime Guerra- Manager Principals I certify(or declare)under penalty of perjury under the laws of the Sta e ifornia that the foregoing is true and correct. Sign,tui' o Bidden'Juan Luis P. Corte z- Manager NOTE: If Bidder is a corporation,set forth the legal namo of the corporatl n,st a where incorperated,together with the signature of the olTicer or officers authorized to sign contracts on behalf of iporation.If Bidder is apartnership,set forth the naive of the firm together with the signature of the partner or partners authorized to sign contracts on bolialf of the partnership, Business Address: 964 Memorex Dr. Santa Clara, CA 95050 Officers authorized to sign contracts: Jaime Guerra Typed Full Marne: Teleplione Number(s):408-279-2027 Fax Number(s): 408-279-2044 E-Mail Addwgs: admin@guerraco.com END OF DOCUMENT City of Cupertino Bid Form sports Center-West Count 00400-4 Renovations and Improvements ADDENDUM NO. 1 EXH I B.IT A ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Santa Clara On July 14, 2015 before me, Lydia E Arroyo Reynolds, Notary insert name and title of the officer) personally appeared Juan Luis Prieto Cortez Jr, who proved to me on the basis of satisfactory evidence to be the person}whose nameW islBw subscribed to the within instrument and acknowledged to me that he/sh&theq•executed the same in hislbe4thf-4 authorized capacity(4es}, and that by hislh 9w-4r signature(o on the instrument the personal, or the entity upon behalf of which the person)acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal, o COMM. V-2094433 L Not&y Public •+1ifornia 201r Signature Seal) ,;_, IS- 120 CoCwcAcc� ��. ( r Ii ✓j Project No. 2012-9151 DOCUMENT 40430 REQUIRED SUBCONTRACTORS LIST Bidder must provide the following Listed Subcontractor information in conformance with the California Public Contract Code where the value of the Subcontractor's work is or exceeds '/2 of one percent (.05%) of the Base Bid or ten thousand dollars ($10,000), whichever is greater, on Document 00400. Failure to do so will render Bid Non Responsive. Bidder is reminded that Listed Subcontractors cannot be substituted by the Apparent Low Bidder after Bid has been submitted and opened, without City's formal approval. Name of Subcontractor and Location of Place of Business Description of Work Subcontractor's License No. DIR Registration Number � imAnTwe�� 1���1 tci�(��"I22 v"`'1�nffi' (GI 9 e 601 ko �J Uc rocs Attach additional sheets if necessary City of Cupertino 00430-1 Subcontractors List Sports Center -West Court Renovations and Improvements E' "PIffll Io'2Q'12`9I51 NOTICE: Required Contractor and Subcontractor Registration [Applies rBld is submitted on or after March 1,2015 or#Contract is awarded on or after April.1,20151 1) Owner shall accept Bids only from Bidders that(along with all Subcontractors listed in Document 00430, Subcontractors List)-are currently registered and qualified to perform public work pursuant to Labor Code Section 1725.5. 2) Subject to Labor Code Sections 1771.1(c) and (d), any Bid not complying with paragraph above, shall be returned and not considered; provided that if Bidder is a joint venture (Business & Professions Code Section 7029.1) or if federal funds are involved in the Contract (Labor Code Section 1771.1(x)), Owner may accept a non-complying Bid provided that Bidder and all listed Subcontractors are registered at the.time of Contract award. END Or DOCUMENT City of Cupertino 00430-2 Subcontractors List Sports Center-West Court Renovations and Improvements i EXHIBIT Project No.2012-9151 DOCUMENT 00481 NON-COLLUSION AFFIDAVIT PUBLIC CONTRACT CODE §7106 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID STATE OF CALIFORNIA ss. COUNTY OF Santa Clara Jaime guerra being first duly sworn, deposes and says that lie or she is President Office of Affiant] of Guerra Construction Group Name of . Bidder],the party making the foregoing Bid,that the Bid is not made in the interest of,or on behalf of,any undisclosed person, partnership, company, association, organization, or corporation; that the Bid is genuine and not collusive or has not directly or indirectly colluded, conspired, connived or agreed with any bidder or anyone else to put in a sham Bid,or that anyone shall refrain fiom bidding,and that the Bidder has not in any manner,directly or indirectly,sought by contract, communication or conference with anyone to fix the Bid price of Bidder or any other bidder, or to fix any overhead;profit or cost element of the Bid price, or of that of any other bidder, or to secure any advantage against the City of Cupertino, or anyone interested in the proposed contract; that all statements contained in the Bid are true; and further, that Bidder Inas not, directly or indirectly; submitted its Bid price or any breakdown thereof, or the contents thereof, or divrilged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, Bid depository, or to any member or agent thereof to effectuate a collusive or sham Bid. Executed under penalty of perjury under the laws of the State of California: Guerra Construction Group Name of idd r Signat ( of `ncipal) Juan Luis P. Cortez- Manager Subscribed and sworn before me This day of 20 SEE ATTACHED Notary Public of the State of In and for the County of My Commission expires Seal) If Bidder is a partnership or a joint venture,this affidavit must be signed and sworn to by every member of-the partnership or venture.). If Bidder [including any partner or venturer of a partnership or joint venture] is a corporation,this affidavit inust be signed by the Chairman, President, or Vice President and by the Secretary, Assistant Secretary, Chief Financial Officer,or Assistant Treasurer.) If Bidder's affidavit on this form is made outside the State of California, the official position of the person taking such affidavit shall be certified according to law.) END OF DOCUMENT City of Cupertino 00481 - 1 Non-Collusion Affidavit Cupertino Sports Center-West Court Renovations and Improvements EXHIBIT A ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness, accuracy, or validity of that document. State of California Santa ClaraCountyof On July 14, 2015 before.me, Lydia E Arroyo Reynolds, Notary insert name and title of the officer) personally appeared Juan Luis Prieto Cortez Jr. who proved to me on the basis of satisfactory evidence to be the persono whose named islwe subscribed to the within instrument and acknowledged to me-that he&-helthey executed the same in his/-he authorized capacity(4e*, and that by hisffveMerr signaturew on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. LYDIA 42094483LDS Notary Public•California z santa Clara Coply I i COMM, Dw.21420181 Signature Seal) GUERR-8 OP ID: YV MMID CERTIFICATE O F LIABILITY INSURANCE DATE 07I2I22212 IY 01 55 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(les) 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). CONTACTPRODUCERPhone:408-288-6262 NAME: Leavitt Pacific Ins.Brokers Fax:408-298-7635 PHONE FAX License#OD79674 AIC No Ext): AIC No): 1330 S. Bascom Ave. E-MAIL ADDRESS: San Jose, CA 95128 Nicholas A.Weintraub INSURER(S)AFFORDING COVERAGE NAIC# INSURERA:Ironshore Specialty Ins.Co. 25445 INSURED Guerra Construction Group INSURER B:West American Insurance Co 44393 Santa Clara Construction& INSURER C:Redwood Fire&Casualty Ins Co 11673 Engineering,Inc. 984 Memorex Drive INSURER D:Mercer Insurance Company 14478 Santa Clara,CA 95050 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE POLICY EFF POLICY EXP LIMITSLTRINSRWVDPOLICYNUMBERMMIDDIYYYYMMIDDIYYYY GENERAL LIABILITY EACH OCCURRENCE 11000,000 A X COMMERCIAL GENERAL LIABILITY X AGS0000804 0410112015 04/0112016 DAMAGETO RENTED 500000PREMISESfEaoccurrence $ CLAIMS-MADE FX_1 OCCUR MED EXP(Any one person) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOP AGG $ 2,000,000 POLICY X PEO Loc Emp Ben. 1,000,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000Eaaccident B X ANY AUTO X BAW56321564 04101/2015 04/0112016 BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $AUTOS AUTOS HIRED AUTOS NON-OWNED PROPERTY DAMAGE AUTOS Per accident X UMBRELLA LIAB X OCCUR EACH OCCURRENCE 4,000,000 D EXCESS LIAB CLAIMS-MADE 273013160 04101/2015 0410112016 AGGREGATE 4,000,000 DED I X I RETENTION$ 10000 WORKERS COMPENSATION X WCSTATU- OTH- AND EMPLOYERS'LIABILITY TORY LIMITS ER C ANY PROPRIETORIPARTNER/EXECUTIVE Y N X GUWC601356 04/0112015 04/01/2016 E.L.EACH ACCIDENT 1,000,000 OFFICERIMEMBER EXCLUDED?N I A Mandatory in NH)E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) Cupertino Sports Center City of Cupertino its subsidiary agencies,directors, officers, employees, agents,independent contractors and volunteers are named as additional insured per GL form CG2010 & CG2037 attached. Re: Cupertino Sports Center Tennis Courts (west side) 21111 Stevens Creek Boulevard Cupertino CA 95014 Waiver of Subrogation applies & attached. CERTIFICATE HOLDER CANCELLATION CITCUPE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Cupertino ACCORDANCE WITH THE POLICY PROVISIONS. 