Loading...
17-139 Alvernaz Construction, Monta Vista Rec Center Project'i)o emj-e:ct No . 2017-591 CITY OF CUPERTINO CONTRACT For Public Works Projects of $45,000 or Less This public works contract ("Contract") is entered into by and between the City of Cupertino, a municipal corporation ("City"), and Alvernaz Construction a Sole Proprietor ("Contractor"), pursuant to Public Contract Code Section 22032, for work on the Manta Vista Rec Center Project ("Project"). 1. SCOPE OF WORK Contractor will perform and provide all labor, materials , equipment, supplies, transportation, and any and all other items or services necessary to perform and complete the work required for the Project ("Work"), as specified in Attachment A, Scope of Work, and according to the terms and conditions of this Contract, including all attachments to the Contract and any other documents and statutes incorporated by reference. To the extent that any attachment contains provisions that conflict or are inconsistent with the terms set forth in the body of this Contract, the Contract terms will control. 2 . TIME FOR COMPLETION The City Engineer will not issue Contractor a written notice to proceed ("NTP") with the Work for the Project until the Contract is fully executed by both parties and City has received all insurance documentation pursuant to Section 13 below and any required bonds, if applicable , pursuant to Section 14 below. Contractor must fully complete the Work within 14 calendar days from the commencement date given in the NTP ("Contract Time"). Time is of the essence for completion of the Work within the Contract Time . 3. COMPENSATION AND PAYMENT For satisfactory completion of the Work, performed in full compliance with this Contract, City will pay Contractor $40,300.00 ("Contract Price "). Contractor must submit an invoice on the first day of each month during the Contract Time for the Work performed during the preceding month, itemizing labor, materials , equipment and any incidental costs incurred. City will pay Contractor 95% of the undisputed amount(s) billed , within 30 days after City's receipt of each properly submitted invoice . Any undisputed retention will be released and included with the final payment to Contractor within 60 days after City accepts the Work for the Project as complete. Contractor warrants that title to all work, materials and equipment incorporated into the Work will pass to City free of any claims, liens, or encumbrances upon payment to Contractor. Payment and performance bonds are required for this Contract if the Contract Price is $25,000 or Publi c Works Contract Page 1 Monta Vista Rec Center Proje ct ~Gt No . 2017-591 more. 4. LIQUIDATED DAMAGES If Contractor fails to complete the Work within the Contract Time, Contractor must pay liquidated damages in the amount of$ 500 .00 per day for each day of unexcused delay in completion . The liquidated damages amount is based on the reasonably foreseeable consequences of delay, which may include actual costs incurred by City due to the delay as well as intangible damages, including loss of or interference with use of public property or inconvenience to the public. Unavoidable delay caused by unanticipated events or circumstances which are entirely outside of Contractor's control may be excused, provided Contractor gives City prompt written notice of any such delay, but excused delay will not entitle Contractor to additional compensation , subject to the limits of Public Contract Code Section 7102. City may deduct liquidated damages from payment due or to become due to Contractor under this Contract. 5 . LICENSES AND PERMITS Contractor must possess a California Contractor's License in good standing for the following classification(s): B . Contractor must also obtain a City business license before beginning Work on the Project. Contractor is solely responsible for obtaining any required building permits or similar governmental authorizations for the Work, at Contractor's sole expense . 6. LABOR CODE COMPLIANCE Unless the Contract Price is $1 ,000 or less , the Contract is subject to all applicable requirements of Chapter 1 of Part 7 of Division 2 of the Labor Code , beginning at Section 1720, and the related regulations , including but not limited to requirements pertaining to wages , working hours and workers' compensation insurance. The Work is subject to compliance monitoring and enforcement by the Department of Industrial Relations ("DIR") pursuant to Labor Code Section 1725.5, and Contractor and any subcontractors must be registered with the DIR to perform public works projects. Contractor must also post all job site notices required by laws or regulations pursuant to Labor Code Section 1771.4. A. Prevailing Wages. The Contract is subject to the prevailing wage requirements applicable in Santa Clara County for each craft, classification or type of worker needed to perform the Work, including but not limited to employer payments for health and welfare, pension , vacation, and apprenticeship. The prevailing wage rates are on file with the City Engineer's office and are available online at http://www.dir.ca.gov/DLSR. Pursuant to Labor Code Section 1775, Contractor and any subcontractor will forfeit to City as a penalty up to $200 for each calendar day, or portion of a day, for each worker paid less than the Publi c Work s Contract Page 2 Monta Vista Re c Center Project 6)-0 P roject No. 2017-591 applicable prevailing wage rate , in addition to paying each worker the difference between the applicable wage rate and the amount actually paid. B. Working Day. Pursuant to Labor Code Section 1810, eight hours of labor consists of a legal day's work. Pursuant to Labor Code Section 1813, Contractor will forfeit to City as a penalty the sum of $25 for each day during which a worker employed by Contractor or any subcontractor is required or permitted to work more than eight hours during any one calendar day, or more than 40 hours per calendar week , unless such workers are paid overtime wages under Labor Code Section 1815. All Work must be carried out during regular City working days and hours unless otherwise specified in Attachment A or authorized in writing by City. C . Payroll Records. Contractor and its subcontractors must maintain certified payroll records in compliance with Labor Code Sections 1776 and 1812, and all implementing regulations promulgated by the DIR. For each payroll record, Contractor and its subcontractors must certify under penalty of perjury that the information in the record is true and correct, and that it has complied with the requirements of Labor Code Sections 1771 , 1811 and 1815. Contractor must submit certified payroll records to the Labor Commissioner as required under California law and regulations. D . Apprentices. If the Contract Price is $30,000 or more, Contractor must comply with the apprenticeship requirements in Labor Code Section 1777.5 . E. Workers' Compensation Certification. Pursuant to Labor Code Section 1861, by signing this Contract, Contractor certifies as follows : "I am aware of the provisions of Labor Code Section 3700 which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing performance of the Work on this Contract." 