Loading...
88-035 California Pavement Maintenance Company, Inc., Slurry Seal Project 88-11610300 Torre Avenue Cupertino, California 95014 Telephone: (408) 252-4Sl15 DEPARTMENT OF THE CITY CLERK June 30, 1988 california Pavement Ma.intenanoe ~, 9390 Elder Creek :Road Saaramento, CA 95829 Inc. STREEr MAINl.'ENlINCE -SIIlRRY SEAL -PFD.'J'ECr 66-116 P.O. Box StlO Cupertino~ California 95015 We are enclosing to you one (1) copy of the Contract for l?Ilb1ic Works between the city of Olpertino and california Pavement Maintenance O"mqxlny, Inc., vmich has been fully executed by city Officials. Awal::d of your contract was approved at the regular city Council meeting of May 16, 1986 ' We are also enclosing your bid bon:i. S:inoerely, ~~~~ IXlRDIHY o::>RNELIUS CI'r.{ C!ERK CI'r.{ OF aJPERl'lNO OCjso encl. 0:: Depa:t"brent of l?Ilblic Works • CONTRAc'r FOR PUBLIC WORItS 'CONTRACT made on by the CITY OF CIJPERTINO, a municipal corporation of the St.at.e of California, hereinafter called t.he CITY, and CALIFORNIA PAVEMENT MAINTENANCE COMPANY, INC. ,hereinaft.er called the CONTRACTOR. • IT IS HEREBY AGREED by the parties as followsl 1. THE CONTRACT DOCIJMENTS. The complet.e contract. consists of the following cont.ractdocumentsl A. Plans and Specifications for STREET MAINTENANCE -SLURRY SEAL PROJECT 88-116 B. Faithful Performance Bond, Labor and Materials Bond, Insurance Cer,tificate C. This Contract D. Bid Proposal referred to as Exhibit. A Any and all obligations of the CITY and t.he CONTRACTOR are fully set forth and described herein. All of t.he above d~cuments are inten~ed to cooperate so t.hat any work called for in one and not mentioned in the other, or vice versa, is to be executed the same as if mentioned in all of said documents. The documents comprising the complete contract are sometimes hereinafter referred to as the Contract Documents, In case of conflict between the plans and the Specifications on the one hand, and this Contract on the other, the Plans and specifications shall prevail. 2. THE NORR. The Contractor agrees to furniSh all of the tools, equipment, apparatus, facilities, labor, transportation, and' material necessary to perform and complete in a good and workmanlike manner, the work of STREET MAINTENANCE -SLURRY SEAL, PROJECT 88-116 as called for, and in the manner designated in, and in strict conformity with, the plans and Specifications prepared by: Mr. Bert J. Viskovich, Director of Public Works and adopted by the Ci ty, which Plans and Specifications are entitled, respectively, Page 1 .. ~ .".~"".~ ... -.---,~."",!~" ~ .. ~., . .,. .. ~ .... and whicn plans and Specifications are identified by the signatures of the parties to this Contract. It is understood and agreed that said tools, equipment, apparatus, facilities, labor, transportation, and material shall be furnisned, and .that said work snall be perfo~ed and completed as required in said Plans and specifications under the sole direction of the Contractor, but subject to the' inspection and approval of the City, or its representative. The City hereby designates as its representative for the purpose of this Contract: Mr. Bert J. Viskovich, Director of Public Works. 3. CONTRACT PRICE. The City agrees to pay, and the Contractor agrees to aecept, in full payment for the work abo,ve agreed to be done, the sum of: $262,707.48 TWO HUNDRED SIXTY-TWO THOUSAND SEVEN HUNDRED SEVEN AND 48/100 DOLLARS subject to additions and deductions as provided in the Contract Documents, per Exhibit "A W attached hereto. 4. DISPUTES PERTAINING TO PAYMENT E'OR wORIl. Should any dispute arise respecting the true value of the work done, or any work omitted, or of any extra work whieh the Contractor may be required to do, or respecting the size of any payment to the Contractor during the performanee of this Contraet, said dispute shall be dete~ined either by reference to the unit of prices, if applicable, or in accordance with the agreement of prices, if applicable, or in accordance with the agreement of the parties, or in accordance with the rules of the American Arbitration Association if the parties are unable to agree. 5. PERMITS, COMPLIAt~CE WITa LAW. The Contractor shall, at his expense, obtain all, necessary permits and licenses, easements, e~c., for the construction of the project, give all neeessary notices, pay all fees required by law, and comply with all laws, ordinances, rules and regulations relating to the work and to the preservation of the public health and safety. 6. INSPECTION BY THE CITY. The Contractor shall at all times maintain proper facilities and provide safe access for inspection by the City to all parts of the work, and to the shops wherein the work is in preparation. Where the Specifications require work to be specially tested or approved, it shall not be tested or covered up without timely notice to the City of its readiness for inspection and without the approval thereof or consent thereto by the latter. Should any such work be covered up without such notice, approval, or consent, it must, if required by the City, be uncovered for examination at the Contractor's expense. 7. EXTRA OR ADDITIONAL WORK AND CHANGES. Should the city at any time during the progress of the work require any alterations, Page 2 deviations, ad.ditions or omissions from the Specification~ or Plans or the Contract Documents, it shall have the ri;ht to do so, and the same shall in no way af fect or make void the contract, but the cost or value thereof will be added to, or deducted from, the amount of the contract price, as the case may be, by a fair and reasonable valuation, which valuation shall be determined either by reference to the unit prices, if applicable, or in accordance with the ag-reement of the parties, or in accordance with the rules of the American Arbitration Association if the parties are unable to ag-ree. No extra work shall be performed or change be made except by a written order from the City, duly authorhed by resolutiori of lts governinq body, and by all aqencies whose approval is required by law, statin; that the extra work or chang-e is authorized, and no claim f<:)r an addition to the contract sum shall be valid unless so ordered. 8. CHANGES TO MEET Ii:NVIRONMEN'rAL REQUIREMENTS. The City shall have the riqht to make chanqes in this Contract durinq the course of construction to bring the completed improvements into compliance with environmental requirements or standards established by State and Federal statutes and requlations after the Contract has been awarded or entered into. The Contractor ahall be paid for by such chanqes either by reference to the unit prices, if applicable, or in accordance with the aqreement of the plI:rties, or in accordance with the rules of the American Arbitration Association if the parties are unable to aqree. 9. TERMINATION, AMENDMENTS OR MODIFICATIONS. This Contract ,may be terminated, amended or modified, w.ith the mutual consen.t of the parties. The compensation payable, if any, for such termination, amendment or modifications, shall be determined either by reference to the unit price, if applicable, or in accordance with the ag-'reement of the parties, or ·in accordance with the rules of the American Arbitration Association if the parties are unable to alJree. 10. TIME FOR COMPLETION·. All work under this Contract shall pe completed I WITHIN SIXTY..,FIVE (65) WORKING DAYS AFTER NOTICE TO PROCEED If the Contractor shall be delayed in the work by the acts or' neqlect of the City, or its employees, or those under it by contract or otherwise, or by chanqes ordered in the work, or by strik.es, lock.outs by others, fire., unusual delay in transportation, unavoidable casualt.ies or any causes beyond the Contractor's control, or by delay authorized by the City, or by any cause Which the City shall determine justifies the delay, then the time of completion shall be extended. accordinqly. This parsqraph does' not exclude the recovery of dama-qes for delay by either party under other provisions in the Contract Documents. Page 3 11. INSPECTION.. AND l'ESTING 'Of' MATEH.IAt:.S. The Contractor shall notify the city a sufficient time in advance of the manUfacture or production of materials to be supplied by him under this Contrac~, in order ~hat the City may arrang-e for mill or factory inspection and testing-of the· same, if the City requests such notice from the Contractor. 12. TE~l~ATION FOR BREACH. ETC. If the Contractor should be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a. receiver should be appointed on account of his insolvency, or if he or any of his sUbcontractors should violate any of the provisions of the Contract, the City may serve written notice upon him and his surety of its intention to terminate the Contract, such notice to contain the reasona for such intent~on to terminate the Contract, and unless within ten days after serving of such notice, such violation shall cease and satisfactory arrangements for corrections thereof be made, the Contract shall, upon the expiration of said ten days, cease and terminate. In the event of any such termination, the City shsll immedia.tely servewr i t ten notice thereof upon the surety and. the contractor, and the surety shall have the right to take over and perform the contract, provided, however, that, if the surety Within .... fifteen days after the servinq upon it of notice of termination does not give the City written notice of its intention to take over and perform the Contract, or does not commence performance thereof within thirty days from the date of the serving of such notice, 'the City may take over the work and prosecute the same to completion by contract, or by any other method it may deem advisable, for the account and at the expenSe of the Contractor, and the Contractor and his surety shall be liable to the City for any excess cost occasioned by the City thereby, and in sych event the City may. without liability for so doinq, take possession of, and utilize in completinq the work, such materials, appliances, plant and other property belonqinq to the Contractor as may be on the site of the work and necessary therefor. 