10300 Torre Ave Cupertino,CA 95014 AUTHORIZED REPRESENTATIVE NN . 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05)The ACORD name and logo are registered marks of ACORD POLICY NUMBER.-AGS0000804 COMMERCIAL GENERAL LIABILITY CG 2010 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -- O'W'NERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location(sl Of Covered Operations Additional Insureds shown in a written contract,or written Any location. agreement that includes primary and non-contributory wording. The inclusion of one or more insured under the terms of this endorsement does not increase our limits of liability. All other terms and conditions remain unchanged. lnformatiort fe aired to corn lefie this Schedule,if no#shown above,will be spawn in the Declarations. A. SECTION II—WHO IS AN INSURED is amended B. With respect to the insurance afforded to these to include as an additional insured the person(s)or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for"bodily injury",`.property This insurance does not apply to "bodily injury"ordamage" or "personal and advertising injury" property damage"occurring after:caused,in whale or in part,by: 4. All work, including materials, parts or1. Your acts or omissions;or equipment furnished in connection with such 2_ The acts or omissions of those acting on your work, on the project (other than service, behalf;maintenance or repairs) to be performed by or in the performance of your ongoing operations for on behalf of the' additional insured(s) at the the additional insured(s) at the iocation(s) location of the covered operations has been designated above_ completed;or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 07 04, e0 ISO.Properties,Inc_,2004 Page 1 of i p POLICY NUMBER: AGS0000804 COMMERCIAL GENERAL.LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL. INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modes insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Mame Of Additional Insured Person(s) Or Or anizatioti s : Location And Description Of Completed Operations Additional Insureds shown in a written contract,or The insurance afforded by this policy for the benefit of written agreement that includes primary and the additional insured does not apply to non-contributory wording where required.property damage'to any building,structure or appurtenant structure intended to be occupied as The inclusion of one or more Insured under the terms of a'private residence'.The term"private residence" this endorsement does not increase our limits of includes single family homes or residences, liability. multi-family homes or residences. All other terms and conditions remain unchanged. information re hired to complete this Schedule,if not shown above,will be shown in the Declarations_ Section it — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule,but only with respect to liability for,"bodily injury" or "property damage"caused,in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the products-completed operations hazard". CG 20 37 07 04 O ISO Properties, Inc.,2004 Page S of i 1 BAW56321564 COMMERCIAL AUTO CA 88 10 01 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO COVERAGE ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by the endorsement. COVERAGEINDEX SUBJECT PROVISION NUMBER ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT 3 ACCIDENTAL AIRBAG DEPLOYMENT 12 AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS 19 AMENDED FELLOW EMPLOYEE EXCLUSION 5 AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE 13 BROAD FORM INSURED 1 BODILY INJURY REDEFINED 22 EMPLOYEES AS INSUREDS (including employee hired auto) 2. EXTENDED CANCELLATION CONDITION 23. EXTRA EXPENSE- BROADENED COVERAGE 10 GLASS REPAIR-WAIVER OF DEDUCTIBLE 15 HIRED AUTO PHYSICAL DAMAGE (including employee hired auto and loss of use) 6 HIRED AUTO COVERAGE TERRITORY 20 LOAN I LEASE GAP 14 PARKED AUTO COLLISION COVERAGE(WAIVER OF DEDUCTIBLE)16 PERSONAL EFFECTS COVERAGE 11 PHYSICAL DAMAGE - ADDITIONAL TRANSPORTATION EXPENSE COVERAGE S RENTAL REIMBURSEMENT g SUPPLEMENTARY PAYMENTS 4 TOWING AND LABOR 7 TWO OR MORE DEDUCTIBLES 17 UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS 18 WAIVER OF TRANSFER OF RIGHTS OF RECOVERYAGAINST OTHERS TO US 20 SECTION 11-LIABILITY COVERAGE is amended as follows: 1. BROAD FORM INSURED SECTION 11 - LIABILITY COVERAGE,paragraph A.1. - WHO IS AN INSURED is amended to include the following as an insured: d. Any legally incorporated entity of which you own more than 50 percent of the voting stock during the policy period. However, "insured" does not include any organization that: 1) Is a partnership or joint venture; or 2) Is an insured under any other automobile policy; or 3) Has exhausted its Limit of Insurance under any other automobile policy. Paragraph d. (2) of this provision does not apply to a policy written to apply specifically in excess of this policy. e. Any organization you newly acquire or form, other than a partnership or joint venture, of which you own more than 50 percent of the voting stock_ This automatic coverage is afforded only for 180 days from the date of acquisition or formation. However, coverage under this provision does not apply: 1) If there is similar insurance or a self-insured retention plan available to that organization; Q) 2013 Liberty Mutual Insurance CA 88 10 01 13 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 1 of 7 2) If the Limits of Insurance of any other insurance policy have been exhausted; or 3) To 'bodily injury" or "property damage" that occurred before you acquired or formed the organization. 2. EMPLOYEES AS INSUREDS SECTION ll - LIABILITY COVERAGE, paragraph A.1. - WHO IS AN INSURED is amended to include the following as an insured: fi. Any "employee" of yours while using a covered "auto" you do not own, hire or borrow, but only for acts within the scope of their employment by you. Insurance provided by this endorse- ment is excess over any other insurance available to any "employee". g. An "employee" of yours while operating an "auto" hired or borrowed under a written contract or agreement in that "employee's" name, with your permission, while performing duties re- lated to the conduct of your business and within the scope of their employment. Insurance provided by this endorsement is excess over any other insurance available to the "employee". 3. ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT SECTION 11 - LIABILITY COVERAGE, paragraph A.1. - WHO IS AN INSURED is amended to include the following as an insured: h. Any person or organization with respect to the operation, maintenance or use of a covered auto", provided that you and such person or organization have agreed in a written contract, agreement, or permit issued to you by governmental or public authority, to add such person, or organization, or governmental or public authority to this policy as an "insured". However, such person or organization is an "insured": 1) Only with respect to the operation, maintenance or use of a covered "auto'; 2) Only for "bodily injury" or "property damage" caused by an "accident" which takes place after you executed the written contract or agreement, or the permit has been issued to you; and 3) Only for the duration of that contract, agreement or permit 4. SUPPLEMENTARY PAYMENTS SECTION I1 - LIABILITY COVERAGE, Coverage Extensions, 2.a. Supplementary Payments, para- graphs (2) and (4) are replaced by the following: 2) Up to $3,000 for cost of bail bonds (including bonds for related traffic violations ) required because of an "accident" we cover. We do not have to furnish these bonds. 