7 . AMENDMENTS AND CHANGE ORDERS The provisions of this Contract may not be modified except by a written amendment or change order that is duly authorized and executed by both City and Contractor. Any Contractor request for a change order must be submitted in writing, specifically identifying the proposed change to the Contract and the Work , and the proposed adjustment, if any, to the Contract Price or the Contract Time. Each such request must be accompanied by all substantiating documentation, including, but not limited to, the drawings, detailed cost estimates , and schedule analysis for the change order. 8. STANDARDS AND COMPLIANC E Public Works Contract Page 3 Monta Vista Rec Ce nter Project ·~ Pffljeet No. 2017-591 Contractor will use its best efforts to complete the Work in a professional and expeditious manner, in compliance with this Contract and all applicable permit requirements. Contractor's workmanship must meet or exceed all applicable standards and must comply with all applicable local, state, and federal laws, regulations, rules, and requirements , including City ordinances. By executing this Contract, Contractor warrants that all Work will be performed by a qualified and experienced workforce, and that neither Contractor nor its subcontractors or employees are employees of City or have any other relationship with City officials, employees or consultants that would create an unlawful conflict of interest. 9. INDEPENDENT CONTRACTOR City and Contractor intend that Contractor will perform the Work under this Contract as an independent contractor. Contractor is solely responsible for its means and methods in performing the Work. Contractor is not an employee of City and is not entitled to participate in health, retirement or any other employee benefits from City. 10 . IMMIGRATION REFORM AND CONTROL ACT {"IRCA") Contractor is solely responsible for verifying the identity and employment authorization of all of its employees and subcontractors performing the Work, pursuant to the IRCA or similar federal or state rules and regulations governing employment of immigrants. Contractor must indemnify and hold City harmless from and against any loss, damage, liability, costs or expenses arising from Contractor's failure to comply with this section. 11. NON-DISCRIMINATION Discrimination against any prospective or present employee of Contractor because of race, color, ancestry national origin, ethnicity, religion, sex, sexual orientation, age, disability or marital status is strictly prohibited . Contractor, its employees and its subcontractors, must comply with all applicable local, state and federal nondiscrimination laws, including but not limited to the California Fair Employment and Housing Act, Government Code Section 11135 and Labor Code Sections 1735 and 3077.5. Any violation of this section constitutes a material breach of this Contract. 12. INDEMNITY To the fullest extent allowed by law, Contractor must indemnify, defend, and hold harmless City, its City Council, boards and commissions, officers, Public Works Contract Page 4 Monta Vista Rec Center Project f,v -Projerct-No. 2017-591 officials, agents, employees, consultants and volunteers (individually, an "lndemnitee," and collectively, the "lndemnitees ") from and against any and all liability, claims , stop notices, actions , causes of action, demands, losses, damages, and expenses (including legal expenses) whatsoever, including liability arising from an injury to or death of any person or damage to property or other liability of any nature, arising out of, pertaining to, or related to the performance of this Contract or the Work ( collectively, "Liability"), including failure to comply with any obligations herein by Contractor or Contractor's directors, officers, officials, employees, agents or subcontractors. This indemnity obligation does not extend to Liability caused by the active negligence, sole negligence , or willful misconduct of an lndemnitee(s). Contractor's failure or refusal to timely accept a tender of defense pursuant to this Contract will be deemed a material breach of the Contract. City will timely notify Contractor upon City's receipt of any third-party claim relating to the Contract, as required by Public Contract Code Section 9201. No lndemnitee will be personally liable to Contractor or Contractor's directors, officers, officials, employees, agents or subcontractors for any Liability. Contractor's indemnity obligations under this Contract are not limited by any limitation of the amount or type of damages or compensation payable under the workers' compensation laws or other employee benefit statutes, or by the insurance coverage or bond limits required under this Contract, and will survive the expiration or any early termination of the Contract. 13. INSURANCE Contractor must maintain the insurance coverage required in this section through the date of City's acceptance of the Work. The coverage must include the policy types and limits specified below, insuring against claims for injuries to persons or damages to property that may arise or relate to Contractor's performance under the Contract. City will not execute the Contract and issue the NTP until Contractor has submitted to City satisfactory certificates of insurance and endorsements, evidencing the type, amount, class of operations covered, and the effective dates and dates of expiration of the insurance coverage required below . The insurance must be issued by a company or companies acceptable to City and licensed to do business in the State of California, and each insurer must have an A.M. Best's financial strength rating of "A" or better and a financial size rating of "VII" or better. If Contractor fails to provide or maintain any of the required insurance coverage, City may, in its sole discretion and without prior notice to Contractor, purchase such insurance at Contractor's expense and deduct the cost from payments otherwise due to Contractor, or terminate the Contract for default. A. Policies and Limits. The following insurance policies and limits are required for this Contract, unless otherwise specified in Attachment A: Public Works Contract Page 5 Manta Vista Rec Center Project ~/0 Prejeet-No. 2017-591 (1) Commercial General Liability ("CGL '? Insurance: The CGL policy must be issued on an occurrence basis, written on a comprehensive general liability form, and must include coverage for liability arising from Contractor's or its subcontractor's acts or omissions in the performance of the Work, including contractor's protected coverage, blanket contractual, completed operations, vehicle coverage and employer's non-ownership liability coverage, with limits of at least $2,000,000 per occurrence and $4 ,000,000 in the aggregate. The CGL policy must protect against any and all liability for personal injury, death , or property damage or destruction arising directly or indirectly in the performance of the Contract. The CGL coverage may be arranged under a single policy for the full limits required or by a combination of underlying policies with the balance provided by excess or umbrella policies, provided each such policy complies with the requirements set forth in this Contract. (2) Comprehensive Automobile