13. THE CITY' S RIGHT TO WITHHOLD CERTAIN AMOUNTS AND MAKE APPLICATION THEREOF. In addition to the amount which the City may reeain' under Paragraph :U of this· contract until' the final. completion and acceptance of all-work covered by the Contract, the City may withhold from payment to the Contractor luch an amount or amounts as in its judqment may be necessary to pay just claims ag-ainst the Contractor or any subcontractors for labor and services rendered and materials furnished in and about the work. The City may apply such withheld amount or amounts to the payment of such claims in its dlscretion. In so doinq. the City shall be deemed the aqent of the Contractor, and any payment so made by the city Shall be considered as a payment made under the Contract by the City to the Contractor. and the City shall not be liable to the Contractor for any such payment made in qood faith. Such payment may'be made without prior jUdicial determination of the claim or claiml. With respect 'to any retention of payment by the City to ensure performance of the Contract, Contractor will be entitled to substi tute securities :as provided in Sectidn 4590 of th~ California Government Code as more fully described in the City's Notice to Contractors. Paqe 4 14. NOTIcE AND SERVICE THEREOF. Any notice from one party to the other under this Contract shall be in writing, and shall be dated and siqned eitl;ler by the party qiving such'notice, or by a duly authqrized representative of such party. Any such notice shall not be effective for any purpose whatsoever unless served in the followinq manner I (a) if the notice is given to the City either by personal delivery thereof to the city Manaqer of the City, or by depositing the same in the united States mails, enclosed in a sealed envelope, addressed to the city, postage prepaid and certifiedl (b) if the notice is, qiven to the Contractor, either by personal delivery thereof to the Contractor, or to his duly authorized representative at the site of the project, or by depositinq the same in the United States mails, enclosed in a sealed envelope. addressed to said Contractor atl 9390 ELDER CREEK DRIVE SACRAMENTO, CA 95829 postaqe prepaid and certifiedl and Ic) if the notice is qiven to the surety or any other person', ei ther by personal delivery to such surety or other person, or by depositinq the same in the United States mails, enclosed in a sealed envelope, addressed to such '- surety or person, as the caae may be, at the address of such surety or person last communicated by him to the party qivinq the notice, postage prepaid and certified. 15. ASSIGNMENT OF CONTRACT. He i ther thereof, nor moneys due or to become assiqned by ,the Contractor without the the City. the Contract, nor any part due thereunder, may be prior written approval of 16. COMPLIANCE WITH SPECIFICATIONS OF MATERIALS. Whenever in the Specifications, any material or process is indicated or specified by patent or proprietary name, or by name of manufacturer. lIuch Specifications must be met by contractor, unless tne City aqrees in writing to some other material, process or article offered by contractor which is equal in all respects to the one specified. 17. CONTRACT SECURITY. The Contractor shall furnish a surety bond in an amount at least equal to one hundred percent (lOOt) of the contract price as security for the faithful performance of this Contract. The Contractor shall aillo furnish a separate surety bond in an amount at least equal to one hundred percent (lOOt) of the' contract price as securitr for the payment of all persons for furnishing materials, prov sions, provender, or other supplies, used in, upon, for or abou.t the performance of the work contracted to be done, or for performinq any work or 1abo~ therebn of any kind, and for the' payment of amounts due under the Unemployment Insurance Code with respect to such work or labor in connection with thia contract, and for the payment of a reasonable attorney's fee to be fixed by the court in case suit ia brought upon the bond. Paqe 5 ~" " .. ~. -~ - 18. IUSURANCE.-'rhe Contractor shall not commence work under this Contract until he has obtained all insurance required by the Ci ty, nor shall the Contractor allow any subcontr'actor to commence work on his subcontract. until all similar insurance required of the subcontractor has been so obtained and approved. The Contractor shall furnish the City with satisfactory proof of the carriaqe of insurance required, ,and there shall be a specific contractual liability endorsement extending the contractor's coverage to include the contractual liability assumed by the Contractor pursuant to this Contract and particularly Paragraph 19 hereof. Any policy of lnsurance required of the Contrsctor under this Contract shall also contain an endorsement providing that thirty (30) days' notice must be given in writinq to the City of any pending change in the limits of liability or of any cancellation or modifi~ation of the policy. (al WORKER'S COMPENSATION INSURANCE AND EMPLOYER'S LIABILITY INSURANCE. The Contraetor shall take ,ut and lIIaintain during the life of this Contract Worker's compensation Insurance and Employer's Liability Insurance for all of his employees employed at the site of the project and,in case any work i3 sublet, the Contractor shall require the subcon,tractor similarly to provide worker'S Compensation Insurance and .Employer's Liability Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. In signing this Contract the Contractor makes the ~ollowing certi~ication, required by Section 1861 of the Labor Codel . ~I am aware of the proviSions of Section 3700 of the Labor Code' which require every employer to be insured against liability for worker's compensation or to undertake self insurance in accordance with the provisions of the Code, and I will comply wi th such provisions before cOllllllencing the performance of the work of this contract.~· (bl LIABILITY INSURANCE. The Contractor shall take out: and maintain during the life of this Contract suob Bodily Injury Liabilit:y and propert:y Damage Liabilit:y Insurance as shall protect him and any subcontract:or performing work covered by th'is contract: from claims for prop.rt:y, damage, including third-party property damage, to include coverage on property in the care, custody and control of the Contractor, and also excluding what are commonly known as the ·X, c, and U· exclusions (having to do' with blasUng, c,ollapse, and underground property da,magel, which may arise from' Contractor's operations under t:his Contract, whether such operations be by himself or by any subcont:ractor or by anyone directly or indirectly employed by either of them and the amounts of such insurance shall be as follows'. Bodily Injury Liabllity Insurance in an amount not less than $300,000.00 for injuries, lncluding accidental death, to any. one ,person, and subject: to the same limit for each person, in an amount not less than' $500,000.00 on account of one 'accident, and Page 6 Property Damage Liability Insuranee in an amount not less than 5250,000.00. The City and its officers and employees, shall be named as additional insureds on any such pollci'es of insurance, which shall also ~ontain a provision that the insurance afforded thereby to the City, its officers and employees, shall be primary insuranee to the full limits of liability of the policy and that if the city, or its officers and employees, have other insurance against a loss covered by such policy, such other insurance shall be eJtcesa insu·rance only. 19. ROLDBAilMLESS. The Contractor will save, keep, and hold harmless ·the City and all officers, employees, and·ayents thereof from all damages, costs, or expenses, in law or in equ ty, that may at any ,time arise or be set up because of personal injury or damage to property sustained by any person or persons by reason of, or in the course of the performance of Said work, or by reason of any infringement or alleged ·infringement of the patent rights of any person or persons, firm or corporation in consequence of the use in, on, or about said work, of any article or material supplied or installed under this Contract. Notv!ths.tanding the abo?e, the Contractor shall wherever it is necessary keep and maintain at his sole cost and expense during the course of his operations under this Contract such warnings, signs, and barriers as may be required to protect the public. The provisions of the preceding sentence shall not impose any liability upon the City and are for the express benefit of the general public. 