4) All reasonable expenses incurred by the insured at our request, including actual loss of earn- ings up to $500 a day because of time off from work. 5. AMENDED FELLOW EMPLOYEE EXCLUSION In those jurisdictions where, by law, fellow employees are not entitled to the protection afforded to the employer by the workers compensation exclusivity rule, or similar protection, the following provision is added: SECTION II - LIABILITY, exclusion B.5. FELLOW EMPLOYEE does not apply if the "bodily injury" results from the use of a covered "auto" you own or hire. SECTION III-PHYSICAL DAMAGE COVERAGE is amended as follows: 5. HIRED AUTO PHYSICAL DAMAGE Paragraph A.4. Coverage Extensions of SECTION III - PHYSICAL DAMAGE COVERAGE,is amended by adding the following: If hired "autos" are covered "autos" for Liability. Coverage, and if Comprehensive, Specified Causes of Loss or Collision coverage are provided under the Business Auto Coverage Form for any auto" you own, then the Physical Damage coverages provided are extended to "autos": a. You hire, rent or borrow; or 4 2013 Liberty Mutual Insurance CA 88 10 01 13 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 2 of 7 b. Your "employee" hires or rents under a written contract or agreement in that "employee's" name, but only if the damage occurs while the vehicle is being used in the conduct of your business, subject to the following limit and deductible: A. The most we will pay for "loss" in any one "accident" or "loss" is the smallest of; 1) $50,000; or 2) The actual cash value of the damaged or stolen property as of the time of the "loss"; or 3) The cost of repairing or replacing the damaged or stolen property with other property of like kind and quality, minus a deductible. B. The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage_ C. Subject to the limit, deductible and excess provisions described in this provision, we will provide coverage equal to the broadest coverage applicable to any covered "auto" you own. D. Subject to a maximum of $1,000 per "accident", we will also cover the actual loss of use of the hired "auto" if it results from an "accident", you are legally liable and the lessor incurs an actual financial loss. E. This coverage extension does not apply to: 1) Any "auto" that is hired, rented or borrowed with a driver; or 2) Any "auto" that is hired, rented or borrowed from your "employee". For the purposes of this provision, SECTION V-DEFINITIONS is amended by adding the following: Total .loss" means a "loss" in which the cost of repairs :plus the salvage value exceeds the actual cash value. 7. TOWING AND LABOR SECTION 111 - PHYSICAL DAMAGE COVERAGE,paragraph A.2. 'Towing, is amended by the addition of the following: We will pay towing and labor costs incurred, up to the limits shown below, each time a covered auto" classified and rated as a private passenger type, "light truck" or "medium truck" is dis- abled: a. For private passenger type vehicles, we will pay up to $50 per disablement. b. For "light trucks", we will pay up to $50 per disablement. "Light trucks" are trucks that have a gross vehicle weight (GVW) of 10,000 pounds or less. c. For"medium trucks" ,we will pay up to $150 per disablement. "Medium trucks" are trucks that have a gross vehicle weight (GVW) of 10,001 -20,000 pounds. However, the labor must be performed at the place of disablement. 8. PHYSICAL DAMAGE -ADDITIONAL TRANSPORTATION EXPENSE COVERAGE Paragraph A.4.a., Coverage Extension of SECTION III - PHYSICAL DAMAGE COVERAGE,is amend- ed to provide a limit of $50 per day and a maximum limit of $1,500 2473 Liberty Mutual Insurance CA 8810 01 13 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 3 of 7 9. RENTAL REIMBURSEMENT SECTION III -PHYSICAL DAMAGE COVERAGE,A. COVERAGE,is amended by adding the following: a. We will pay up to $75 per day for rental reimbursement expenses incurred by you for the rental of an "auto" because of "accident" or "loss", to an "auto" for which we also pay a "loss" under Comprehensive, Specified Causes of Loss or Collision Coverages. We will pay only for those expenses incurred after the first 24 hours following the "accident" or "loss" to the covered "auto." b. Rental Reimbursement will be based on the rental of a comparable vehicle, which in many cases may be substantially less than $75 per day, and will only be allowed for the period of time it should take to repair or replace .the vehicle with reasonable speed,and similar quality, up to a maximum of 30 days. c. We will also pay up to $500 for reasonable 'and necessary expenses incurred by you to remove and replace your tools and equipment from the covered "auto". d. This coverage does not apply unless you have a business necessity that other "autos" avail- able for your use and operation cannot fill. e. If "loss" results from the total theft of a covered "auto" of the private passenger type, we will pay under this coverage only that amount of your rental reimbursement expenses which is not already provided under Paragraph 4. Coverage Extension. f. No deductible applies to this coverage. For the purposes of this endorsement provision, materials and equipment do not include "personal effects" as defined in provision 11. 10. EXTRA EXPENSE-BROADENED COVERAGE Under SECTION III-PHYSICAL DAMAGE COVERAGE,A.COVERAGE,we will pay for the expense of returning a stolen covered "auto" to you. The maximum amount we will pay is$1,000. 11. PERSONAL EFFECTS COVERAGE A. SECTION III - PHYSICAL DAMAGE COVERAGE, A. COVERAGE, is amended by adding the following: If you have purchased Comprehensive Coverage on this policy for an "auto" you own and that auto" is stolen, we will pay, without application of a deductible, up to $600 for "personal effects" stolen with the "auto." The insurance provided under this provision is excess over any other collectible insurance. B. SECTION V- DEFINITIONS is amended by adding the following: For the purposes of this provision, "personal effects" mean tangible property that is worn or carried by an insured." "Personal effects" does not include tools, equipment, jewelry, money. or securities. 12. ACCIDENTAL AIRBAG DEPLOYMENT SECTION III - PHYSICAL DAMAGE COVERAGE, B. EXCLUSIONS is amended by adding the follow- ing: If you have purchased Comprehensive or Collision Coverage under this policy, the exclusion for loss" relating to mechanical breakdown does not apply to the accidental discharge of an airbag. Any insurance we provide shall be excess over any other collectible insurance or reimbursement by manufacturer's warranty. However, we agree to pay any deductible applicable to the other cov- erage or warranty. 13. AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT" COVERAGE SECTION III - PHYSICAL DAMAGE COVERAGE, B. EXCLUSIONS, exception paragraph a. to exclu- sions 4.c. and 4.d. is deleted and replaced with the following: 2013 Liberty Mutual Insurance CA 88 10 01 13 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 4 of 7 Exclusion 4.c. and 4.d. do not apply to: a. Electronic equipment that receives or transmits audio, visual or data signals, whether or not designed solely for the reproduction of sound, if the equipment is permanently installed in the covered "auto" at the time of the "loss" and such equipment is designed to be solely operated by use of the power from the "auto's" electrical system, in or upon the covered "auto" and physical damage coverages are provided for the covered "auto"; or If the "loss" occurs solely to audio, visual or data electronic equipment or accessories used with this equipment, then our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by a$100 deductible. 14. LOAD!!LEASE GAP COVERAGE A. Paragraph C. LIMIT OF INSURANCE of SECTION III - PHYSICAL DAMAGE COVERAGE is amended by adding the following: The most we will pay for a "total loss" to a covered "auto" owned by or leased to you in any one "accident" is the greater of the: 1. Balance due under the terms of the loan or lease to which the damaged covered "auto" is subject at the time of the "loss" less the amount of: a. Overdue payments and financial penalties associated with those payments as of the date of the "loss", b. Financial penalties imposed under a lease due to high mileage,. excessive use or ab; normal wear and tear, c. Costs for extended warranties, Credit Life Insurance, Health, Accident or-Disability ' Insurance purchased with the loan or lease, d. Transfer or rollover balances from previous loans or leases, e_ Final payment due under a"Balloon Loan", f. The dollar amount of any unrepaired damage which occurred prior to the "total loss" of a covered "auto", g. Security deposits not refunded by a lessor, h. All refunds payable or paid to you as a result of the early termination of a lease agreement or as a result of the early termination of any warranty or extended service agreement on a covered "auto", i. Any amount representing taxes, j. Loan or lease termination fees, or 2. The actual cash value of the damage or stolen property as of the time of the "loss". An adjustment for depreciation and physical condition will be made in determining the actual cash value at the time of the "loss". This adjustment is not applicable in Texas. B. ADDITIONAL CONDITIONS This coverage applies only to the original loan for which the covered "auto" that incurred the loss serves as collateral, or lease written on the covered "auto" that incurred the loss. C. SECTION V-DEFINTIONS is changed by adding the following: As used in this endorsement provision, the following definitions apply: Total loss" means a "loss" in which the cost of repairs plus the salvage value exceeds the actual cash value. A "balloon loan" is one with periodic payments that are insufficient to repay the balance over the term of the loan, thereby requiring a large final payment. a 2013 Liberty Mutual Insurance CA 88 10 01 13 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 5 of 7 15. GLASS REPAIR-WAIVER OF DEDUCTIBLE Paragraph D. Deductible of SECTION III - PHYSICAL DAMAGE COVERAGE is amended by the addition of the following: No deductible applies to glass damage if the glass is repaired rather than replaced. 