Liability Insurance: The automobile liability policy must be issued on an occurrence basis, with limits of at least $1,000,000 per occurrence for bodily injury and $1,000,000 per occurrence for property damage, or combined single limit of $1,000,000 per occurrence, covering owned, non- owned and hired automobiles. (3) Builder's Risk Insurance: The builder's risk policy must be issued on an occurrence basis, for all-risk coverage on a 100% completed value basis on the insurable portion of the Project for the benefit of City. ( 4) Workers' Compensation Insurance and Employer 's Liability Insurance : The workers' compensation and employer's liability policy or policies must comply with the requirements of the California Workers' Compensation Insurance and Safety Act, providing coverage of at least $1,000,000 or as otherwise required by the statute. If Contractor is self-insured, Contractor must provide its Certificate of Permission to Self-Insure, duly authorized by the DIR. B. Additional Insureds. City, including its City Council, boards and commissions, officers, officials, agents, employees, consultants and volunteers, must be named as additional insureds under Contractor's insurance policies required under this section , except under the worker's compensation policy. The naming of an additional insured will not affect any recovery to which the additional insured would be entitled to under the policy if not named as an additional insured. An additional insured will not be held liable for any premium, deductible portion of any loss , or expense of any nature under the policy or any Public Works Contract Page 6 Monta Vista Rec Center Project -Pft et No. 2017-591 extension thereof. Any other insurance held by an additional insured will not be required to contribute anything toward any loss or expense covered by Contractor's insurance. C. Notice. Each certificate of insurance must state that the coverage afforded by the policy or policies is in force and will not be reduced , cancelled or allowed to expire without at least 30 days advance written notice to City, unless due to non-payment of premiums, in which case ten days advance written notice must be provided to City. Such notice must be sent to City via certified mail and addressed to the attention of the City Manager. D. Waiver of Subrogation. Each required policy must include an endorsement providing that the carrier agrees to waive any right of subrogation it may have against City. E. Required Endorsements. The CGL policy, the automobile liability policy and the builder's risk policy must include the following endorsements: (1) The inclusion of more than one insured will not operate to impair the rights of one insured against another, and the coverages afforded will apply as though separate policies have been issued to each insured. (2) The insurance provided is primary and no insurance held or owned by City may be called upon to contribute to a loss. (3) This policy does not exclude explosion, collapse, underground excavation hazard, or removal of lateral support. F. Forms of Certificates of Insurance and Endorsements. Each certificate of insurance and endorsement must provide the name and policy number of each carrier and policy , using a form and format acceptable to City. G. Subcontractors. Contractor must ensure that each subcontractor maintains the same insurance coverage required under this section with respect to its performance of Work on the Project, including those requirements related to the naming of additional insureds and waivers of subrogation. 14. BONDS If the Contract Price is $25,000 or more, City will not execute the Contract and issue the NTP until Contractor has provided City with a payment bond and a performance bond for the Work, each in the penal sum of not less than 100% of the Contract Price, using the bond forms included in this Contract under Attachment B, Bond Forms. Each bond must be issued by a surety admitted in California. If an issuing surety cancels a bond or becomes insolvent, Contractor Public Works Contract Page 7 Monta Vista Rec Center Project Po ..P.roject No. 2017-591 must provide a substitute bond from a surety acceptable to City, within seven calendar days after written notice from City. If Contractor fails to substitute an acceptable surety within the specified time, City may, in its sole discretion and without prior notice to Contractor, purchase such bond(s) at Contractor's expense and deduct the cost from payments otherwise due to Contractor, or terminate the Contract for default. 15 . ASSIGNMENT AND SUCCESSORS Contractor may not transfer or assign its rights or obligations under this Contract, in part or in whole, without City's prior written consent. The terms and conditions of this Contract are binding on Contractor's heirs, successors, and assignees. 16. SUBCONTRACTORS Contractor may use qualified, competent subcontractors to perform up to 90 % of the Work under this Contract, provided each subcontract expressly requires the subcontractor to be bound by the provisions of this Contract, including, but not limited to, the indemnity and insurance requirements. City reserves the right to reject any subcontractor of any tier, and to bar a subcontractor from performing further Work on the Project, if City, acting in its sole discretion , determines that the subcontractor's performance or failure to perform does not meet the requirements of this Contract, or for any of the reasons set forth in Public Contract Code Section 4107. If City rejects a subcontractor pursuant to this section, Contractor must either self-perform the Work of that subcontractor or replace the subcontractor with one that is acceptable to City, at no additional cost to City. 17. UTILITIES, TRENCHING AND EXCAVATION A. Contractor must call the Underground Service Alert ("USA") 811 hotline for marking of utility locations before digging. For underground service alerts for City street lighting and traffic signal conduits, Contractor must also, before commencing any Work, call the City of Cupertino Service Center at (408) 777-3269. B. As required by Government Code Section 4215, if, while performing the Work, Contractor discovers utilities or utility facilities not identified by City, Contractor must immediately provide written notice to City and to each known utility. C. As required by Government Code Section 7104, Contractor must promptly notify City in writing if Contractor finds any of the three conditions listed below, and wait for further direction from City before disturbing such condition(s). Following such notice, City will promptly investigate and if City finds that one or Public Works Contract Page 8 Monta Vista Rec Center Project Po ·flrejeet No . 