20. SOURS OF WORK. Eight hours of labor during anyone calendar day and forty hours of labor during any oneclllendar weele sh'all constitute the maximum hours of service upon all work done hereunder, and it is expressly stipulated that no laborer, workman., or mechanic employed at any time by the Contractor or by any subeontractor or subcontractors under this Contract, upon the work or upon any part of the work contemplated by this Contract, shall b~-required or permitted to work thereon more than' eight hours durinq anyone calendar ,day and forty hours during anyone calendar week, except, a9 provided by section 1815 of the Labor Code of the state of California, 'work performed by employees of contractors in excess of eight hours per day and forty hours during anyone week shall be permitted upon public work upon compensation for all hours worked in excess of eight houri per day at not 141.. than one and one-haif time. the basic rate of pay. It il further expressly stipUlated that for each and e?ery violation of Sections 1811-1815, inclusive, of the' Labor Code of the state of CalUornia, all the' provisi9n. whereof are deemed to be incorporated herein, the Contractor shall forfeit, as II penalty to the city, twenty-five dollars ($25.00) for' each laborer, worker, or mechanic employed in the· execution of thil Contract . by Contractor, or by any subcont~actor under this Contract, for each calendar day during which .aid laborer, worker, or mechanic il required or permitted to work more than eight hours in IIny one calendar'day and forty hours iii anyone calendar week in violation of the provisions of 'said ~.ction. of the Labor Code. PlIge 1 The Contractor, and each subcontractor, shall keep an' acctlrate ~ecord showine; the names of and actual hours worked each calendar tay and each calendar week by all laborers, workmen, and mechanics 4mployed by him in connection with the work contemplated by this c~ntract, which reco~d ,shall be open at all reasonable hours to the inspection of the City of its officers or ae;ents and to the Divisi~n of Labor Law Enforcement of the Department of Industrial Relations of the State of California. 21. WAGE RATES. pursuant to the Labor Code of the State of california, or local law thereto applicable, the City has ascertained the e;eneral prevailine; rate of per diem wages and rates for holidays and overtime in the locality in Which this work is to ~ performed, for each craft, classification, or type of laborer, workman, or mechanic needed to execute this Contract. The p~evailing wages So determined are set forth in the Specifications and made a part hereof. Ifei ther the notice invi tine; bids nor this Contract shall constitute a representation of' fact as to the prevailing waqe rates upon' which the Contractor or any subcontractor under him may base any claim aqainst the city. 1116. (al Each Contractor and subcontractor shall keep an accurate payroll record, showine; the name, address, social security number, work classification, straie;ht time and overtime hours worked each day and week, and the actual per diem Wae;es paid to each journeyman, apprentice, worker, or other employee employed by, him or her connection with the public work. (b I The certified hours at baSis, payroll records enumerated and shall be avdlab'le for the principal office of under subdivil!lion (a) shall be inspection at' all reasonable the ContJ:actor on the followine; (11 A certified copy of an employee's payroll record shall be made available for inspection or furnished to such employee or h'is or her authoJ:bed representative on request. (2) A certified copy of all payroll records enumerated in subdivision (aI' shall be made available for inspection or fUJ:nlsbed upon,request to a representative of the body awarding the contract, the DIvIsion of Labor standards Enforcemant and the Division of Apprenticeship Standards of the Departmen,t of IndustJ:ial Relations. (]l A ceJ:tified copy of all payroll records enumerated in subdivision (a" shall be made available upon request: to the pUblic for Inspection or copies thereof made, provided, however, that a request by the public shall be made through ei t:heJ: the body awardinq the contract, the Division of Apprenticeship Standards. or the Division of Labor Standards Enforcement. The public shall not be given access to such records at: the principal office of the Contractor. (c) Each Contractor' shall file enumerated in subdivision (a) with records within ten (10) days after a certified copy of the records the entity that' requested such reCeipt of a written request. Page 8 Cd I Any copy of records, 'made avallab,le for inllpection all copieg and !urnished upon requellt to the public or any public agency by the awarding bids, the Divillion of Apprenticellhip Standardll or the Division of Labar Standard II Enforcement shall be marked or obliterated in such' a manner as to prevent dillclollure of an indil1idual's name, addresll and social lIecuri ty number. The nallle and addrellll of the Contractor awarded the contract or performing the contract shall not be marked or obliterated. , Ie) The Contractor shall inform the body awarding the contract of the locati,on of the records enumerated under subdivision lal, includinq the street ad4ress, city and county and IIhall, within five workinq daYII, provide a notice of a change of location and addresa-. If> In the event of noncOlllpliance with the requirements of this section, the Con tractor IIhall hal1e ten (10) days in which to comply subsequent to receipt of written notice IIpecifying' in What respects such Contractor must comply with this section. ShoUld noncompliance still be evident after lIuch ten (101 day period, the Contractor shall" as a penalty to bhe state ,of political subdivision on whose behalf the contrac~ is mede or awarded, forfeit twenty-fil1e dollars ($25.00) for each calendar day or portion thereof, for each worker, until strict compliance is effectuated. Upon tne request of the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement, such penalties shall be withheld from progress payments then due. (q) The body awarding the contract shall cause to be inserted in the contractstipulationll to effectuate this section. Such stipUlations sh:all fix the responslbil1 ty f.or compliance with this section on the prime contractor. th) The director shall adapt ,rules consilltent with the California p~blic Records Act, (Ch~ 3.5 (commencing with Section 6250) of D1v. 7; Title 1. Gov. Ch.) and the Information Practicel Act of 1977, (Title 1.8 (commencing with Sec. 1798) Pt •• , Div. 3, Civ. C.) governing the release of such records, including the elltablishmen,t of reasonable fees to be charged for reproducing copies of records required by this section. (Added by Stats. 1978, Ch. lH91. 1775.5 Nothinq in this chapter shall prevent the employment of properly registered apprentices upon public work. Every such apprentice shall ,be paid the apprentices under the regulations of the craft is employed, and shall be employed only at the trade to which he is reqistered. , Paqe 9 IItandard waqe paid to or trade at which he work of. the craft or .' only apprentices, as defined in Section 3071, who are in traininq under apprel)ticeshipstandards and written apprentice a9reements under Chapter 4 (collllllenein9 with Section 30701, Division 3, of the -Labor Code, are -_1 i9 ib 1e to be employed on public works. The employment and traininq .. of each apprentice shall be in accordance with . the provisions of the apprenticeship standards and apprentice aqreements under which he is traininq. When the Contractor t~ whom the contract is awarded by the state or any political SUbdivision, or any subcontractor under him, in performinq any of the work under the contract or subcontract. employs workmen in any· apprenticeable craft or trade. the Contractor and subcontractor shall apply to the joint apprenticeship committee administerinq the apprenticeship standards of the craft or trade in the area of the site or the public work for a certificate approvinq the Contractor or subcontractor under the apprenticeship standards for the employ~nt and. traininq of apprenticeships in the area or industry affected, provided, however, that the approval as established by the joint- apprenticeship committee or committees shall be subject to the approval of the Adminis.trator of Apprenticeship. The joint apprenticeship or committees, subsequent to approvinq the subject contractor or subcontractor, shall arranqe for the dispatch of apprentices to the Contractor or subcontractor in order to comply with this section. There shall be an affirmative duty upon the joint apprenticeship committee or committees administerinq the apprenticeship standards of the craft or trade in the area of the site of the public work to ensure equal employment and. aHimative action in apprenticeship for women and minorities. Contractors or subcontractors shall not be required to submit individual applications for approval to local joint apprenticeship committees provided they are alreedy covered by the local apprenticeship st~ndards. The ratio of apprentices to journeymen who shall be employed in the craft or trade on the public work may be the r.atio stipulated in the apprenticeship standards under which the joint apprenticeship committee operates but in no case shall ;he rat10 be leas than one apprentice for each five journeymen, except as otherwise provided in this section. The Contractor or subcontractor, if he is covered by this section, upon 'the issuance of the approval certificate, or if he haa been previously approved in such craft or trade, shall employ t~e number of apprentices or the ratio of apprentices to journeymen' stipulated in the apprenticeship standards. Upon proper showinq by' the Contractor thaI: he employs apprentices in such craft or trade in the state on all of this contract on an annual averaqe of not leu than, one apprentice to _each five journeymen, the Division of Apprenticeship Standards may qrant a certificate exempting the ConUact.or for the l-to-5 ratio as set fort.h in this section. This section shall not apply to .contracts of qeneral contractors inv01ving less than thirty thouaand ($30,000.001 or twenty (20) wOrkinq days or to contracts of specialty contractors not biddinq for work through a geper&l or prime contractor, involvinq less than t.wo thousand dollars ($2,000.00) or fewer than five (5) workinq days. Paqe 10 "Apprenticeable craft or trade,· as used in