18. PARKED AUTO COLLISION COVERAGE(WAIVER OF DEDUCTIBLE) Paragraph D. Deductible of SECTION III - PHYSICAL. DAMAGE COVERAGE is amended by the addition of the following: The deductible does not apply to "loss" caused by collision to such covered "auto" of the private passenger type or light weight truck with a gross vehicle weight of 10,000 lbs. or less as defined by the manufacturer as maximum loaded weight the "auto" is designed to carry while it is: a. In the charge of an "insured"; b. Legally parked; and c. Unoccupied. The "loss" must be reported to the police authorities within 24 hours of known damage. The total amount of the damage to the covered "auto" must exceed the deductible shown in the Declarations. This provision does not apply to any „loss" if the covered "auto" is in the charge of any person or organization engaged in the automobile business. 17. TWO OR MORE DEDUCTIBLES Under SECTION III PHYSICAL DAMAGE COVERAGE, if two or more company policies or coverage forms apply to the same accident, the following applies to paragraph D. Deductible: a. If the applicable Business Auto deductible is the smaller (or smallest) deductible it will be waived; or b. If the applicable Business Auto deductible is not the smaller (or smallest) deductible it will be reduced by the amount of the smaller (or smallest) deductible; or c. If the loss involves two or more Business Auto coverage forms or policies the smaller (or smallest) deductible will be waived. For the purpose of this endorsement company means any company that is part of the Liberty Mutual Group. SECTION Ill-BUSINESS AUTO CONDITIONS is amended as follows: 18. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS SECTION IV-BUSINESS AUTO CONDITIONS, Paragraph 8.2. is amended by adding the following: If you unintentionally fail to disclose any hazards, .exposures or material facts existing as of the inception date or renewal date of the Business Auto Coverage Form, the coverage afforded by this policy will not be prejudiced. However, you must report the undisclosed hazard of exposure as soon as practicable after its discovery, and we have the right to collect additional premium for any such hazard or exposure. 13. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT, OR LOSS SECTION IV - BUSINESS AUTO CONDITIONS, paragraph A.2.a. is replaced in its entirety by the following, a. In the event of "accident", claim, "suit" or "loss", you must promptly notify us when it is known to: I. You, if you are an individual; 2. A partner, if you are a partnership; 3. Member, if you are a limited liability company; 4. An executive officer or the "employee" designated by the Named Insured to give such notice, if you are a corporation. 2013 Liberty Mutual Insurance CA 88 10 01 13 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 6 of 7 To the extent possible, notice to us should include: 1) How, when and where the "accident" or"loss" took place; 2) The "insureds" name and address; and 3) The names and addresses of any injured persons and witnesses. 20. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US SECTION IV - BUSINESS AUTO CONDITIONS, paragraph A.5., Transfer of Rights of Recovery Against Others to Us, is amended by the addition of the following; If the person or organization has waived those rights before an "accident" or "loss", our rights are waived also. 21. HIRED AUTO COVERAGE TERRITORY SECTION IV- BUSINESS AUTO CONDITIONS, paragraph B.7., Policy Period, Coverage Territory, is amended by the addition of the following: f. For"autos" hired 30 days or less, the coverage territory is anywhere in the world, provided that the insured's responsibility to pay for damages is determined in a"suit", on the merits, in the United States, the territories and possessions of the United States of America, Puerto Rico or Canada or in a settlement we agree to. This extension of coverage does not apply to an "auto" hired, leased, rented or borrowed with a driver. SECTION V-DEFINITIONS is amended as follows: 22. BODILY INJURY REDEFINED Under SECTION V-DEFINTIONS, definition C.is replaced by the following: Bodily injury" means physical injury, sickness or disease sustained by a person, including mental anguish., mental injury, shock, fright or death resulting from any of these at any time. COMMMON POLICY CONDITIONS 23. EXTENDED CANCELLATION CONDITION COMMON POLICY CONDITIONS, paragraph A. - CANCELLATION condition applies except as fol- lows: If we cancel for any reason other than nonpayment of premium, we will mail to the first Named Insured written notice of cancellation at least 60 days before the effective date of cancellation. This provision does not apply in those states which require more than 60 days prior notice of cancella- tion. 2013 Liberty Mutual Insurance CA 88 10 01 13 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 7 of 7 o WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 0410B Ed.9-14) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT-CALIFORNIA BLANKET BASIS We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) The additional premium for this endorsement shall be 2% of the total manual premium otherwise due on such remuneration. The minimum premium for this endorsement is $350. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE BLANKET WAIVER Person/Organization Blanket Waiver—Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. Job Description Waiver Premium All CA Operations 5214.00 This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. The Information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 04/0112015 Policy No. GUWC601356 Endorsement No. Insured Premium$ Insurance Company Redwood Fire And Casualty Insurance Countersigned by WC 99 D4 10B Ed.9-14) J CITY OF Project No.2012-915.1 C O P E RT t N O INSURANCE AGREEMENT A. Contractor is aware of the provisions of Section 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. Said insurance coverage obtained by the Contractor, excepting worker's compensation coverage, shall name the City, its engineer, and each of its directors, officers, agents and employees, as determined by the City, as additional insureds on said 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 or that is otherwise acceptable to the City. 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 carrier 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 fully 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 respect 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 having a Best's Guide Rating of A, Class VII or better or that is otherwise acceptable to the City. City of Cupertino 00530-2 Insurance Forms Sports Center-West Court Renovations and Improvements Project No.2012-9151 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. General Liability-commercial general liability; Combined single limit of$2.0 million per including provisions for contractual liability, occurrence; $4.0 million in the aggregate personal injury, independent contractors and products—completed operations hazard. 4toruobiteSaab--iiity-comprehens ve_covei-ing_ _ CDiubined.single.limit owned,non-owned and hired automobiles. occurrence. rUm (U(_-;hon QYou By: Contractor's Name) Dated:2015 J City of Cupertino 00530-3 Insurance Forms Sports Center-West Court Renovations and Improvements J CITY OF Project No.2012-9151 CUPERTINO CERTIFICATE OF INSURANCE TO THE CITY OF CUPERTINO This certifies to the City of Cupertino that the following described policies have been issued to the insured named below and are in force at this time. Insured:P'WVol CQ n Q_- UY\ Address: Z p G Description of operations/locations/products insured(show contract name and/or nuinber, if any): j'l i-Pi n/Its (P 2f ',1 1 fi2d Ld' Sla jS G11,-v reit nC!