2017-591 more of the following three conditions is or are present and that the presenters of any such condition will cause a decrease or increase in Contractor's cost of or time required for performance of the Work, City will amend the Contract Time or Contract Price for the Work as required by law: ( 1 ) Material that Contractor believes may be a hazardous waste as defined in Health and Safety Code Section 25117 , that is required to be removed to a Class I, Class II, or Class Ill disposal site in accordance with the law; (2) Subsurface or latent physical conditions at the Project worksite differing from those indicated by information about the worksite made available to Contractor; and (3) Unknown physical conditions at the Project worksite of any unusual nature, materially different from those ordinarily encountered and from those generally recognized as inherent in the character of the Work. D. As required by Labor Code Section 6705 , if the Contract Price exceeds $25 ,000 and the Work includes the excavation of any trench or trenches of five feet or more in depth , a detailed plan must be submitted to City , or its civil or structural engineer, for acceptance in advance of the excavation. The detailed plan must show the design of shoring, bracing , sloping, or other provisions to be made for worker protection from the hazard of caving ground during the excavation . If the plan varies from the shoring system standards, it must be prepared by a registered civil or structural engineer. Use of a shoring , sloping , or protective system less effective than that required by the Construction Safety Orders is prohibited. 18. DAILY REPORTS Contractor must maintain daily reports on the Work and submit them to City upon completion of the Project , or at any time upon request by City. Each daily report must describe: the Work performed that day; the number of workers performing the Work and hours worked; the equipment and hours of labor used for each task; a description of weather conditions; and any circumstances affecting the planned progress of the Work. All such reports are the exclusive property of City, but Contractor is permitted to retain copies of the daily reports for its records . 19. RECORDS Unless otherwise specified in Attachment A , Contractor must maintain and update a separate set of as-built drawings while the Work is being performed , Public Works Contract Page 9 Monta Vista Rec Center Project ~ ..P.rfrject No. 2017-591 showing any changes from the Work as planned in Attachment A, or any drawings incorporated into this Contract. The as-built drawings must be updated as changes occur, on a daily basis if necessary. Actual locations to scale must be identified on the as-built drawings for all major components of the Work, including but not limited to, as applicable: mechanical, electrical and plumbing work; HVAC systems; utilities and utility connections; and any other components City determines should be included in the final record drawings of the Project. Deviations from the original drawings must be shown in detail, and the location of all main runs, including but not limited to piping, conduit, ductwork , and drain lines , must be shown by dimension and elevation. 20. NOTICES All notices , demands, requests or approvals under this Contract must be given or made in writing and sent to the other party by personal delivery, U.S. Mail, a reliable overnight delivery service, facsimile, or by email as a PDF (or comparable) file. Notice is deemed effective upon delivery unless otherwise specified. Notice for each party must be given as follows: City: City of Cupertino 10300 Torre Avenue Cupertino CA 95014 Attention: Brian Gathers. Public Works Supervisor Contractor: Alvernaz Construction PO Box 366 San Martin. CA 95046 Attention: Michael Alvernaz 21. URBAN RUNOFF MANAGEMENT All Work on the Project must fully comply with federal, state, local and City regulations concerning stormwater management. Contractor must avoid creating excess dust when breaking asphalt or concrete and during excavation and grading. If water is used for dust control, Contractor will use only the amount of water necessary to dampen the dust. Contractor will take all steps necessary to keep wash water out of the streets, gutters and storm drains. Contractor will also develop and implement erosion and sediment controls to prevent pollution of storm drains. Contractor must implement these controls prior to the start of the Work, upgrade them due to weather conditions or as otherwise required by City, maintain them during construction or other Work phases to provide adequate Public Works Contract Page 10 Monta Vista Rec Center Project ',), 1' c' Proj~ct No. 2017-591 protection, and remove them at the end of construction and completion of the Work. Such controls must include, but will not be limited to, the following requirements: A. Install storm drain inlet protection devices such as sand bag barriers , filter fabric fences, and block and gravel filters at all drain inlets impacted by construction . During the annual rainy season, from October 15 through June 15, storm drain inlets impacted by construction work must be filter-protected. Storm drain inlets will be filter-protected from onsite de-watering activities and saw-cutting activities. Shovel or vacuum saw-cut slurry and remove from the Work site. B. Cover exposed piles of soil or construction material with plastic sheeting. Store all construction materials in containers . C. Sweep and remove all materials from paved surfaces that drain to streets, gutters and storm drains prior to rain as well as at the end of each work day. When the Work is completed, wash the streets and collect and dispose of the wash water offsite, in an appropriate location and lawful manner. D. After breaking old pavement, remove all debris to avoid contact with rainfall or runoff. E. Maintain a clean work area by removing trash, litter, and debris at the end of each work day and also when the Work is completed. Clean up any leaks , drips, and other spills as they occur. F. The requirements stated above are intended to be used in conjunction with the California Stormwater Quality Association and California Best Management Practices Municipal and Construction Handbooks, local program guidance materials from municipalities, and any other applicable documents on stormwater quality controls for construction. Contractor's failure to comply with this section will result in the issuance of noncompliance notices , citations, Work stop orders and regulatory fines. 22. EARLY TERMINATION City may terminate this Contract for convenience, upon written notice to Contractor. City may also terminate this Contract for cause . If Contractor fails or refuses to perform the Work as required under this Contract, Contractor will be deemed in default. If the default is not cured to City's satisfaction within two days after delivery of written notice of default to Contractor, City may, in its sole discretion, elect to do one or more of the following: A. Terminate the Contract immediately, upon written notice to Contractor. B. Complete the Work using City's own forces and charge Contractor for Public Works Contract Page 11 Manta Vista Rec Center Project Do ..Prejeet No . 2017-591 all resulting costs and expenses, including City staff time . C. Retain another contractor to complete the Work and charge Contractor for all resulting costs and expenses . D. Require the performance bond surety to pay for completion of the Work. E . Pursue any other remedy available to City at law or under this Contract. If City terminates the Contract for convenience or for cause, City will only owe Contractor payment for the Work satisfactorily performed before Contract termination. Nothing in Section 23 below is intended to delay, abridge or bar City's right to terminate this Contract early pursuant to this section . 