this section, shall mean a craft or trade determined as an apprenticeab1e occupation in accordance with rUles and re9u1ations prescribed by the Apprenticeship Coun~il. The joint apprenticeship committee shall have the discretion ,to 9rant, a certificate, Which shall be SUbject to the approval of the Administrator of Apprenticeship, exempting a contrac,tor from the l-to-5 ntio set forth in this section when it tinds that anyone of the followi'n9 condition. are lllet. (al In the event unemployment for the previous three month period in such ar~a exceeds an avera'le of 15 percent, or (b J In the event the number of apprentices in trainin9 in such area eXgeeds a ratio of l-to-5, or ecl If there is a showin9 that the apprenticeable craft or trade is replacin'l at least one-thirtieth of its journeYlllen annually through' apprenticeship trainin'l, either (lIon a statewide basis, or (2) on a local basis. (d) If assi9nment of an apprentice to any work perfomed under a public worles contract would create a condition whi~h would jeopardize his life or the life, safety, or property of fellow employees of the public at lar'le if the specific task to which the apprentice ' When such exemptions are 'lranted to an or9anization which' represents contractors in a specific trade from the 1 to 5 ratio on a local or statewide basis the member contractors will not be required to submit individUal applications for approval to local joint apprenticeship committees, provided they are already covered by the local apprent~c~ship standards. A contractor to whora the contract is awarded, or any subcontractor under him, who, in performin9 any of the work, under t~e ,contract, employs journeYlllen or apprentices in any apprenticeable craft or trade and who is not contributing to a fund or funds to administer and condUct the apprenticeship pr09ram in any, such craft or trade in the area of the s1 te of the public work, to wbich fund or funds other contractors in the area of the Iii te of the public work, are contributin9, shall contribute to the fund or funds in each craft or trade in which he employs journeymen or apprentices on the public work in the same amount or upon the same basi. and in the same manner as the other contractors do, but 'where the trust .fund adrainistrators' are unable to accept such funds, contractors not si9natory to the trust a9reement shall pay a 1ilee amount to the california Apprenticeship Council. The contractor , or subcontractor may add the amount of such contributions in computin9 his' bid for the contract. The Division of Labol:' St.andards Enforcement is authorized to enforce the payment af,luch',contributions to the fund or funds as set foren in section 227. ' , ' .. Page 11 The body awarding the contract shall cause to be inserted in the contract stipulations to effectuate this section. such stipuladons shall fix the rl!l!lponllibiUty of compliance with this section for .all apprenticeable occupations with the prime contractor. All deddons of ,the joint apprenticeship co_i ttee under this secUon are subject to the. provisionl of Section 3081. . (Amended by Stats. 1976, eh. 11791 1717.6 It shall be unlawful for an employer of a labor union to refuse to accept otherwise qualified employees as' reqistered apprenticel on any public works, on the ground of the race, religious creed. color. national origin, ancestry, sex, or aqe. except as provided in section 3077, of sucb employee. (Amended by stat. 1976, Ch. 11791 1771.1 (a) In the event a contractor willfully fails to comply with the provisions of Section 1777.5, such contractor Ihall, III Be denied the right to bid on any pubiicworks contract for a period of one year frOM the date the determination of noncompliance i. aade by the Administrator of Apprenticelhip, and (21 Forfeit .s a civil penalty in the sum of fifty dollars ($50.00) for each calendar day of noncOlllpliance. Mothwithstandinq the provision' of section 1127, upon receipt of luch a determination I:he awardinq body Ihall withhold from contract progre.s payments then due or to become due sucb swa. (b) Any 'such determination shall be iseued after a full investigation, a fair and impartial hearing, and reasonable ,notice thereof in accordance with reasonable rules and procedures p~e.cribed by the california Apprenticeship Council. _ (cl AnY' fundi withheld by the awarding body pursuant to this Bection Ihal1 ,be deposited in the qeneral fund if the a~ardin9 body is a state enUty,or in the. aquivalent fund of an awarding body if auch awarding body is an entity other than the Itat •• Th~ interpretation and enforcement of Sections 1777.5 and 1717.7 shall b. 'in accordance with I:he rules snd procedures of the California Apprenticeship Council. (Amended by State. 1979, Ch. 12Ul It shall be aandatory upon the Contractdr, and upon any . subcontractor under him, to pay not leiS than the said specified rates 1:0 all laborers, workme~, and mechanics employed in the execution of the Contract~ It is further expre,sly stipUlated that the.Contractor .hal1, as a penalty to the City, forfeit twenty-five .' , doliatll '($25.00) for eacb calendar day,' or portion. thereof, lor , .. ': !!I4cb 1abotsr/ workman, or mechanic paid leU than the stipulated ",i.iJltevUl1ng 1'ates eor any work done under this Contract by him or by ";~;, any' ilibeont.tactor under> work done under this conl:racl: by him or by ; ,':~~: lhy IIUbeontractor under him, and Contractor aqrees to comply with . ". " all provisions of Section 1175 of the Labor Code. Paie 12 In case it becomes necessary for the Contractor or any subcontractor to employ on the project under this contract, any person in a trade or, occupation (except executives, supervisory, administrative, clerical, or other non-manual workers as Buchl for wnich no mintmum, wage rate is herein specified, tne Contractor shall immediately notify the City, who will promptly thereafter determine the prevaiHng rate for such additional trade or occupation and shall furnish the Contractor with the minimum rate based thereon. The minimum rate thus furnished shall be applicable as a minimum for such trade or occupation from the time of the initial employment of the person affected and during the continuance of such employment. 22. ACCIDENT PREVENTION. Precaution shall be exercised at all times ~or the protection of persons (including employees) and property. The safety provisions of applicable laws, building and construction codes shall be observed. Machinery, equipment, and other hazards shall be guarded, or eliminated in accordance with the safety provisions of the Construction Safety Orders issued by the Industrial Accident commission of the state of California • . 23. PAYMENT. Payment will be, made in accordance with the attached payment schedule. TheCity will make partial payment to the Contractor on the basis of a duly certified approval estimate of the work performed and material!!! incorporated in the project, during the preceding calendar month, by the Contractor, but the City will retain ten percent (l0,) of the amount of each of said estimates until the expiration of thirty-five (35) days from the date of recording by the City of notice of acceptance of completion of all work covered by this Contract, if such notice be recorded within, ten days after the acceptance of completion of such Contract as evidenced by resolution of its governing body; or, if such notice be not so recorded within ten days, until the expiration of ninety-five (95) days after the acceptance of completion of such work of improvement 'as evidenced by resolution of its governing body, at which time and not before, the City shall pay to the ContractQr the whole of the remaining ten percent (10\) of said contract price so held back as provided, said certificates to be furnished by and obtained from the City's representative shall, before the last Tuesday of each month, deliver said certificates' under hand to the City, or in lieu of such certificates, shall deliver to the Contractor, in writing, under his hand, a just and true reason for not issuing the certificates, including a statement of the defects, if any, to be remedied, to entitle the Contractor to the certificate of completion. In event of the failure of the City's representative' to furnish and deliver said certificates or any of them or in lieu Page 13 . thereof, the wrltinq aforesaid, within ten (10) days after the times aforesaid, and after wr.1tten demand has been made upon him for the same, the Contractor may file demand with the City, and, in event said certificates are not furnished within ten (10) days thereafter, the same shall become due and payable. In case the Ci ty' I representative delivers the writinq aforesaid, in lieu of the certificates, then a compliance by the Contractor with the requi;ements of said w~itinq shail entitle the Contractor to the certificates. The payment of proqress payments by the City shall not be construed as an absolute acceptance of the work done up to the time of such payments, but the entire work is to be subjected to the inspection and apP.roval of the Ci.ty; and subject to whatever inspection and approval may be required by law. 24. PROTECTION OF PUBLIC UTILITIES. The City shall be responsible as between the parties to this Contract only, for the removal, relocation, or protection of existinq pUblic utilities, if any, located on the Bite of construction, but only if such public utilities are not identified by the City in the plans and Specifications made a part of the invitation for bids, The City shall compenaate the Contractor for costs. incurred in relocatinq or repairinq damaqe to utility facilitiea not indicated in the Plans and Specifications, other than service laterals When the presence of such utilities on the construction site can be inferred from the presence of such visible facilities as buildinqs, and meters and junction boxes on, or adjacent to, the construction site. The Contractor shall not be assessed liquidated damaqes for delay in completion of the contract project, as provided in paraqraph 27 below, when such delay is caused by the failur.e of the City, or other public utility, to provide for the removal or relocation of the e:dstinq utility -facilities. If the Contractor while p~rforminq the Contract discovers utility facilitie5 not identified by the City in the Contract plans and Specificationa, the service laterala as hereinabove described, he shall immediately notify the City in wri.tiilq. 