-iJ f1 rPC 7r's c7l l .S WORKER'S COMPENSATION * Statutory Min. r Employer's AeJLjoc-A Enc (45t Aty Liability name of insurer) 1.o O I 60 0 o a Insurance Company's State License No._ q"`7 -°di's-ion—Mp Check Policy Type:Each Occurrence ow 0&0 COMPREHENSIVE GENERAL LIABILITY Premises/Operations General Aggregate 49,060 060 if applicable) Owners&Contractors Protective Aggregate 2- 62-0 Q 0 6 Contractual for Specific 1 Contract Personal Injury Products Liability XCU Hazards Broad Form P.D. Fire Damage (anyone fire) S=eo o o o Severability of Interest Clause Personal Injury with Medical Expense Employee Exclusion Removed any one person) o or Self-Insured COMMERCIAL GENERAL LIABILITY Retention Qji4 an 11 name of insurer) Policy No. _`a,a Expiration Date q l>r ll( City of Cupertino 00530-4 Insurance Forms Sports Center-West Court Renovations and Improvements Project No.2012-9151 AUTOMOTIVENEHICLE LIABILITY BODILY INJURY PROPERTY DAMAGE Commercial Form Each Person Each Accident Liability Coverage Each Accident S` rYl eri c Y1 • Co. name of insurer) or Combined Single Limit $ . d 6 Policy No. 32 ISS Expiration Date WIN BUILDER'S RISK"ALL RISK" This is to certify that the following policy has been issued by the below-stated company in conformance with the requirements of the project documents and is in force at this time. N/A Name of insurer) Policy No. Expiration Date Limits of Liability: Deductible: 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 Insurance. 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 HEREBY CERTIFIED that the above policy(ies) provide liability insurance as required by the Agreement between the City and the insured. SnBy: Dated:_ 20 1 Attach Certificate of Insurance and Additional Insured Endorsement on company forms. City of Cupertino 00530-5 Insurance Forms Sports Center-west Court Renovations and.Improvements d CITY OF Project No.2012-9151 . Lo ADDITIONAL INSURED ENDORSEMENT and C U P E RT f N O ENDORSEMENT OF PRIMARY INSURANCE and NOTICE OF POLICY CANCELLATION ENDORSEMENT Project Title and Number: 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 agreed as follows: The City of Cupertino ("City") and its directors, officers, engineers, agents and employees, and all public agencies from whom permits will be obtained and their directors, officers, engineers, agents and employees, and the State of California, and its officers, 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 insured(s) 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: `Cp'15 '.I G Rk[ 2. Insurance Policy Number: AG5000o5)0q 3. Effective Date of this Endorsement:201-_5 s 4. Insured: All notices herein provided to be given by the 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. 6 I,A/;c--t o le, J-Jy-`print/type name) warrant that I have authority to bind the below listed Insurance Company and by my signature hereon do so bind this Company. City of Cupertino 00530-6 Insurance Forms Sports Center-west Court Renovations and Improvements y J Project No.2012-9151 Signature of Authorized Representative: -J" Z Original signature required on all Endors rents furnished to the District) Names of Agent/Agency: W—e.1 k LPaA: P Cf Title: CC'ouM E Xe c n5• 9ro.et5 Address: _ ( o SC i'VI 19 e Telephone: C?` a? vt Facsimile: H C. i City of Cupertino 00530-7 Insurance Forms Sports Center-West Court Renovations and Improvements J J CITY of Project No.2012-9151 COMPREHENSIVE GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY ENDORSEMENT OF AGGREGATE LIMITS OF C U P E RT I N O INSURANCE PER PROJECT Project Title and Number: 2 i `" 1 1 Y S Clcnicr NCS 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 eneral—a r to-1im t under L lT-S70 9UR CE–a—applies-separately toM t ie ro ect- Y described as 06r+51 cera f e - vv e-5-F ')t v)`+ P lo-ye'Ang' ' enol VVI "UrV_a. POLICY INFORMATION 1. Insurance Company: I P 0!1_56 f e G It G, 2. Insurance Policy Number: oe)o0;RUf 3. Effective Date of this Endorsement: j 2015 4. Insured: LA,6 VYC• rl.t G 'n 5. Additional Insured: City of Cupertino,its directors,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. d bts /'print/type name) warrant that I have authority to bind the below listed Insurance Company and by my signature hereon do so bind this Company. Signature of Authorized Representative: Original signature required on all Endorsements furnished to the District) Names of Agent/Agency: t`C... i I.-Ct i T Pe c, s`L Title: EMLUT"y'y-- _ Address: M Telephone: o9 L Facsimile: ljoC g 6-,35 City of Cupertino 00530-8 Insurance Forms Sports Center-West Court Renovations and Improvements CITY OF Project No.2012-9151 WAIVER OF SUBROGATION ENDORSEMENTEliWORKER'S COMPENSATION INSURANCE CUPERTINO Project Title and Number: 2 2 `J 1 Y 5 1 ;tr NP.-}t C- wYi 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 agreed as follows: It is agreed that with respect to such insurance as is afforded by the policy, the Insurance Company waives any right of subrogation against the City of Cupertino, and each of its directors, officers, agents, consultants and employees by reason of any payment made on account of injury, including death resulting therefrom, sustained by any employee of the insured, arising out of the performance of the above-referenced Contract. POLICY INFORMATION 1. Insurance Company: Redct.)net4 c )IJ ('oe R 2. Insurance Policy Number: 1 ?jS 3. Effective Date of this Endorsement: 20J,& 4. Insured: rr—e . Cone'tra. 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,Califomia 95014. I, rC Lt 0In's /We r p" print/type,name) warrant that I have authority to bind the below listed Insurance Company and by my signature hereon do so bind this Company. N Signature of Authorized Representative:f Original signature required on all EndW6erlts furnished to the District) Names of Agent/Agency:A&k Lje i rJAP4u I-eAyA Pr.CXC- Title:GC Cil l f 1Ev4 11/e 384L5,fAddress: .C . oM jA Telephone: 6'5' G S41) `.)6 se qJs) a.S'Facsimile: END OF DOCUMENT City of Cupertino 00530-9 Insurance Forms Sports Center-West Court Renovations and Improvements Executed In Triplicate Project No.2012-9151 Bond Number:GSM32624 DOCUMENT 00610 Premium:$9,037.00 CONSTRUCTION PERFORMANCE BOND THIS CONSTRUCTION PERFORMANCE BOND ("Bond") is dated July 21,2015 is in the penal sum of Eight Hundred Ninety-Four Thousand Two Hundred----------------------------------------------------------------------------------------------------------- which is one hundred percent of the Contract Price], and is entered into by and between the parties listed below to ensure the faithful performance of the Construction Contract listed below. This Bond consists of this page and the Bond Terms and Conditions, paragraphs 1 through 12, attached to this page. Any singular reference to Guerra Construction Group Contractor") The Gray Insurance Company Surety"), the City of Cupertino, a Municipal Corporation of the State of California("City")or other party shall be considered plural where applicable. CONTRACTOR: SURETY: Guerra Construction Group The Gray Insurance Company Name Name 984 Memorex Drive 10040 N.25th Ave.,#118 Address Principal Place of Business Santa Clara,CA 95050 Phoenix AZ 85021 City/State/Zip City/State/Zip CONSTRUCTION CONTRACT: SPORTS CENTER-WEST COURT RENOVATIONS AND IMPROVEMENTS PROJECT PROJECT NUMBER 2012-9151 at Cupertino,California. DATED July 29 2015 in the Amount of$ 894,200.00 the"Penal Sum") CONTRACTOR AS PRINCIPAL SURETY Company: (Corp. Seal) I uerra Construction Group Company: (Cor .Seal)The Gay Insurance Company 4 Signature: Signature: Name and Title:)nAq GuQ.rrd+ Ne&i6ero Name and Title: Danijela Mosunic,Attorney-In-Fact BOND TERMS AND CONDITIONS 1. Contractor and Surety,jointly and severally,bind themselves,their heirs, executors, administrators, successors and assigns to City for the complete and proper performance of the Construction Contract, which is incorporated herein by reference. 2. If Contractor completely and properly performs all of its obligations under the Construction Contract, Surety and Contractor shall have no obligation under this Bond. 3. If there is no City Default,Surety's obligation under this Bond shall arise after: 3.1 City has declared a Contractor Default under the Construction Contract pursuant to the terms of the Construction Contract;and 3.2 City has agreed to pay the Balance of the Contract Sum: 3.2.1 To Surety in accordance with the terms of this Bond and the Construction Contract;or City of Cupertino 00610-1 Construction Performance Bond Sports Center-West Court Renovations and Improvements Project No.2012-9151 3.2.2 To a contractor selected to perform the Construction Contract in accordance with the terms of this Bond and the Construction Contract. 4. When City has satisfied the conditions of paragraph 3, Surety shall promptly (within 30 days) and at Surety's expense elect to take one of the following actions: 4.1 Arrange for Contractor, with consent of City, to perform and complete the Construction Contract (but City may withhold consent, in which case the Surety must elect an option described in paragraphs 4.2, 4.3 or 4.4,below);or 4.2 Undertake to perform and complete the Construction Contract itself, through its agents or through independent contractors; provided, that Surety may not select Contractor as its agent or independent contractor without City's consent;or 4.3 Undertake to perform and complete the Construction Contract by obtaining bids from qualified contractors acceptable to City for a contract for performance and completion of the Construction Contract, and,upon determination by City of the lowest responsible bidder, arrange for a contract to be prepared for execution by City and the contractor selected with City's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract; and, if Surety's obligations defined in paragraph 6,below,exceed the Balance of the Contract Sum,then Surety shall pay to City the amount of such excess;or 4.