23. DISPUTE RESOLUTION, LAW AND VENUE Any dispute arising under or relating to this Contract is subject to the dispute resolution procedures of Public Contract Code Section 20104 et seq., which are incorporated by reference . Interpretation and enforcement of this Contract is governed by California law. Venue for any legal action filed in relation to this Contract is the Superior Court for the County of Santa Clara, California, and no other place. 24. ADVERTISEMENT Contractor may not post, exhibit, or display any advertising signage at the Project site without prior written approval from City. This section does not apply to signage intended or required for general safety while the Work is in progress. 25. WAIVER A waiver by City of any breach of any term , covenant , or condition in this Contract will not be deemed a waiver of any subsequent breach of the same or any other term, covenant , or condition contained herein , regardless of the character of any such breach . 26 . WARRANTY Contractor guarantees and warrants the Work and the materials used or provided for the Project for a period of one year, beginning upon City's acceptance of the Work for the Project as complete ("Warranty Period"). During the Warranty Period, upon notice from the City of any defect in the Work or the materials, Contractor must, at its sole expense, promptly repair or replace the defective Work or materials, including repair or replacement of any other Work or Public Works Contract Page 12 Manta Vista Rec Center Project ~·, PmJeet No . 2017-591 materials that is or are displaced or damaged during the warranty work, excepting any damage resulting from ordinary wear and tear. 27. INTEGRATION This Contract, Attachments A and B, and the documents and statutes attached, referenced or expressly incorporated herein, including any duly authorized and executed amendments or change orders to the Contract , constitute the full and complete understanding of every kind or nature whatsoever between City and Contractor with respect to the Work and the Project. No oral agreement or implied covenant will be enforceable against City. If any provision or authorized modification to this Contract is determined by a court of competent jurisdiction to be illegal, invalid or unenforceable, all other provisions will remain in full force and effect. 28 . SURVIVAL Section 12 (Indemnity), Section 23 (Dispute Resolution), and Section 26 (Warranty) expressly survive termination or expiration of the Contract. 29. INSERTED PROVISIONS Each provision and clause required by law to be inserted in this Contract is deemed to be inserted, and the Contract will be construed and enforced as though each was included. If through mistake or otherwise any such provision was not inserted, or not correctly inserted , the Contract will be deemed amended accordingly. 30. CAPTIONS The captions in this Contract are for convenience only and are not a part of the Contract. They do not affect, limit or amplify the terms or provisions of the Contract. 31. AUTHORIZATION Each individual signing below warrants that he or she is authorized to do so by the party that he or she represents, and that this Contract is legally binding on that party. If Contractor is a corporation, signatures from two officers of the corporation are required pursuant to California Corporations Code Section 313. Public Works Contract Page 13 Monta Vista Rec Center Project Pt:· ~jeet No. 2017-591 The parties agree to this Contract as witnessed by the signatures below: ALVERNAZ CONSTRUCTION By ~ Name=1- Title ~ Date [--I -( l'.t- By ___________ _ Name ----------Tit I e -----------Date ----------- Attachment A: Scope of Work Attachment B: Bond Forms Public Works Contract Monta Vista Rec Center Project CITY OF CUPERTINO A Municipal Corporation By ~D Timm Borden Director ofPj-!bli 7Works Date 8 li LJ ·7 I I RECOMMENDED FOR APPROVAL: . . By ~ 1--k0:--c l&vM 0 Name ,_, t , ;__1 (\: 1?-t I\\ ~Y Title 1-,l&---A,l\._d..(J -~J'AI~ I Att{L Iv Si Date r( 7r rt i 7: I APPROVED AS TO FORM: d'lfM -01:A ~ Randolph Stevenson Hom City Attorney { 1. Date t 0 3 f T' A~~ ~It Grace Schmidt City Clerk "7 Date lb --..) 17 Contract Amount: $40,300.00 P.O. No. 2017-591 Account No. 100-84-813 900-990 fD )a I r .-~ ( Page 14 Attachment A Scope of Work Contractor will perform the following Work for the Project, within the Contract Time set forth in Section 2 and for the Contract Price set forth in Section 3 of this Contract: • Excavate existing concrete sidewalk as requested which is approximately 1,850 sq. ft. • Remove and replace existing curb -approximately 30 In. ft. • Install 3/8 reinforce steel every 18" each way. • Form and pour new concrete. • Concrete to be 4' to 5" thick and with 6 sack mix concrete. • Clean all unnecessary materials. • Concrete to be broom finish. • Protect concrete after pour. • This proposal assumes all work shall be performed during normal business hours (Monday-Friday 7:00 a .m. to 3:30 p.m.). Public Works Contract Monta Vista Rec Center Project Page 15 To : Brian Gathers City of Cupertino 10555 Mary Avenue Cupertino, CA 95014 New Work Order Alvernaz Construction PO Box 366 San Martin, CA 95046 408-595 -2817 License# 711435 Job Name: Monta Vista Park 1. Excavate existing concrete sidewalk as requested by Brian with the City of Cupertino, approximately 1,850 sq . ft . 2. Remove and replace existing curb, approximately 30 In. ft. 3. Install 3/8 reinforce steel every 18" each way . 4. Form and pour new concrete . 5. Concrete to be 4 to 5 inches thick with 6 sack mix concrete . 6. Clean all unnecessary materials. 7. Concrete to be broom finish. 8 . Protect concrete after pour. TOTAL COST OF MATERIALS AND LABOR: $40,300 .00 Public Works Contract Monta Vista Rec Center Project Attachment B Bond Forms (follow) Page 16 1=-!NAL CONTF-lACT AMOUNTS T HAT EX.GEED THE ORIGINAL CONTRACT ,l\MOUNT W ILL Bf.= CHAF<GF:D AN ADDiTION/\L PHFM IUM . INCUDE. THESE Pfff:M!UM CHARGES IN YOUF1 C HANG E OF!.DERS . Payment Bond Bond No. 1001080853 CA License #OF95142 Premium : $725.00 The City of Cvpertino ("City") and Alvernaz Constructlo ("Contractor") have entered into a contract, dated , 20_ ("Contract') for work on the Manta Vista Rec Center Project ("Project"). The Contract is incorporated y reference into this Payment Bond ("Bond"}. 1. General. Under this Bond, Contractor as principal and Am eli<:anContractorslndemnilyCompany • Its surety ("Surety"}, are bound to City as obligee in an am unt not less than $ 40,300.00 ("Bond Sum"}, under California ivil Code Sections 9550, et seq. 2 . Surety's Obligation. If Contractor or any of its subcon ractors fails to pay any of the persons named in California Civil Code Section 9100 a aunts due under the Unemployment Insurance Code with respect to work or abor performed under the Contract, or for any amounts required to be deducted, ilhheld, and paid over to the Employment Development Department from the wages f employees of Contractor and its subcontractors, under California Unemployment lnsura ce Code Section 13020, with respect to the work and labor, then Surety will pay for th same. 3. Beneficiaries. This Bond inures to the benefit of any o the persons named in California Civil Code Section 9100, so as to give a right of action t those persons or their assigns ln any suit brought upon this Bond . Contractor must prom,_ .ly provide a copy of this Bond upon requost by any person with legal rights under this ond. 4 . Duration. If Contractor promptly makes payment of all urns for all labor, materials, and equipment furnished for use in the performance of thew rl< required by the Contract, in conformance with the time requirements set forth In the onlract and as required by California law, Surety's obligations under this Bond will e null and void_ Otherwise, Surety's obligations will remain in full force and effect. 