25. CONTRACTOR'S RESPONSIBILITY FOR TBB WORK. The Contractor ·shall not be responsible for the cost of repairinq or restorinq damaqe to the work caused by an Act of God. NEVERTHELESS, the Contractor shall, if the insurance premium is a separate bid item, . obtain the insurance to indemnify the City for any damaqe to the work caused by an Act of God. ·Acts of God· shall inclUde only the following occurrences or conditions and effects. earthquakea ano:! tidal waves, when such occurrences or conditions and effects have been proclaimed a disaster or state of emergency by the Governor of the State of California or by the President of the United States, or were of a magnitude a·t the site of the work sufficient to have caused a proclamation of disaster or state of emergency having occurred in a populated area. Subject to the foregoing. the City ahall not, . in any 'way or manner, be answerable or suffer loss, 4amage, expense or liability for any 108s or damage that maY'happen to said building, work, or equipment or any part· thereof, or in, Page 14 on, or about t;;he sallie dur 1n9 1 ts construction and before· acceptance. 26. CONTRACTOR'S GUARANTEE. The Contracto~ . unqualifiedly guarantees the first-class quality of all workmanship and of all materials, apparatus, and equipment used or installed by him or by any subcontractor of supplier in the project which is the subject of this Contract, unless a lesser quality is expressly authorized in the PlanS and Specifications, in which event the Contractor unqualifiedly guarantees such lesser quality, and that the work as performed by the Contractor will conform with the plans and Specifications or any written authorized deviations therefrom. In case of any defect in work,. materials, apparatus or equipment. whether latent or patent, revealed to the City within one (11 year of the -da te of acceptance of completion of this contract by the city, the Contractor' will forthwith remedy such defects without cost to the City. ' 27. LIQUIDATED DAMAGES • Time shall be of the essence of this Contract. If the Contractor fails to complete, within the time fixed for such completion, the work hereinbefore mentioned and described and hereby contracted to be done and performed, he shall become lieble to the City for liquidated damages in the sum of $150.00 ONE HUNDRED FIFTY AND 00/100 DOLLARS for each and every working day dur ing Which said work shall remain uncompleted beyond such time for completion or unlawful extensi.on thereof, which sum shall be presumed to be the amount of damage thereby sustained by the City since.lt would be impracticable or extremely difficult to fix the actual damage, and the amount of liquidated damages may be deducted by the City from moneys due the Contractor. hereundeJ:,. OJ: lila assigns and successor. at the time of completion, and his sureties shall be liable to the city any exceSs. "'28.· ADDITIONAL PROVISIONS. None page 15 .. , , STATE OF CALIFORNL4. S8. COUNTY OF ... SACRAMENTO ....•.•. On this .... :ltS'!' .......... day of ... :W~ .......................... in the year .......... 19.811 ...................................................... before me. . .1'.ATRlCIA. .CHERRY •..........•......• a Notary Public. State of California. duly licensed and sworn. personally appeared ................................ .. ..... : .................... 1!;:t.J::::Ml)!';TIl. AfRQI\Q .............................. , personally known to me (or proved to me on the basis of satisfactory evidence) to b. the person who executed the within instrument as .. SEJlllETARY •••.•... or on behalf of the corporation therein named and acknowledged to me that such corporation executed the within instrument pursuant to its by· laws or a resolution of its board of directors. IN WITNESS WHEREOF I have hereunto set my band and affixed my official seal in the ...... ' .....................• County of. ~.~~.Il#1!l.I'!'Fg ... . ........................ ........ , on the date se above in this certificate. This6X:umenllt 0""" ~alIOtl"l\ whio;:t. ~1t>t ptOpIIl !Ol use intirroplc l1~witl !"IOwa) 8dS, ..-l$lntenOOdwe:1a.t D JUblTilLNfot1!'\l ~d8l\~,n.~~not~ ... a...,. ... lII'l."lVe<tOOl~{)Iirnplieod'''IIO'/llo , ktgaJvt!Mtryd IVIl'~Of N S.IiI&b''''rd ~11)U'1\$r.lillf~\'I.~ion.. Cowdery's Fonn No. 28 -Acknowledgement to Notary Public - Corporation (C. C. Sees. 1190-1190.1) -(Rev. 1183) Notary Public, State of Ca . My commission expires ..:J~U=NE=-'-7'-"'1.<;9""9.:1 ___ ...;;; .... d ,. P.O. No. IN WITNESS WHEREOF, the parties have executed this Contract, 1n duplicate, the day and year first hereinabove written. Approved City Attorney Notary acknowledgment required. If a corporation, corporate seal and corporate notary . acknowledgment required. CITY OF CUPERTINO Ci ty Clerk. ~y C'''-'"k¢;' ~~ CONTRACTOR I CAUFOlti\.n i'AVEMENT IWNTENANCE COMPANY •. INC. Byt (2;~)~~ project. NalDe and Number!. STREET MAINTENANCE -SLURRY SEAL. PROJECT 88-116· Contractors NalDe. CALIFORNIA PAVEMENT MAINTENANCE COMPANY, INC. Contract, Amount I $262, 70~ .48 TWO HUNDRED SIXTY-TWO THOUSAND SEVEN HUNDRED SEVEN AND 46/100 DOLLARS coni:J:aCt,. Account Numbert: 110-993-714 BID ?ROPOSAL STRE! HAINTEMAo.'1CE -Si.UR.U SEAl PROJECT B8-115 EXHIBIT A CAlIFORNIA PAVEME~T TO: T~~ DIRECTOR OF PUBLIC WOlL~S, CITY OF CUPERTINO, STATE OF CArlrOlL'!lA Dear Sir: In co~?lianc. with <he Plans and Specifica<io~s furnished for <he work of the Slurry Seal Project in the City of Cupertino Project B8-116 I, the undar- signed, hereby declare thac I have read the ~roposal requirements, visited t~e sitas, and exa~ined the specificatio~s. I, the undersigned, heraby pro?ose t~ do all ~ork required <0 comple<e <he work in accordance wi<h the Plans and S?ec- ifica<ions for the prices set fo~th in the following schedule. I further under- stand that said prices include all COSts including, but not limited to, local, state and federal taxes, and transportation costs. r, the undersigned, also understand that the quantities shown below ere esti~ates only, being given,as a basis for' comparison of bids. The City of ~u?ertino does no~ state that the actual amount of work will correspond but reserves the right to increase or decrease the amount of any class or portion of the work or to omit ite~s or portions of work dee~ed unnecessary by the Engineer. The City of Cuoereino reserves the right to unilaterally determine and award the contract to any qualified bidder based 00 the most advantageous proposal. to re- ject any or all bids or to waive any irregularities in the procedures. Th .. ,",ork to be done consists of. furnishing all labor, methodsot'ptocess, tools, ~achinery and material required to complete the Slurry Seal Project, Project 88-116 as described in the Special Provisions. In the event of discrepancies between the written unit price and the numericzl unit price, the written price shall govern. I, the undersigned, shall diligently prosecute the work to completion before the expiration of 65 ~orking days. I further understand that I shall pay to the City of Cupertino the sum of one hundred fifty dollars ($150.00) per day, for each and every ~orking day's delay beyond the times established in this proposal for each and every portion of the completion process described in the time for co~pletion portion of this proposal. 1. Within two (2) hours after each site has been open to traffic, I shall be responsible for accurately locating and placing temporary traffic striping (cat tracking or dribble) Bid Ite~ No.3 If I fail to perform this portion of the job on the same day as paving I shall pay the City of cupertino the sum of one hundred fifty dollars ($150.00) per day for that day plus the su~ of one hundred fifty dollars ($150.00) for each and every day the temporary striping remains uncompleted 2. I shall :)e responsible for installinJOl: permanent traffic striping, raised pave- ment markers, raised traffic bars, and ,p~vement leJOl:ends, Bid Items 4 & 6, five (5) days follOWing the paving .o,f each" sHe. Should I fail to perform this portion of the job on the fif,tll day, I shall pay the City of Cupertino PROPOSAL PAGE 1 OF 7 BID P!lOPOSAL, CONTDruED: t~e sue of one hundrad 51fey dollars (~LSO.OO) per day for that day plus t~. SUQ of one hundred fifty dollars (S150.00) for each and e'lery day ehe pe:-::a:1e:1: t~aific st~iping, raised pavemenc carkers, raised traffic oars, ~nd pave~ent leg~ncis, ramains uncomplet~d. J. Coepieeion of eneire projec: --c6~5c--__ working days fro~ Notice to Proce~d~ ESTI~_~TED OU.~~t!!IES The bid pr~ces for this project shall be as ouclined below: 8id Es c. Qcy. Unit te!:!l Unit ?:,iC2 -1 tam. ~ \ 1-5, o2t, 067 S.F. Type II Slurry Seal $ • O~4") IS, s lQ'~I(!~J:f ~ 2. Lump Sum Re~oval of Raised Pavement $ i,R'OO':l9 ILS $ 18"{x)aJ Markers. or Dribble S 15/110~/LS S /.5Q/O i19 J. Luep Sue Cae Traci<;~ng 4a. 4 ea. "Bike Lane" Legend S .LJ /.1..cD lea. $ J (n(c. .;Jg l:.b. 2 ea. "ped xingll $ 78@ lea. ~ l!Sr (l 1£. .... I..c. 3 ea. "Slo<.l School Xing" $ CJs (P.9-lea. $ ,.!J8;D<J9. I..d. 4 ea. nYieldll $ "'-II f.lfl lea. $ l(Q(~-1!J ~ • 4 •• 1 "Sto9 Ahead" 7g~ 78' 60 ea. $ lea. $ 4f. 95 ea. HStoplt ~ ~/$E lea.