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the circumstances, and, after investigation and consultation with City, determine in good faith its monetary obligation to City under paragraph 6, below, for the performance and completion of the Construction Contract and, as soon as practicable after the amount is determined, tender payment therefor to City with full explanation of the payment's calculation. If City accepts Surety's tender under this paragraph 4.4, City may still hold Surety liable for future damages then unknown or unliquidated resulting from the Contractor Default. If City disputes the amount of Surety's tender under this paragraph 4.4, City may exercise all remedies available to it at law to enforce Surety's liability under paragraph 6,below. 5. If Surety does not proceed as provided in paragraph 4, above,then Surety shall be deemed to be in default on this Bond ten days after receipt of an additional written notice from City to Surety demanding that Surety perform its obligations under this Bond. At all times City shall be entitled to enforce any remedy available to City at law or under the Construction Contract including,without limitation,and by way of example only,rights to perform work, protect work, mitigate damages, advance critical work to mitigate schedule delay, or coordinate work with other consultants or contractors. 6.Surety's monetary obligation under this Bond is limited by the Amount of this Bond identified herein as the Penal Sum. This monetary obligation shall augment the Balance of the Contract Sum. Subject to these limits, Surety's obligations under this Bond are commensurate with the obligations of Contractor under the Construction Contract. Surety's obligations shall include,but are not limited to: 6.1 The responsibilities of Contractor under the Construction Contract for completion of the Construction Contract and correction of defective work; 6.2 The responsibilities of Contractor under the Construction Contract to pay liquidated damages, and for damages for which no liquidated damages are specified in the Construction Contract, actual damages caused by non-performance of the Construction Contract including, but not limited to, all valid and proper backcharges,offsets,payments,indemnities,or other damages; 6.3 Additional legal, design professional and delay costs resulting from Contractor Default or resulting from the actions or failure to act of the Surety under paragraph 4,above(but excluding attorney's fees incurred to enforce this Bond). City of Cupertino 00610-2 Construction Performance Bond Sports Center-West Court Renovations and Improvements Project No.2012-9151 7. No right of action shall accrue on this Bond to any person or entity other than City or its successors or assigns. 8.Surety hereby waives notice of any change, alteration or addition to the Construction Contract or to related subcontracts, purchase orders and other obligations, including changes of time. Surety consents to all terms of the Construction Contract, including provisions on changes to the Contract. No extension of time, change, alteration, modification, deletion, or addition to the Contract Documents, or of the work required thereunder, shall release or exonerate Surety on this Bond or in any way affect the obligations of Surety on this Bond. 9. Any proceeding, legal or equitable, under this Bond shall be instituted in any court of competent jurisdiction where a proceeding is pending between City and Contractor regarding the Construction Contract, or in the courts of the County of Santa Clara,or in a court of competent jurisdiction in the location in which the work is located. Communications from City to Surety under paragraph 3.1 of this Bond shall be deemed to include the necessary contracts under paragraph 3.2 of this Bond unless expressly stated otherwise. 10. All notices to Surety or Contractor shall be mailed or delivered(at the address set forth on the signature page of this Bond), and all notices to City shall be mailed or delivered as provided in Document 00520 (Contract). Actual receipt of notice by Surety, City or Contractor,however accomplished,shall be sufficient compliance as of the date received at the foregoing addresses. 11. Any provision in this Bond conflicting with any statutory or regulatory requirement shall be deemed deleted herefrom and provisions conforming to such statutory requirement shall be deemed incorporated herein. 12. Definitions. 12.1Balance of the Contract Sum:The total amount payable by City to Contractor pursuant to the terms of the Construction Contract after all proper adjustments have been made under the Construction Contract, for example, deductions for progress payments made,and increases/decreases for approved modifications to the Construction Contract. 12.2 Construction Contract: The contract between City and Contractor identified on the signature page of this Bond,including all Contract Documents and changes thereto. 12.3 Contractor Default: Material failure of Contractor, which has neither been remedied nor waived, to perform or otherwise to comply with the terms of the Construction Contract including,but not limited to, default" or any other condition allowing a termination for cause as provided in Document 00700 General Conditions). 12.4 City Default: Material failure of City, which has neither been remedied nor waived, to pay Contractor progress payments due under the Construction Contract or to perform other material terms of the Construction Contract, if such failure is the cause of the asserted Contractor Default and is sufficient to justify Contractor termination of the Construction Contract. END OF DOCUMENT City of Cupertino 00610-3 Construction Performance Bond Sports Center-West Court Renovations and Improvements 1 1 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Santa Clara On July 29, 2015 before me, Lydia E Arroyo Reynolds, Notary insert name and title of the officer) personally appeared ,Jaime S Guerra who proved to me on the basis of satisfactory evidence to be the person(d)whose name ]is/ subscribed to the within instrument and acknowledged to me that he%fiefflTey executed the same in his/ "authorized capacity(4es)-, and that by histhedlWr signature(s) on the instrument the person , or the entity upon behalf of which the person ) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ALYDIA E.ARROYO-REYNOLDS WITNESS my hand and official seal.COMM. #2094483, z x - 0 Notary Public•California Santa Clara County IF Comm. ires Dec.21 2018 Signature Seal) J i CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 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 Santa Clara On July 29,2015 before me, Sarah M.Lorincz,Notary Public Date Here Insert Name and Title of the Officer personally appeared Danijela Mosunic NameX of SignerX who proved to me on the basis of satisfactory evidence to be the person([ whose namem is/YIX subscribed to the within instrument and acknowledged to me thatshej#Wexecuted the same in i [herjo authorized capacity0W and that byXXheXNXsignatureN on the instrument the person(, or the entity upon behalf of which the personN acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. SARAH M. LORINCZ Commission# 1980832 Signature z:` y" Notary Public-California z g Santa Clara County D Signature of Notary Public My Comm. Expires Jul 1, 2016 Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: July 29,2015 Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: Corporate Officer — Title(s): Corporate Officer — Title(s): Partner — Limited General Partner — Limited General Individual Attorney in Fact Individual Attorney in Fact Trustee Guardian or Conservator Trustee Guardian or Conservator Other: Other: Signer Is Representing: Signer Is Representing: v 02014 National Notary Association -www.NationalNotary.org - 1-800-US NOTARY(1-800-876-6827) Item#5907 s Executed In Triplicate Project No.2012-9151 Bond Number:GSM32624 DOCUMENT 00620 Premium Is Included In Performance Bond CONSTRUCTION LABOR AND MATERIAL PAYMENT BOND THIS CONSTRUCTION LABOR AND MATERIAL PAYMENT BOND("Bond")is dated July 29,2015 ,is in the penal sum Eight Hundred Ninety-Four Thousand Two