5. Waivers. Surety waives any requirement lo be notified f alterations to the Contract or extensions of time for performance of the work under th Contract. Surety waives the provisions of Civil Code Sections 2819 and 2845. City w Ives requirement of a new bond for any supplemental contract under Civil Code Section 550. Any notice to Surety may be given in the manner speclfied in the Contract and dellve d or transmitted to Surety as follows: 6. Law and Venue. This Bond will be governed by Califor ia law, and any dispute pursuant to this Bond will be venued in the Superior Court for San Clara County, and no other place. Surety will be responsible for City's attorneys' fee and costs in any action to enforce the provisions of this Bond. Public Works Contract Page 17 Monta Vista Rec Center Project 7. Effective Date; Execution. This Bond is entered into nd is effective on July 13th , 20J2. Three identical counterparts of this Bond, each f which is deemed an original for all purposes, are hereby executed and submitted. SURETY: American Contractors Indemnity Company Bustne e Jeremy Crawford, Atlorney-tn-Fact Name/Title (Attach Acknowledgment with Notary Seul and Power of Allor ey) CONTRACTOR : ---'A'-"L=V'-"E=-R=-N==-Al.=--"C'-"Oc-:.N_,_,S'-'-T-'-'R=U-=G-'---Tl=O'--'-N=-----1-- Business Name Mike Alvernaz , Owner Name/Tille s/ ____________________ , Name/Title APPROVED BY CITY: s/ _______ _ Name/Title END OF PAYMENT BON Public Works Contract Page 18 Monta Vista Rec Center Project F!Nld . COi'JTFll\CT AMOUNTS THAT D(Cf::EO THE CFOGINAL CONTRACT AMOUI\IT WILL BE Cl-lfa..FKl E:D Js.N 1-\DDITIONA.L PnEMIUM. !NCUDE THESE Pm:rvi!UM CHAF-!GES 1(\1 YOUFl CHAi\!GE: OFlDEr<,. Performance Bon Bond No . 1001080653 CA License #OF95142 Premium: $725 .00 The City of Cupertino ("City") and __ A_lv_e_rn_a_z _co_n_sl_ru_c_tio_n __ +------------- {"Contractor") have entered into a contract. dated _______ , 20 __ ("Contract") for work on the Manta Vista Rec Center Project ("Project"). The Contract is Incorporated by reference into this Performance B nd ("Bond"). 1. Goneral. Under this Bond, the Contractor as Principal nd American Contra ctors lndemnily Company. its surety ("Surety"), are bound to City as obllgee for an an ount not less than $ 40.300.00 (the "Bond Sum"). By executil g this Bond, Contractor and Surety bind themselves and their respective heirs, executors, • dministrators, successors and assigns, jointly and severally, to the provisions of this B nd. 2. Surety's Obligations; Waiver. Surety's obligations u der this Bond will remain in full force and effect during the Contract term and the one y ar warranty period under the Contract. If Contractor fully performs its obligations un er the Contract, including its warranty obligations under the Contract, Surety's oblig tions under this Bond will become null and void upon expiration of the one year warranty eriod under the Contract. Surety waives any requirement to be notified of and further co sents to any alterations to the Contract made under the applicable provisions of the C ntract, including changes to the scope of work or extensions of time for performance of ork under the Contract. Surety waives the provisions of Civil Code Sec:tion8 21119 and 845. 3. Application of Contract Balance. Upon making a derr and on this Bond, City will make the Contract balance available to Surely for completion f the work under tho Contract. For purposes of this provision, the Contract balance is defi d as the total amount payable by City to Contractor as the Contract price minus amounts !ready paid to Contractor, and minus any liquidated damages, credits, or backcharges to which City is entitled under the terms of the Contract. 4. Contractor Default. Upon written notification from Cit that Contractor is in default under the Contract, time being of the essence, Surety must a t within seven days of the date of the written notice from the City referencing this section o remedy the default through one of the following courses of action: 4.1 Arrange tor completion of the work under the ontract by Contractor, with City's consent, but only if Contractor ls In default solely due o its financial inability to complete the work; 4.2 Arrange for completion of the work under the onlract by a qualified contractor acceptable to City, and secured by performance and ayment bonds issued by an admitted surety at Surety's expense; or 4.3 Waive ils right to complete the work under th Contract and reimburse City the amount of City's costs to have the remaining work co pleted. 5. Surety Default. If Surety defaults on its obligations un er the Bond, City will be entitled to recover all costs It Incurs due to Surety's default, lncludi g legal, design professional, or delay costs. Public Works Contract Page 19 Manta Vista Rec Center Project 6. Notice. Any notice to Surely may be given in the manr er specified in the Contract and delivered or transmitted to Surety as follows: Attn : Jeremy Crawford Address: 1710 N. Doualas Dr .. Suite 110 City/State/Zip: Golden Yalfey.....MJ:i.5M?? Phone: ./763\ 543-6993 Fax: (763) 512-0430 Email: JCrawford@CCISuretv.com 7. Law and Venue. Tllis Bond will be governed by Califo to this Bond will be venued in the Superior Court for Sa place. Surety will be responsible for City's attorneys' fe enforce the provisions of this Bond . 8. Effective Date; Execution. This Bond is entered into a lllllt 131b , 20..J.L. Three identical coun is deemed an original for all purposes, are hereby exec SURETY: American Conlracloi:s.J110emnity-€om&an_):.- sf Business~mn7/~ j; Jeremy Crawford, Attorney-In -Fact Name/Title [print) nla law, and any dis pute pursuant nd no other action to hta Clara County, a ~s and costs in any nd effective on erparts of this Bond, each of which ~ted and submitted . Attach Acknowledgment with Notary Seal and Power of Attor ney) C ONTRACT OR: ALVERNAZ CONSTRUCTION Business Name I s - Mike Alvernaz, Owner N ame/Title [print) s I N ame/Title [print] A PPROVED BY CITY: s I N ame/Title [print] ubllc Works Contract p M onta Vista Rec Center Project END OF PERFORMANCE BC ND Page20 .Jeremy Crawford, Michael D. Williams, William J. N mec, Tanya Fukushima, William Gerber or Michael E. Konzen of Golde Valley, Minnesota -.. . ': .; ~-wfnffiitgey(s)-in-fact, ench.in their 'senarat~ capacity ifmo:re;.tl =;. ~ -~~~me, pl.ace a~d stead, to e,i:~~ll~~. ac:kriowle<lge and-:- o?'other mstrwncnts or contracts of surctyship · to include riders, am penalty does not exceed ******Five Million**·H ** This Power of Attorney shaU expire without further action on November 3,20 9. This Power of Attorney is granted under and by authmity ofthe...fol.lG,wing resolutions adopted by the.11 s of Directors of the C mpanies: ·---.:.