~$ 3 .... <'i;) , q.!.Jd:'~ 4g. 1 ea. "Signal Ahead" $ 7&09 lea. S 7g49 4h. 18 ea. arroW' (8 fe.) $ --4l ftil lea. $ 7-<./g 2g2 4i. 17 ea. Speed Legend $ 41 ~J) lea. $ 707.;;rJ 4j. 4,000 L.L 12 " W'hite paine $ IJ)~ it.. F. S ..L..{ I~o "69 4\<:.. 700 L .. F .. 12" yello" paint $ !. b9. IL.L $ 1:J'6~ 41. H,170 L.F. 4" "hite paine S .320 IL.F. $3514 ~ 4m. 9,930 L.F. 6" white paint $ .3u.5 IL. F~ $ ~ ~c::J1-4£ '4n. 325 L." B" white paint $ , (,,0.)4 IL.F. $ 6)O:J &S" 40. 9,275 L.F. Detail 21 $ .-41~ IL.F. $ 305g-<l~-'" 4p. 8,645 L.F. Detail 22 $ . LoQ7 IL.L $ (oD2S 55 ... , .. ~ . . ' '. '1 PROPOSAL 'PAGE 2 OF 7 510 PROPOSAL CONTINUfO: ESTIMATED qUANTITIES The b!d prices for tois project shall be as outlined belo~: Bid Est,Qcy. lee" rCe:! UniC Price Toeal 4'1' 2,000 L.F. Detail 23 $ t6~ IL.F. $ _\31s:Jf) ~ 4r. 1,750 L.r. Detail 31 $ , t:i..Q "9 jT~. f' . $ (a38 '15: 4$ • I,S5() L.F. Detail 3S $~2 fL.:. $ Lt:')2:,Q ~ 5. 2,500 EA. R .. "oval Bars of Raised Traffic $_£2.75 /EA •. $ w87 5 Ct?. 6 • 2,500 E. ... Install Raised Traffic • 4~ lB. $ lQ;lcotfl y Bars (City supplied) PROPOSAL PAGE 3 OF 7 t, the unde~signed, ag~ee that if this proposal is accepted, I will ente~ into a Contract with the City of Cupe~tino to p~ovide all necessary machinery. tools. appa~.tug, and othe~ means of construction and do all the wo~k specified in the contract in the manne~ and time specified. t, the unde~signed declare that this bid is made without connection with any pe~aon, firm or co~po~ation, making a bid for the same work. and is in all respects fai~ and without collusion or fraud. I, the undersigned, recognize that the Direc~or of Public Works of the City of Cupertino will reserve the right to establish the priority of one job over another and each starting date where conflict of construction schedules occur. Attached hereSo is the required ~:tified check Or bid bond in the amount of $ ___ J.I.l..D:..°-Lf.!-,(O':'. ,l;A:::u.m~.l..C~I,.t)..1.0..J.±-..l---'-;~~:I.·..1,d-4-___ ' as re qu ir ed by law and the No tic e (101 of bid amount) " to Bidden. ~ ... "I PROPOSAL PAGE 4 OF 7 A. uui DOCUHgNTS,. continued In further compliAllce with the 9["1ec:lficrJttun!'J furnifihed, t"he unrJer9tp,ned ltlbmits the following stntementa ;:IS to his experience and to hIs 'lualific<ltions 19 a part of tIlls proposal. and tIle trutltfulness and accuracy of tIle information ~ '9 hereby guaranteed. (1) 110,", many years hss your organization been in business under its present name? .d.-:)"t (2) liD,", many years' e"perience in work comparable wtth that required under the proposed contract has your organization had by this or any other namel 2.01" (3) Contractor's Li·cense No. L;C. !;/2.9:3727 p, Classification __ ~ ____ ~V1~ ____________ __ , State of California, (4) List "ork simili'lr in charncter to thnt required in the prorosed contr;tct whic.h your organj.r.tttion or personnel in your organization has completed within the past tilree years. Class, Location of Work and for Whom Performed Contract Amount;, PROPOSAL PAGE 5 OF 7 J, 1\, 3lD DOCUHENTS Continued: Hame of Proposed Sub-Contractors. if any (Section 4104 Government Code) --------~----------------------------------~'--------------~---------------------------------------------5, __________________________________________________ __ 6. ______________ ~----------------__________________ __ Address oE Shop or ofHce of Sub-Contractors. (Section 4104 Government Code) 1. ).-1-3~O tk5q~J&:ecl) ~mO\1-±; 'Cr\ ·a~65i5 l, __ ~ ____________ ~~ ____________________ ~--------~ .. J, ____________________________________ ~~ __ ___ 4 • ___________ ---:-___ ~-------------------- 5, _________ --:-_--:..---;-_________________ ---'-__ 6. ______ ~ __________________________ ~ ________ _ " (1YYl to( Work.to be performed by Sub-Contrnctore (Section 4104 Government Code) 1. ~tL~:n~ s ~ 2. _____ ~ ______________________ _:_ J. __ ~ ____________________________________________ __ 4, ____ ~~ __ -__ -----____ ~----------_------~ '. s. ____ ~ __ --_______ --__ ~--________________ ___ 6.~. __________ ~~ _______ ~_;--------_----------'. '.' .. ' .~ . ,::.; : .. PROPOSAL PAGE 6 OF 7 • A. BID DOCUHENTS! continued Ii: YOU ARE AN HItHVIDUAL. SO ST,\TE. If YOU ARE A nm OR CO-PMTIIERSHll'! STATE THE FlRH NAME AND LIST THE NAHES Of ALL HIOIVlDUAL CO-PARTNERS COHPOSWG THE FIRM. If A CORPORATION, STATE LEG.\L lIAm: OF CORPORATWN, ,"LSO, NAfIES OF ?RESIDEHT, SE:CRETARY TREASURER AND i!NIAGER. TilE CORPORATE SEAL MUST BE AFFIXED. TYPE OF BUSINESS: CAUFORNIA PAVEMENT MAINTENANCE CO .. INC. Individual Co -Par t n" r s h i P-7"'1!irI1::7'I1:IlD11!rO'KUI:m::xt1r-tJ!1!1II'!TC:': CALlFOHNIA PAvEO'I1ENI UAlN IENANCE Corporation COMpANY INC. Joint Venture ___________ ---' Other (describe) ·NAfIE AND SIGNATURE O~ BIDDER: GORDON L RAYNER· PRES., lREAS. ~Jl?aL~ . . UZ AlROSO • SECRETARY TOM WEStPHAL· MANAGER ~V.,/tLQA ($ e 1 DY)G ;t]a~~ J ... ~ _ ..... -.-,. • 'Phone Number Addenda Received: f •• ' " " PROPOSAL PAGE' 7 OF 7 .. • 1988 CAPITAL IMPROVEMENT PAYMENT SCHEDULE • QUA;~TITIES CUT-OFF DATE CHECK RELEASE DATE FRIDAY 5:00 P .. M. FRIDAY December 18 January 1 January 15 January 29 February 12 February 26 March 11 March 25 April 8 April 22 May 6 May 20 June 3 June 17 July 1 July 15 July 29 August 12 August 26 September 9 September 23 October 7 October 21 November 4 November 18 December 2 December 16 December 30 PICKETT-ROTHHOLZ II. MURPHY P.O BOX 13190 SACRAMENTO. CA 9581.3 916-383-2222 INSURED Calif. Pavement Maintenance 9390 E ldel-Cree~{ Road Sacramento CA 958290000 THIS CERTIFlCATE IS ISSUED AS A MATTER OF INFORMATION ONL.Y AND CONFERS NO RIGIfTS UPON THE CERTIFlCA TE HOL.OER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR AL. TER THE COVERAGE AFl'ORDED BY THE POUCIES BEL.OW. COMPANY A LETTER COMPANY B L.ETTER COMPANY C LETTER COMPANY D LETTER COMPANIES AFFORDING COVERAGE land THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POucy PERIOD INDICATE~, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAT BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POUCIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS, AND CONDI· TIONS OF SUCH POLICIES. TYPE OF INSURANCE POUCY NUMBER GENERAL L1A9IUTY SMF'29682269 WAA80844855 UB39487670 WTG2581650-01 ALL LIMITS IN THOUSANDS 11/01./87 11/01/88 11/01/87 11/01/8a .r::::::--t"----"=:z..... I 11/01/87 :11/01/88 8/01/87 8/01/88 0CCtJ~ 5,000, DESCRIPTION OF OPERATIONSILOCATIoNSIVEHICLESIRESTAICTlONSISPECIAL ITEMS RE; FILE NO. 98.493.34/STREET MA1:NTENANCE -SLURRY SEAL PI:::OJECT 88-116 City of CUpertino 1.0300 Ton"e Avenue Cupel-t i no t CA 95014 PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30AYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBUGATION OR 030002000 r , , ' . • ", ,. '" CROSS LIABILITY/SEVERABILITY OF INTEREST IN TIlE EVENT OF II CLAIM MAD!: OR IF A SU IT 15 aflOUGItT AGAINST AllY INSURED. TilE TERHS OF THIS POLICY SIIALL BE CONSTRUED AS WOUGH SUCH INSURED WERE TIlE ONLY INSURED IIEREUND!:R, IRRESPECTIVE OF WHETHER SUctl CLAIM OR SUIT 15 MADE OR BROUGIIT BY ANOTIIER INSURED OR BY ANy OTHER PERSON OR ORGANIZATlOH. TIlE SAl-IE AS IF A SEPARATE POLICY IIAD BEEN ISSUED TO EAcH INSURED, BUT TilE COt-IPANY' S TOTAL LIAIJILITY UNDER TItIS POLICY SIIALL HOT EXCEED TUE LIMITS SHOWN IRRESPECTIVE OF TIlE NUMBER OF INSUREDS INVOLVED. PRIMARY INSURANCE IT IS AGREED TilAT TIllS INSURANCE SHALL BE PRIMARY INSURANCE AIID IF TItE ADDITIONAL INSURED SHALL HAVE OTHER INSURANCE AGAINST II Loss COVERED BY TillS POlleY, TilAT OTBERINSURANCE SUALL BE EXCESS INSURANCE ONLY. Attached to Po 11 cy No. _-"S""MP'-'2'-"9"'-6S"'Z"'Z""-692 ____ lssued by ~<lrylalld casualty Insured California Pavement' Maintenance. CD. Effective Date of Coverage._·~8_/l_I_B_7 _____ -.:ExpiratJon Date 11/1/86 I" • , . . . " .... J)~r(:~ .. AUIIIURIZEO SIGllliTliR • .1' .- The City of Cupertino, officers and employees It ..... M rw,q.n I!f 0. .. ,,11111011 ( ..... ~lqrull.,'" ...I) BooilJ l"io"liII1l1ilr tfopttl, Olm.11 tilbilitl it's ADDITIoNAL IN5UflI'.o tll.Ott. w Cvr!UJtitN1 . h"'~.IIn But. !btu t:;Ul( !lIXlt.i ""I C<nt lJOO 01.",. : I toW Ad .. """ rum;',. MnfJUh~"M I I I I at audit #.. ....;-t .... , . '"'.. . .' ..... -'., \ . , : . I. 1M "rtn,c", In"Jltd" pu,,;'i()1l is )mfil4td h~ lucJud, as III f1ltvn4lhllw1Qn 0{ O'(ifliu.tlc" n::IlJl~d' lh,. (Mlfirurttf urJrd ",ddaiorul im.t!ttl .. " boJ' orl, .. il.) ftlptd Itt lilllmlr 'rll:"( QUI Q( (l) OPO',UttN pt.r9t"tlud ror Ih_ ld'dlll~fUl hUlJltd b,lh, rum'" 1«.01" JC Itt. loc.IU~ du1lodt4 ,b<tT .. 0'1' U) KtJ Of' Ofniu;o.u oIlht Jddniond imund tn {onnttUO!1.,;th bit Itntllf lupHl'iJh)/t 01 such optfJlitml. , I I ,:, i I !. !.. H, .. ell'" ",1o,;,," of 1 ... ,Ii" ... "pi utl"' .... (.).\t/. \1/. Iv. (I).m ""J(m).'p,f, 10 thl,lniu,,_ ' , I: !~:!., ,I J. AoUl1+aJl (.uh.llJ ... ,. (his inJuunu dotJ not JPp1r. • ! I ' I :' ! ,! i . i (t) hi H-4~, IIY.'II)I J,>fop-ul, !fllm'lt O<(I.IUi1t tUI!f . . " i: f !II ,II .... 00 Ih' pI.f,,1 (.Ihu Ih.n !Hlit<. ,"i,\",,"<! or II,.lullo b. plIl",m..! h10r on b!~llr of lilt .ddm.n1llnlu,!4 II 1M ~II 01 1M ' : ~ ccrTf1tdtll:orlliioll)hubun({!fnpl!hdOl" •• ; • n. 