Hundred-------------------------------------------------------------------------------------------- one hundred percent of the Contract Price], and is entered into by and between the parties listed below to ensure the payment of claimants under the Construction Contract listed below. This Bond consists of this page and the Bond Terms and Conditions, paragraphs 1 through 14, attached to this page. Any singular reference to Guerra Construction Group Contractor"), The Gray Insurance Company Surety"), the City of Cupertino, a Municipal Corporation of the State of California ("City") or other party shall be considered plural where applicable. CONTRACTOR: SURETY: Guerra Construction Group The Gray Insurance Company Name 984 Memorex Drive 10040 N.25th Ave.,#118 Address Principal Place of Business Santa Clara,CA 95050 Phoenix AZ 85021 City/State/Zip City/State/Zip CONSTRUCTION CONTRACT: SPORTS CENTER-WEST COURT RENOVATIONS AND IMPROVEMENTS PROJECT PROJECT NUMBER 2012-9151 at Cupertino,California. DATED July 29 20 15 in the Amount of$ 894,200.00 the"Penal Sum") CONTRACTOR AS PRINCIPAL SURETY Company:.Cor .Seal Guerra Construction Group Company: (Col. Seal)The Gray Insurance Company Signature: Signature: Name and Title: JaMQ Gue.Yra Name and Title: Danijela Mosunic,Attomey,=ln-Fact BOND TERMS AND CONDITIONS Contractor and Surety,jointly and severally, bind themselves,their heirs, executors, administrators, successors and assigns to City and to Claimants, to pay for labor, materials and equipment furnished" for-use in the performance of the Construction Contract,which is incorporated herein by reference. 2. With respect to City,this obligation shall be null and void if Contractor: 2.1 Promptly makes payment,directly or indirectly,for all sums due Claimants;and 2.2 Defends,indemnifies and holds harmless City from all claims,demands,liens or suits by any person or entity who furnished labor, materials or equipment for use in the performance of the Construction Contact, provided City has promptly notified Contractor and Surety (at the address set forth on the signature page of this Bond) of any claims, demands, liens or suits and tendered defense of such claims,demands,liens or suits to Contractor and Surety,and provided there is no City Default. 3. With respect to Claimants,this obligation shall be null and void if Contractor promptly makes payment,directly or indirectly through its Subcontractors, for all sums due Claimants. If Contractor or its Subcontractors, City of Cupertino 00620-1 Construction Labor and Material Payment Bond Sports Center-West Court Renovations and Improvements Project No.2012-9151 however, fail to pay any of the persons named in Section 3181 of the California Civil Code, or amounts due under the Unemployment Insurance Code with respect to Work or labor performed under the Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of Contractor or Subcontractors pursuant to Section 13020 of the Unemployment Insurance Code, with respect to such Work and labor,then Surety shall pay for the same, and also, in case suit is brought upon this Bond,a reasonable attorney's fee,to be fixed by the court. 4. Consistent with the California Mechanic's Lien Law,Civil Code §3082,et seq., Surety shall have no obligation to Claimants under this Bond unless the Claimant has satisfied all applicable notice requirements. 5.Surety's total obligation shall not exceed the amount of this Bond,and the amount of this Bond shall be credited for any payments made in good faith by Surety under this Bond. 6. Amounts due Contractor under the Construction Contract shall be applied first to satisfy claims, if any, under any Construction Performance Bond and second, to satisfy obligations of Contractor and Surety under this Bond. 7. City shall not be liable for payment of any costs,expenses,or attorney's fees of any Claimant under this Bond, and shall have under this Bond no obligations to make payments to,give notices on behalf of,or otherwise have obligations to Claimants under this Bond. 8.Surety hereby waives notice of any change,including changes of time,to the Construction Contract or to related subcontracts,purchase orders and other obligations. Surety further hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Construction Contract, or to the Work to be performed thereunder,or materials or equipment to be furnished thereunder or the Specifications accompanying the same, shall in any way affect its obligations under this Bond, and it does hereby waive any requirement of notice or any such change,extension of time,alteration or addition to the terms of the Construction Contract or to the Work or to the Specifications or any other changes. 9.Suit against Surety on this Bond may be brought by any Claimant,or its assigns,at any time after the Claimant has furnished the last of the labor or materials,or both, but, per Civil Code §3249,must be commenced before the expiration of six months after the period in which stop notices may be filed as provided in Civil Code 3184. 10. All notices to Surety or Contractor shall be mailed or delivered(at the address set forth on the signature page of this Bond), and all notices to City shall be mailed or delivered as provided in Document 00520 (Contract). Actual receipt of notice by Surety,City or Contractor,however accomplished,shall be sufficient compliance as of the date received at the foregoing addresses. 11. This Bond has been furnished to comply with the California Mechanic's Lien Law including,but not limited to, Civil Code §§3247,3248, et seq. Any provision in this Bond conflicting with said statutory requirements shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirements shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 12. Upon request by any person or entity appearing to be a potential beneficiary of this Bond, Contractor shall promptly furnish a copy of this Bond or shall permit a copy to be made. 13. Contractor shall pay to persons performing labor in and about Work provided for in the Contract Documents an amount equal to or more than the general prevailing rate of per diem wages for(1)work of a similar character in the locality in which the Work is performed and(2)legal holiday and overtime work in said locality. The per diem wages shall be an amount equal to or more than the stipulated rates contained in a schedule that has been ascertained and determined by the Director of the State Department of Industrial Relations and City to be the general prevailing rate of per diem wages for each craft or type of workman or mechanic needed to execute this Contract. Contractor shall also cause a copy of this determination of the prevailing rate of per diem wages to be posted at each Site. City of Cupertino 00620-2 Construction Labor and Material Payment Bond Sports Center-West Court Renovations and Improvements d Project No.2012-9151 14. Definitions. 14.1 Claimant: An individual or entity having a direct contract with Contractor or with a Subcontractor of Contractor to furnish labor, materials or equipment for use in the performance of the Contract, as further defined in California Civil Code §3181. The intent of this Bond shall be to include without limitation in the terms "labor, materials or equipment"that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment used in the Construction Contract, architectural and engineering services required for performance of the Work of Contractor and Contractor's Subcontractors,and all other items for which a stop notice might be asserted. The term Claimant shall also include the Unemployment Development Department as referred to in Civil Code§3248(b). 14.2 Construction Contract: The contract between City and Contractor identified on the signature page of this Bond,including all Contract Documents and changes thereto. 