-----. = ~ --:---Se-iP~·olf,l!I/, 'tlrat"'lhe President, any Vic~~~SSfli!ll resident, any Secret~ ·.or any Assii tant Secretary shall be a ~ '£ IL alill!Pr~t -ap.p,· 11 any one or mo ~e~~ s)-in-Faet to rcpre~~nt ~n4_ act ~o~ mid 011 bch~lf of til e C om ~sio-~ -......... ·;:"'--.:.. .. · , · Allonte)'-i11 -Facl may be given full p ower a nd authority for and in the name of and on behalf of th Company, to exec ute, acknowledge and deliver, ~ny and nil bonds, recognizan ces, eontraels, agreements or indemnity and other conditional or obligatory underta ngs, including nny and all consenls for the release of retained perc entages and/or fin al estimates on engineering nnd constrnctiou contracts, and any and all uotic s and documents ca nceling or tenninating the Company's liability thercumlc~nd a~uelwnstruments so executed by any such Attorney-in -Fact shall be binding upo the ComJ~'.!Y as if signed by the President and scaled uncl effected ~t . ~~ ;: .. ~ ;;! ·, ~ ~ t~ ~ ~~ ~/J (.l!@.t:ire;sfgiia ture of any auti1orizcd :6ffi~cr a,;c1'1sc~l _ofthe Company herct ·--power of attonm o ~n}CcCCrt~~f.!lltn~ t~o ~""'->mi~n,P.ftry power of attorney or certificate bearing facsimile signature or facs binding upon the qf!lp.J!. ~J!b pc~~ boua or u nde rtaking to which it is attached. .._, IN WITNESS WHEREOF, The C ompanies have caused this inst.r umenl lo be sig 1ed and their corporate seals lo be hereto affixed, this 1st day ofNovember.,.2016. ~~UJPtl,. . ....lt~ """"' --·--"""' ~. AMERICA ----·-. -UNITED State ofCalifomia C oullty of Los Angeles SS: ~otarypublic, personall appeared ;.Daniel P. Aguilar, Vice Presi~1t. -cs Surety Company ll. d U.s: ~pecialt:y .Insurance Comp~ - ribed to the wilhiri -ins!" f!le.nt and a1c~nowlcdgc<l to me that~ e person, or the entity upoi bchalr"of wh fo h the person acted, exc\.= I certify under PENALTY OF PERJURY under the lows of the State of Culiforoia that the fore WITNESS my hand and official seal. 1l of ~------"'---~ II CUPERTINO g? City of Cupertino -5· Service Center -i 10555 Mary Avenue o CUPERTINO, CA 95014 www.Cupertino.org VENDOR 2333 -ALVERNAZ CONSTRUCTION &> ALVERNAZ CONSTRUCTION ::::, PO BOX 366 -A> SAN MARTIN, CA 95046 a REFERENCE# QUANTITY HJSl;a DESCRIPTION 1.0000 Each m -i 0 City of Cupertino Service Center 10555 Mary Avenue CUPERTINO, CA 95014 www. Cupertino.erg Purchase Order No. 2017-00000591 DATE 06/21/2017 PURCHASE ORDER NUMBER MUST APPEAR ON ALL INVOICES, SHIPPERS, BILL OF LADING AND CORRESPONDENCE DELIVER BY SHIP VIA FREIGHT TERMS PAGE 1 of1 ORIGINATOR: Chylene Osborne DESCRIPTION: Manta Vista Rec Center Project UNIT COST TOTAL COST 40,300.0000 $40,300.00 100-84-813 900-990 -Capital Outlay Special Projects -PW 40,300.00 ,. TOTAL DUE $40 ,300.00 • DATE 06/21/2017 Authorized Signature Special Instructions THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PREFERRED CONTRACTORS INSURANCE COMPANY RISK RETENTION GROUP, LLC COMMERCIAL GENERAL LIABILITY POLICY ADDITIONAL INSURED-OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following : COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person(s) or Organization(s); Location(s) of covered operations; Additional lnsured(s) Address: City of Cupertino, boards and commissions, officers, officials, agents, employees, consultants and volunteers (If no entry appears above, the information required to complete this endorsement will be s hown in the Declarations as applicable to this endorsement.) A. Section II -Who Is An In sured is amended to include as an additional in sured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury," "property damage " or "personal and advertising injury" caused, in whole or in part, by : I. Your acts or omissions ; or 2. The acts or omissions of those acting on your behalf In the performance of your ongoing operations for the additional in sured (s) at the location(s) designated above . Except as set forth above, all of the terms, conditions and exclusions of this pol icy apply and remain in effect. Policy No .: PCA5026-PC216090 Date: 10/03/2017 Time: 12:01 a.m. Preferred Contractors In s urance Company Ri sk Retention Group, LLC 27 North 27th Street, Suite 1900 Billings, Montana 59101 By : -P.Juu.~~ AuthorizeRepresentati ve END PCIC 24 10 07 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PREFERRED CONTRACTORS INSURANCE COMPANY RISK RETENTION GROUP, LLC COMMERCIAL GENERAL LIABILITY POLICY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED- STATE OR POLITICAL SUBDIVISIONS -PERMIT This endorsement modifies insurance provided under the following : COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE State or Political Subdivision: City of Cupertino, boards and commissions, officers, officials, agents, employees, consultants and volunteers Section II -Who Is An Insured is amended to include as an additional insured any state or political subdivision shown in the schedule, subje ct to the following provisions: l. This insurance applies only with respect to operations performed by you or on your behalf for which the state or political subdivision h as issued a permit. 2. This insurance do es not apply to: a. "Bodily Injury ," "property damage" or "personal and advertising injury" arising out of operations performed for the state or municipality; or b. "Bodily Injury" or "property d amage" in c luded with.in the "products -co mpleted operations hazard". Except as set forth above, all of the terms , conditions and exclusions of this policy apply and remain in effect. Poli cy No.: PCA5026-PC216090 Date : 10/03/2017 Time : 12:01 a.m. Preferred Contractors In s uranc e Company Risk Retention Group , LLC 27 North 27th Street , Suite 1900 Billings , Montana 59101 By : -p~~ Authorize Representative END PCIC 24 10 07 This endorsem em modifies insurance provided under the following : BUSINESS AUTO COVERAGE FORM A. Broad Form Named Insured The following is added to the SECTION II - COVERED AUTOS LIABILITY COVERAGE, Para- graph A.1. Who Is An Insured Provision: Any business entity newly acquired or formed by you during the policy period , provided you own fifty percent (50%) or more of the business entity and the business entity is not separately insured for Bus- iness Auto Coverage . Coverage is extended up to a maximum of one hundred eighty (180) days following the acquisition or formation of the business entity. This provision does not apply to any person or organization for which coverage is excluded by endorsement. 