'I' (l' Itld portian of lht I1Jrfl..J inJllnd', 1tork aut 01 .. fd~h th~dniuf' or JJm~(t Jrh~ Ilu ~tn pill 10 Ib Inltndtd m b~ !tl1 puscn cr Ofl.JnltJl~, ,: j ! ,II>« Ihm .... Ihu .. nlmlor or whc.nbltl" '''III.d on PIII.".lnl .p",(o"" lor a prlnd".las j put of 1M lJine ,",Itl: ,I; , ; (II I. f,.,Il,I."",, '" I',!,~I, d'«III' ,,;,ilt "'\ ,I "'1 td ur ",.Iul,n .llho addili,otI 11Il\I,t4 «'111 of his tmploJltl, olh" Uun ''''11.11111><1-, • i; ,ilion 01 ._. ,,,I,,,, .. d l,d~lIddilion1llnlU"dbllh. IIlmld 1""" oJ: ',' ", i, .", i'I' /' ("I'''''I'"I,d'''I,I, ' ., , ;' : I "I'i'i (I' pfcrpul, cr.1I(4 (lj (J((lfpit4 h, til rrn'ed to (ht addiUorullm.urt4, . , 1 ; ,", 'if! III f .' • I 11/ p,o",>i,..,d hllhllddili.rull",uwl. .. ' ) 1 'I I,' I: " i' P) ''',<11, in Iitt tn~ IUlt"'l Of <cnbol 01 II ... ~dill."" h", .. ,d '" as I •• 101," u ... ddiU,n1lI"""..! b fer '01 PO'''''' "",d~rc ~~11k;J/ I ;!; ( ,.,..QcI. or . ;: ' . '!!I ,:!; 1 tel ... \ Pfllo""d)" til! Jddilioout IPI.ltd br lilt IUIIlt4inlulI'd. , ' ., • 1.::1' 1 : j :. t. WJ.J..o.I DtllrYUt< l\111" Old in "f"'n« I. Ihi, I"",,,,,, ....... l·I"'lu/o.1 mll""1J. PllIJ I~ I<IUljll11llltrul~ I. ","""II.n thu •• il'" I ;' I; :' :, I i' . , I.' "I" ,I,' ! ut.. 20090173 , i 'I' . i'J1i,,!', I· , ! Ii' I ~ I ,II")' ;,j :. I I' ' ... ' :,' .;:: I: . ,t I ( I,; l' \ ·1; : ,I,. '. I " . :'1' 'I : 11 i;' ; '.' I ; ., ,', '. :t/ i :,:, ! . f! :' !I: ,', ; , STATE OF CALIFORNIA COUNTY OF .. SACRAMENTO. ........ . l"""',~""~ OFF!GlAL SEAL •~ PATRICIA CHERRY ~. • NOTARY PUBUC CAUFORNIA . '. SACRAMENTO COUNTY MyComm.. £.pIOOJono7. 1991 nu~ilJodtlll~.utllW!!lwhi!;t)lI".ybeP"OP6l'I""II"'in~ .a~iI,YH.ard irl"" '"'e!/llet'$,Qr15;man.;\e(ft(l act 8$B ~tor~ SS. Onthis. ;US.T ............ day o£. . .rUNE. """'''''''' ........... , in theyear ....... l9~a .................................... , .................... before me, . :P.AlRlClA ............................. , a Notary Public, State of California, duly licensed and sworn, personally appeared .lj:~+~.4~.~'F.H .. AI'ftf!!-:O ......... . .. ." .. , .. "', ....... , .......... " , ...... '.'., .. ". -, , .................. " ...... , personally known to me (or proved to me on the basis of satisfactofk evidence) to be the person who executed the within instrument as .. ~.EC~.~ ... :: •........ or on behalf of the corporation therein named and acknowledged to me that such corporation executed the within instrument pursuant to its by·laws or a resolution of its board of directors. IN WITNESS WHEREOF I have hereunto set my hand and M:1!xed my official seal in the ... .................. , County of .. ~~.C~~ .. ? .. . . . . . . .. . .. .. . .. .. .......... .. .. , on the date. above in this certificate. ,.. ~d 8l"l1Il\OI"I'Iey, The~I'1o>l!l~malo,t 1l/'Iy",'o'I&-'l!yMhms:¢IfmQf implied.'lJil)1be ~~a/odI:yo!iI'ly~no<tt.-u.lot)'u~fOtTl\5i."'a...,!IPOCIfoe!~ blie, State Cowdery's Form No. 28 -Ackaowledgement to Notary Public - Corporation (C. C. Socs. 1190·1190.1) -(R<lv. 1183) My commission expires JtW'--'L,--11~I.---""":':::"~:r- -, STATE OF CALIFORNIA COVNTY OF Sacramento On this 24th day of May ,in the year 1988 ,before me Notary of Public, personally appeared Joseph H. lieber , personally knm<u to me (or proved to mo on the basis of satisfactory evidence) to be the person whose name is subscribed to this instrument as the Attorney~in-Fact on behalf of the corporation therein named and acknowledged to me that the corporation executed it. "!o~1lI!llnmrnilll!!m!ac:il!1li!UllDilmmiI!lC1:.lllll1!!I(U!mllml!!tnur.Ii.) ; {f-'''"i:i;;,-D. M. STONE i E ,~f2~ 1;1::': NOTAlfl' PUDLIC-CALIFORNlr. S 5 t~ .. t";Y\:j' PnINCIPAL OFFICE Ifl ~ ~ ,:fitJ::i" SACllAMENTO COtJN1l' § ~ My Commission Expires June 12, 1991 § (tUlIIGC:JI:.;nmU:C~lm:!aa.lll!UlUI:II!;DmJ!ill!u!CUl1mlUlllllll!iJmJII:~ My Commission expires Notary PUbl~aid County FAITHmL P ERFORMAllCE BOND KNOW ALL MEN BY THESE PRESENTS: DUPLICATE ORIGINAL BOND NO: 11 78 O[ 62 Premium: $[,182.00 THAT WE, CALIFORNIA PAVEMENT MAINTENANCE COMPANY. INC as Principal and RELIANCE INSl!RANCE COMPANY as Surety are held and firmly bound unto the City of Cupertino, State of California, in the sum of TWO HUNDRED SIXTY-TWO THOUSAND SEVEN HUNDRED SEVEN & 481100 Dollars ($ 262,707.48 ) la~ful money of the United States, for the payment of ~hich ~ill and truly to be made, ~e bind ourselves, our heirs, executors, succeSSOrS and assigns, jointly and seVerally, firmly by these presents. THE CONDITION of the above obligation is such that, WHEREAS, the Principal has entered into a contract dated __________________ __ with the Obligee to do and perform the following work to-wit: STREET MAINTENANCE -SLURRY SEAL PRClJECT 88-116 NOW, THEREFORE, if the said Principal shall well and truly perform the ~ork contracted to be performed under said contract, then this obligation shall be void; otherwise to remain in full force and effect. IN WITNESS WHEREOF, this instrument has. been duly executed by the Principal and Surety this 24th day of May , 19~ (To be signed by Principal and Surety and ackno~ledgment.) By: . RELIANCE INSl'RANCE COIII'ANY Surety II. \veber The above bond is acc.epted and approved this ____ .day of _______________ , 19 RELIANCE INSURANCE COMPANY HEAD DFFIC •• PHILADELPHIA. PENNSYLVANIA POWER OF ATIORNEY KNOW ALL MEN BY THESE PRESENTS, That thO' RELIANCE INSURANCE COMPANY, It corporation duly orQlnllf.fd undor tho I_WI 0' the SIBt8 of Penntylvanle. dOM horeby makl. conltltute end appoint JOSEPH H. WEBER of SACRAMENTO, CALIFORNIA--- Itt trul and lewful Attorney-In-FecI, to make, axacutl)'. wal and denver for end on Iu behslf. and a. fu ac:t: and deed ANY AND ALL BONDS AND UNDERTAKINGS OF SURETYSHIP.:.----- end to bind 1M RELIANCE IflSUAANCE COMPANY thereby as tullv and to the .. me OJ('1ent 6S If luch bond. end undertaking. end other wrltlngl ob1loalOrv In thl n,!Llrl thereof ~re tlgned by In EIo:8CUllve OffIcer of the RELIANCE INSURANCE COMPANY and .ealad end attettod by OIM othar ot IUch olUett ... , lind hereby ftH1fi1tJ and confirm. allttlet It. Mid AtlOfnIJyb'·ln-Peot me)' do In purau~nCt! ""II,~f. Tbll Power of Attornev II granted under snd bV authority of Artfcle VII of ,he By·uws of AEl1ANCE INSURANCE COMPANY which became ef'O'c;tiw SePlember 1~ 1918. which ptOVlllonl are now in full force Dnd effec;t, reeding 1.11 follows: ARTICLE VII-EXECUTION OF BONDS AND UNOERTAKINGS 1. The Board of Oirtctorl, 'he Pnuldent* ttHt Chairman of 1he Boerdt eny Senior VitIJ Prelident, eny Vice Prosident or Al$lttant Vloe PrMldent or other officer deJignBta'd bV the Boerd of Directors .hall he\1l po~r end'euthotlty to fa} appal"1 Ano'ney,·ln~Fect end to authorize them to uecuta on beh.alf of the Company. bond. and undertakings, r&cognizancn. =ntracts 01 Indemnltv and olher writing, obligatory In the nature thereof, end (bl to remow eny ,wen Attorney-In-Fact et any liroo end revoke 1hO' power and authority given to him. 2. AttorneYl·ln·Fact lhall heve powet and t:luthoriw ~ lubJect to the ttuml snd limitollonl of tM power of enornaV limed to them, to execute end deBlter on behelf of Ih. Compeny. bond. end undonekfng •• recognlzenoe •• eontl'8etl of Indemnity and Othef wdHnI}! obligatory In the netUHt thereof. The corporete lui , • .,ot nfI<:Cwry for tha validity of any bond. and undertaJdn9'. r&eOgnizonce •• =ntrse'll of Indemnity end other writing. obUgatory In the natura tMreof. 3. AttorneYI~jn~Ft'lct shall heve power and authority to uecute a Hfdavits required to be attached to bonds. recognizances. contraCtS of Indem- nity or other conditional or obllg:.otory tmdarteklngs and IheYlbali alw have power and authority to certify the financIal ttotement 0' the Companv and to copies of Iha By·Lswt ot she Company or eny erticle or t.ec;tlon thereof. This power of anorneV 'I Iluned and Ma!ed by· factimUe undtr end by authority of Ihe 'allowing Rasolulion adopted by Ihe Boord of Directon of RELIANCE INSURANCE COMPANY at a mooting held on the 5th dey of June. 1979. at which e quorum was ptMenl. end said RMolullon het not bean I'lmendad or repealed: •.. "RhOlwd, that the signature! 0' such directors and officeu and the seal of tha Company may be affixed to eny such power of attorney or any ~rtlflea1a ralating thoreto by fec.imirlt. and any luch power of attorney or certificate ~arin9 such facsimile ligneturM or foctlmile Mel then be vnlld end binding upon the Company and any luch power $0 ekl'lcUled end certified by ffu:::,imlla lig"eturos and faalmlla saal thall be valid and binding upon tho Comp.any In ths futuro whh respect to any bond or undertaking to wtdch it is attached," IN WITNESS WHEREOF, the RELIANCE INSURANCE COMPANY·has caUled ,l1ele presents to be signed bylu Vlee Presldent,end hscorporbl.so.allO bo ""mo .m."" .• hl! 9th davof August 1~3 • STATE OF COUNTY OF Washington King On 1hl. 9th dav of August * '183 .,personallyappeered Charles B. Schmalz to ml known to be Ihe VIce-President ot the REL1ANCE INSURANCe COMPANY. and bCknowl&dged tl1al he execut&d and aunted tl1c foregolnll Inmument end ."heed the soef of Mid corporallon thereto, and (l1el Article VH, Seetlon 1. 2 ... nd ,3 of the By-Law. of saId Company end the Resolu. tion, set forth 1herfln. ate niU In full force. ...,;.~ 'My Commlllion EkplfM: /~~;'~~i'. ~~ ··;.7..~/: \~ '111\ .. ::t. July 20.19 86 .