14.3 City Default: Material failure of City, which has neither been remedied nor waived, to pay the Contractor as required by the Construction Contract, provided that failure is the cause of the failure of Contractor to pay the Claimants and is sufficient to justify termination of the Construction Contract. END OF DOCUMENT City of Cupertino 00620-3 Construction Labor and Material Payment Bond Sports Center-West Court Renovations and Improvements ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Santa Clara On July 29, 2015 before me, Lydia E Arroyo Reynolds, Notary' insert name and title of the officer) personally appeared Jaime S Guerra who proved to me on the basis of satisfactory evidence to be the person(g) whose name f is/RWE subscribed to the within instrument and acknowledged to me that he/siT&IMe7 executed the same in authorized capacity(, and that by hisi%redth -r signature ] on the instrument the personM, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. LYDIA E.ARROYO-REYNOLDS 4 COMM. #2094483_ z Notary Public-California o z Santa Clara.County o iComm.'Ex ires Dec.21,2018 llonoSignatureSeal) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 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 Santa Clara On July 29,2015 before me, Sarah M.Lorincz,Notary Public Date Here Insert Name and Title of the Officer personally appeared Danijela Mosunic NameN of SignerX who proved to me on the basis of satisfactory evidence to be the personX whose name( is/YZK subscribed to the within instrument and acknowledged to me thatsheexecuted the same in i (herd uthorized capacityaW and that byXXheXB6XsignatureN on the instrument the person(K, or the entity upon behalf of which the personN acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal.IJea,.SARAH M. LORINCZ Commission# 1980832 Notary Public-California a Signature Santa Clara County Signature of Notary Public My Comm.Expires Jul 1,2016 Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: July 29,2015 Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: El Corporate Officer — Title(s): Corporate Officer — Title(s): Partner — Limited General Partner — Limited General Individual Attorney in Fact Individual Attorney in Fact Trustee Guardian or Conservator Trustee Guardian or Conservator Other: Other: Signer Is Representing: Signer Is Representing: 2014 National Notary Association-www.NationalNotary.org - 1-800-US NOTARY(1-800-876-6827) Item#5907 THE GRAY INSURANCE COMPANY THE GRAY CASUALTY&SURETY COMPANY 192364 GENERAL POWER OF ATTORNEY KNOW ALL BY THESE p PRESENTS,THAT-The Gray Insurance Company and The Gray,Casualty&Surety Company,corporations duly organized and existing under the laws of Louisiana,and having their principal offices in Metairie,Louisiana,do'hereby make,constitute,and appoint Ronald G.Speno,Francis E.Cools and Danijela Mosunic of San Jose,California jointly or severally on behalf of each of the Companies named above its true and lawful Attorneys)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its deed,bonds,,or other writings i obligatory in the nature of a bond,as surety,contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise, s provided that no bond or undertaking or contract of suretyship-executed under this authority shall exceed the amountof$10,000,000. This Power of Attorney is anted and is signed b facsimile under and b the authority of the following Resolutions adopted b the/Boards ofY ' g Y Y Y g p Y / Directors of both The Gray Insurance Company and The Gray Casualty&Surety Company at meetings duly called and held on the 261h day of June, j 2003.rF RESOLVED,that the President,Executive Vice President,any Vice President,or the Secretary be and each or any,of them hereby is authorized to execute a;power of Attorney qualifying the attorney namedin the given Power of Attorney to execute on behalf of the Company bonds, undertakings,and all contracts of surety,and that each or any of them is hereby authorized to attest to the execution of such Power of Attorney,and I; to attach the seal of`t e Company;and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or j to/any certificate relating thereto by facsimile,and any such Power of Attorney or.certificate bearing such facsimile signature or facsimile seal shall b binding upon the Company now and in the future when so affixed with regard to any bond,undertaking or,contract of surety to which it is attached.' i IN'WITNESS WHEREOF,The Gray Insurance Company and The Gray Casualty&Surety Company have caused their official seals to be hereinto affixed,and these presents to be signed by their authorized officers this 12th day ofSeptember,2011. e 5%JR A N By: Attest: s F. Q. SEAL1SEAL ; V Michael T.Gray Mark S.Manguno s 3 i' y:,•President,The Gray Insurance Company Secretary, may••. 2 s and The Gray Insurance Company, Vice Presiden1t,The Gray Casualty&Surety Company The Gray Casualty&Surety Company State of Louisiana ss: Parish of Jefferson f On this 12th day of September,2011,before me,a Notary Public,personally appeared Michael T.Gray,President of The Gray Insurance Company and Vice President of The Gray Casualty&Surety Company,and Mark S.Manguno,Secretary of The Gray Insurance Company and The Gray Casualty&Surety Company,personally known to me,being duly sworn,acknowledged that they signed the above Power of Attorney and affixed the seals of the companies las officers of,and acknowledged said instrumentlto be the voluntary act and deed,of their companies. f e OT r •i _ i Lisa S.Millar,Notary Public,Parish of Orleans'i j pUBUC . State of Louisiana I F of i o```° My Commission is for Life I I I,Mark S.Manguno,Secretary of The Gray Insurance Company and The Gray Casualty&-Surety Company,do hereby certify that the above and I forgoing is a true-and correct copy of a Power,of Attorney given by the companies,.which is still in full,force and effect. J IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this 29th dayof July 2015 g U R A•N C JP T Y•.$ SGS P SEAL SEAL r \ Mark S.Manguno,Secretary t tiAL0.6 The Gray Insurance Company 1 ••.... i••'' T J The Gray Casualty&Surety Company i f m i. 1 Project No.2012-9151 DOCUMENT 00630 GUARANTY TO THE CITY OF CUPERTINO,a Municipal Corporation of the State of California("City"),for construction of SPORTS CENTER-WEST COURT RENOVATIONS AND IMPROVEMENTS PROJECT NUMBER 2012-9151 CUPERTINO,CALIFORNIA The undersigned guarantees all construction performed on this Project and also guarantees all material and equipment incorporated therein. Contractor hereby grants to City for a period of one year following the date of Final Acceptance, or such longer period specified in the Contract Documents,its unconditional warranty of the quality and adequacy of all of the Work including, without limitation, all labor, materials and equipment provided by Contractor and its Subcontractors of all tiers in connection with the Work. Neither final payment nor use or occupancy of the Work performed by the Contractor shall constitute an acceptance of Work not done in accordance with this Guaranty or relieve Contractor of liability in respect to any express warranties or responsibilities for faulty materials or workmanship. Contractor shall remedy any defects in the Work and pay for any damage resulting therefrom, which shall appear within one year, or longer if specified, from the date of Final Acceptance. If within one year after the date of Final Acceptance, or such longer period of time as may be prescribed by laws or regulations, or by the terms of Contract Documents, any Work is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions, correct such defective Work. Contractor shall remove any defective Work rejected by City and replace it with Work that is not defective, and satisfactorily correct or remove and replace any damage to other Work or the work of others resulting therefrom. If Contractor fails to promptly comply with the terms of such instructions,or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or the rejected Work removed and replaced. Contractor shall pay for all claims, costs, losses and damages caused by or resulting from such removal and replacement. Where Contractor fails to correct defective Work, or defects are discovered outside the correction period, City shall have all rights and remedies granted by law. Inspection of the Work shall not relieve Contractor of any of its obligations under the Contract Documents. Even though equipment,materials,or Work required to be provided under the Contract Documents have been inspected,accepted,and estimated for payment, Contractor shall, at its own expense, replace or repair any such equipment, material, or Work found to be defective or otherwise not to comply with the requirements of the Contract Documents up to the end of the guaranty period. All abbreviations and definitions of terms used in this Agreement.shall have the meanings set forth in the Contract Documents,including,without means of limitation,Section 00700(General Conditions). The foregoing Guaranty is in addition to any other warranties of Contractor contained in the Contract Documents, and not in lieu of,any and all other liability imposed on Contractor under the Contract Documents and at law with respect to Contractor's duties, obligations, and performance under the Contract Documents. In the event of any conflict or inconsistency b ween the terms of this Guaranty and any warranty or obligation of the Contractor under the Contract Documents or at w, such inconsistency or conflict shall be resolved in favor of the higher level of obligation of the Contractor ogtractor's Name A/d'dress 6_X6 l)sb i City/State/Zip Date END OF DOCUMENT City of Cupertino 00630-1 Guaranty Sports Center-West Court Renovations and Improvements