~~,. Noto'v Publlcln end for S •••• of ROIldl"'lat I, Charles J. Falskow ,A"hle"' s..",.,V of .ha RELIANCE INSURANCE COMPANY, do h.,obV certUV .N. ,ho .ho"" .nd foregoing II III true and COtt8d copy of a Power of Atto,ney nttcuted by wid RELIANCE fNSURANcE COMPANY, which i. uiff in full for~ and ofleet. LABOR AND MATERIAL BOND KNOW ALL HEN BY THESE PRESENT: DUPLICATE ORIGINAL IlOND NO: II 78 01 62 Premium: lllcluded in Perf ormance Bond WHEREAS, the City of Cupertino, State of California, and CALIFORNIA PAVEMENT MAINTENANCE COMPANY. INC. hereinafter designated as "Principal" have entered into or are about to enter into a contract providing for the installation, construction, and erection by Principal of certain improvements more particularly described in said contract; and incorporated herein by reference. WHEREAS, said Principal is required to furniSh a bond in connection with said contract, providing that if said Principal. or any of his or its sub- contractors. shall fail to pay for any materials. provisions. provender or other supplies or teams used in, upon, for or about the performance of the work contracted to be done, or for any work or labor done thereon of any kind, the Surety on said bond shall pay the same to the extent hereinafter set forth; NOW, THEREFORE, we, the Principal, and ______________________________ ___ RELIANCE INSl'HANCE COHPANY as Surety, firmly bind ourselves, our executors_ admini8trators~ successors and assigns, jointly and severally, unto the City of Cupertino. and any and all materialmen, persons, companies, Or corporations furnishing materials, provisions, provender or other supplies used in, upon, for Or abut the perfor- mance of the aforesaid work contracted to be executed or performed under the contract hereinabove mentioned, and incorporated herein by reference, and all pe,rsons, companies or corporations lending or hiring teams, implements or machinery, for or contributing to said work to be done, and all persons who perform work or labor upon the same, and all persons who supply both work and materials, whose claim has not been paid by Principal or by any other person, in the just and full sum of ______ ~T~\i~O_I~IU~NPRED SIXTY-TWO THOUSAND SEVEN HUNDRED SEVEN AND 48/100 DOLLARS __________ ~ _______ (L1Q~, 707 .48 ). THE CONDITION OF THIS OBLIGATION IS SUCH THAT if said Principal, his or its subcontractors~ heirs, executors~ administrators. successors or assigns, shall fail to pay for any materials" provisions, provender or other supplies or teams used in, upon, for Or about the performance of the work contracted to be done, or for any work Or labor thereon of any kind, or for amounts due under the Unemployment Insurance Act with respect to such work or labor. or any and all damages arising under the original contract, then said Surety will pay the same and also will pay in case suit is brought upon this bond. such reasonable attorney's fee as shall be fixed by the court. This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 1184.1 of the Code of Civil Procedure, so as to give a right of action to them or their assigns in any suit brought upon this bond. J STATE OF CALIFORNIA COUNTY OF ... SACRA.'1ENTO ........ . OFFICIAL SEAL PATRICIA CHERRV NOTAR~PUBUC CAUFORN~ SACRAMENTO COUNTY M.V Ccmm. EKptrfl, jun. 7. 1991 55. On this ... 2J.S:c· ......... day of. ...... JUNE ..................... , in the year .......... 19.811 ..................................................... , before me, . . EATRICIA. .CI'IERE.I ................. ,a Notary Public, State of California, duly licensed and sworn, personally appeared ................................. . ..... : .................... J;;U:(':A\lJ;;,It. A+RQ~Q .............................. , personally known to me (or proved to me on the basis of satisfactory evidence) to be the person who executed the within instrument as .. SECRETAR.Y ........ . or on behalf of the corporation therein named and acknowledged to me that such corporation executed the within instrument pursuant to its by-laws or a resolution of its board of directors. IN WITNESS WHEREOF I have hereunto set my hand and affixed my official seal in the ...... ' ............... , County of. S:49.RAl1!'.l!~.q ... . .. .. .. . .. .. .. . .. .. .. .. n the date set fort in this certificate. nu doo;umom 13 M'r " Qe!ll.UlIIlO!llI IJtfildl may be ~r lor \l$f: it! simp:.e ~wll)no.i'lyaeu.oris~toa:l~"&\IIm!I.\itefotti>e ~(IIat'\ilnQf'l"ll')y. TtwiI Oflll'!$',*,,",iI4lmah MrWarranlyll'l!t'oslllllpressO!impliOOi'lSl(lh IfJgaiV~ (II NlJ ~I\()f!he S\liWility O'llte"", 1Ofm! it! ¥r'f:pedro: ~ Cowdery'. Form No. 28 -Acknowledgement W Notary Public - Corporation (C. C. Sees. 1190·1190.1) -(Rev. 1183) My commission expires .Il!NE 7. 1 991 STATE Of CALIfORNIA COl!NTY Of Sncramento On this 24th day of May ,in the year 1988 ,before me Notary of Public, personally appeared Joseph H. Weber , personally known to me (or proved to ma on, the basis 'of satisfactory evidence) to be the person whose name is subscribed to this instrument as the Attorney-in-Fact on behalf of the corporation tlf!"1JI'i!''I!:':il't:alll~t1illJi'md,,,a;cR!1'I,&!;!~I!'d:gl!~ to me that the corporation executed it. ~~' --~ D. M. STONE 0' '" ~'<" ,!t NOTARY PUBUL" LA. , ;~ a , _ i"RINCIPAL OFFICE IN ~ ~ "" •• ' SACRAMENTO COUNn § !l My Commission Expires June 12, 1991 ~ (tIWUIIllUIlUUIUQUlUiIUUlUllIUlHllliDlllJlllillllumnnlltJluJUuuUnlt':. My Commission expires Notary PUbliC~d County • • I .. Labor and Material Bond And the said Surety, for value received, hereby stipulates, and agrees that no change, extension of time, alteration or addition to the termS of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alter- ation or addition to the terms of the contract or to the work or to the speci- fications. IN WITNESS WHEREOF, this instrument has been duly executed by the Pdncipal and Surety this 24th day of May, 19_8:..:8=--_ (To be signed by Principal and Surety. Notary acknowledgments required.) RELIANCE INSURANCE COHPANY Surety The above bond is accepted and approved this ____ .dayof ________ ~~ __ ~~ _______ , 19 __ _ 6/17/85 '" ( RELIANCE INSURANCE COMPANY HEAD OFFICio. PHILADELPHIA. PENNSYLVANIA POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, That Ih. RELIANCE INSURANCE COMPANY,. corporation duly orgonl.ad undo< lho laws ollh. 51". of PannrylwnllJ. dOM hereby make, C'lGnttltule and appoint JOSEPH H. WEBER of SACRAMENTO, CALIFORNIA--- III 1rul end lawful AUo'nev·fn-Fec1~ to make, execute. ie'sland deliwr for end on It. behaU, and as I .. act lind deed ANY AND ALL BONDS AND UNDERTAKINGS OF SURETYSHIP~----- and 10 bind the RE UANCE INSURANCE COMPANY IMrebv as fullV and to the tamQ extent at 1f such bonda end undorUlJdngl and other writings oblll)atory in the nClure thereof WI~ .tgned by en EklCU:l'lI'9 Officer of the RELIANCE INSURANCE COMPANY and lca'ed and IUectad by OM other of such offlcerl, and hereby ratlfi" and confirms ell that iUSttld AlIorney'd-ln-flCt may do In pUrJ~nce hereof. Thl' Power of Attorney Is grented under and by authorlt.,. of Anicl! VII of the By·laM of RELIANCE INSURANCE COMPANY which became efflctlw September 7~ 1978. which prOyillon. erllt now in full forCAJ and effect. reading es folloWS! ARTICLE VII-EXECUTION OF BONDS AND UNDERTAKINGS , 1. The Board O'f Directors •• hllt Pre,ldllnt* the Chairman of the BOlrd. any Senior Vice Prllident. any Vice Pre.ldent or Anbtenl Vice Prssidenl or other officer dll.fgnat~d by the 80ard of Olrector, lhall haw power and'luthorlty to tal eppolnt AtlorneYl-iriMFaet end to authorlle .hem 10 !leecule on beha,f of the ComPiny. bond. and undlrtilklngt, rlt~ni.un,*. COntrutl of Indln'lnlty and.o,hlr wrUingt oblililalory in thl n.turt thlrtot, and Ibl to r«mow eny such Attornev-In-Fect at Itnv time and rwoke the power and euthorltY glvan to hlro. 2. AUornay •• in-Fect wI! hew power end authority, subJact to the tarml and limitatlont of.he power of attorney iuultd to thllm. to UKutlt and dellvaron behetf or th' Compeny. bond. and undartaklngl. nrcognlUlncel. contract. of Indemnitv and other wriUngs obligatory In ihe nature thereat. Th. COlporOI .... 1 II nol n ...... ry for th. wlkllty 01 any bondl and und ..... klng •• '...,gnl .. n •••• coni"." of IndemnllY Dnd 0100' wrltlng.obll\lalo,y In tho Mture thereo' • . 3. Anornev.·ln~FeC1 shall ha\<'t power and authority to a)(Kute aftldaviu raquir~ to be euathed to,bonck. rerognilftncel. mntr&cu of Indem- nltv Of other conditional or obllgatery undertekings and they mati elso heve power end authorllY to certify the finenclallt'tament 01 the Companv lind to ropln of the By-UWS of the CompanV or onv .r1l.cle or .. etlon .ber.of, Thl. power of euorney i, 'lgnad and seeled bV' faeslmllet under ~na bV authority of thet following Resolulion adoptad by the Board of Directors of RELIANCE INSURANCE COMPANY at • meetIng held on the 5th daV 0' June~ 1979,lt which 0 quorum Wal ptMMt. and said RMolulion has nol been amended or rapealed; -. "AMO'wet, that the Ilgnltur8. of such directors and offh:en Ind Ihe tea' of the Companv may be affixed to anv lum power of attorney Of env certificate relating tharelo by f4ctimlla, end env such powar 01 auornev or cenlflc:eto bfilaring such fecslmlla lignaturH or faa:lmlle MS' shall bfiI wUd and binding upon the Companv and anv luch poww 10 executed and certified bV feca:fmlle .lgnaturM and faca:lmlla ce.al thall bfiI valid and binding upon the Companv in the future with respect to any bond or undertaking to whIch It I. attaehed:' IN WITNESS WHEREOf. (he RELIANCE JNSURANCE COMPANY has auud these pl8sentJ to ba.laned bV It. Vice Pr81idenl.and itJcorpore" mal to be har ... o .fll_ed,lbl. 9th davof August ''ll3 ' STATE OF COUNTY OF On Ihl. I Wa.shington King. 9t h dey of Vice President August ~ 1f)3 ~,personelly appeared Cha.rles B. Schma.lz to m. known to bfiI the Vice-President of the R!LfANCE INSUAANC! COMPANY, and acknowledged that he oxecutod and atteJ1ed the foregoIng Inltrum&nt and .fflxad the Mel of IolIld corporation the-reto, end thet Ardcia VII, Section 1~ 2~ and 3 ot tha 8v·Lews of ""Id Company and the Resolu· tion. Jet fanh theraln, 8l8,ulif In full 'orce. My Commiulon E."Ir .. : July 20,19 86 NOlerv Public fn end for Stete of Residing at ashington Milton I, Charles J, Fa.lskow , Auilton' Soctetarv of Ihe RELIANCE INSURANCE COMPANY, do hereby ",,,lIy l"'llh, .bo .. .nd roregolng I, • true and cr:m&et copy of a Po"""r of Anorney executed by IolIjd RELIANCE INSURANCE COMPANY. which jl.tlilin full fOloe and III..", IN WITNESS WHEREOF. I haw ..... unIO lOt mv hand end afllked the .. el of .. Id Compony thl. 24th Illy 01 May ~ Aul"enl Secretory CL ,.It.., 12 HilS. BOR·1431 Ed. eng