8 . Employees As Insureds The following is added to the SECTION II - COVERED AUTOS LIABILITY COVERAGE, Para - graph A.1. Who Is An Insured Provis ion : Any "employee" of yours is an "insured " while using a covered "auto" you don't own , hire or borrow in your business or your personal affairs . C. Blanket Additional Insured The following is add.ed to the SECTION II ,,.. COVERED AUTOS LIABILITY COVERAGE, Pa ra- gra ph A.1. Who Is An Insured Provision : Any person or organ ization that you a re requi red to include as an additi onal insured on this coverage form in a contract or agreement that is executed by you before the "bod ily injury" or "property damage " occurs is an "insured " for liability coverage , but only for damages to which this insurance appl ies and only to the extent that person or organ ization qual ifies as an "insured " under the Who Is An Insu red provision contained in SECTION II - COVERED AUTOS LIABILITY COVERAGE . The insurance provided to the additional insured wi ll be on a primary and non-contributory basis to the additional insured 's own business auto coverage if you are required to do so in a contract or agreement that is executed by you before the "bodily injury· or "property damage " occurs . D. 81.inket Waiver Of Subrogation The following is added to the SECTION IV -BUSI- NESS AUTO CONDITIONS, A. Loss Conditions, 5. Transfer Of Rights Of Recovery Against Others To Us : We waive any right of recovery we may have aga inst any person or organization to the extent required of you by a contract executed prior to any "accident" or END PCIC 2410 07 "loss ", provided that the "accident" or "loss " arises out of the operations contemplated by such contract. The waiver applies only to the. person or organization designated in such contract. E. Employee Hired Autos 1. The following is added to the SECTION II - COVERED AUTOS LIABILITY COVERAGE, Paragraph A.1. Who Is An Insured Prov ision : An "employee " of yours is an "insured " while operating an "auto " hired or rented under a contract or agreement in that "employee's " name, with your permission, while perform ing duties related to the conduct of your business . 2. Changes In General Conditions: Paragraph 5.b. of the Other Insurance Con- dition in the BUSINESS AUTO CONDITIONS is deleted and replaced with the following : b . For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos " you own : (1) Any covered "auto " you lease , hire . rent or borrow; and (2) Ari y covered "auto" hir ed or rented by you r "emp loyee " under a contract in that indiv idual "employee's" name , with your per mission . whi le performing duties re lat ed to the conduct of your business . Ho wever, any "auto " that is leased , h ired , rented or borrowed with a driver is n ot a covered "auto". F. Fellow Employee Coverage SECTION II -COVERED AUTOS LIABILITY COVERAGE, Exclusion 8.5. does not apply if you ha ve wor kers compensation insurance in-force covering al l of you r emp loyees. G. Auto Loan Lease Gap Coverage SECTION Ill -PHYSICAL DAMAGE COVERAGE, C. Limit Of Insurance , is amended by the addition of the following : In the event of a total "loss " to a covered "auto " shown in the Schedule of Declarations, we will pay any unpaid amount due on the lease or loan for a covered "auto", less: 1. The amount paid under the PHYSICAL DAMAGE COVERAGE section of the policy ; and 2 . Any : a. Overdue lease/loan payments at the time of the "loss "; Policy Number: END PCIC 2410 07 Named Insured : Alvernaz Construction THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO ENHANCEMENT SCHEDULE OF COVERAGES ADDRESSED BY THIS ENDORSEMENT A. Broad Form Named Insured 8. Employees As Insureds C. Blanket Additional Insured D. Blanket Waiver Of Subrogation E. Employee Hired Autos F. Fellow Employee Coverage G. Auto Lo,m Lease Gap Coverage H. Glass Repair-Waiver Of Deductible I. Personal Effects Coverage J. Hired Auto Physical Damage Coverage K. Hired Auto Physical Damage -Loss Of Use L. Hired Car -Worldwide Coverage M. Temporar,1 Transportation Expenses N. Amended Bodily Injury Definition -Mental Anguish 0. Airbag Coverage P. Amended Insured Contract Definition -Railroad Easement Q. Coverage Extensions -Audio, Visual And Data Electronic Equipment Not Designed Solely For The Production Of Sound R. Notice Of And Knowledge Of Occurrence S. Unintentional Errors Or Omissions T. Towing Coverage Policy Number END PCIC 2410 07 Named Insured Alvernaz Constru ction THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY . . BLANKET ADDITIONAL INSURED ENDORSEMENT This endorsement modifies insurance provided under the following : BUSINESSOWNERS COVERAGE FORM -SECTION II -LIABILITY 1. C. WHO IS AN INSURED is amended to include as an additional insured any person or organization that you agree in a contract or agreement requiring insurance to include as an additional insured on this policy, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused in whole or in part by you or those acting on your behalf: a. In the performance of your ongoing operations ; b. In connect ion with premises owned by or rented to you ; or c . In connection with "your work " and included within the "product-completed operations hazard ". 2. The insurance provided to the additional insured by this endorsement is limited as follows : a. This insurance does not apply on any basis to any person o r organ ization for which co verage as an additional insured specifically is added by another endorsement to this policy . b. This insurance does not apply to the rendering of or failure to render any "profess ional services''. c. This endorsement does not increase any of the limits of insurance stated in D. Liability And Medical Expenses Limits of Insurance . 3. The following is added to SECTION Ill H.2. Other Insurance -COMMON POLICY CONDITIONS (BUT APPLICABLE ONLY TO SECTION II - LIABILITY) However, if you specifically agree in a contract or agreement that the insurance provided to an additional insured under this policy must apply on a primary basis, or a primary and non-contributory basis, this insurance is primary to other insurance that is available to such additional insured which covers such additional insured as a named insured . and we will not share with that other insurance, provided that: a. The "bodily injury" or "property damage" for which coverage is sought occurs after you have entered into that contract or agreement; or b. The "personal and advertising injury" for which coverage is sought arises out of an offense committed after you have entered into that contract or agreement. 4. The following is added to SECTION Ill K. 2. Transfer of Rights of Recovery Against Others to Us -COMMON POLICY CONDITIONS (BUT APPLICABLE TO ONLY TO S~CTION II - LIABILITY) We waive any rights of recovery we may have aga inst any person or organization because of payments we make for "bodily injury", "property damage" or ''personal and advert ising injury" arising out of "your work" performed by you. or on your behalf, under a contract or agreement with that person or organization . We waive these rights only where you have agreed to do so as part of a contract or agreement with such person or organization entered into by you before the "bodily injury" or "property damage" occurs. or the "personal and advertising injury" offense is committed . ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. Page 1 of 1 CERTIFICATE OF LIABILITY INSURANCE DATE (MM!DD!YYYY ) 9/2/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW . THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED , the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED , subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER t~l:::E~"1 Tom Madruqa 246-7200 BELL PLAZA INSURANCE ;..tJgi~ Ex t' ( 4 O 8) 2 8 8 -8 4.0 0 ________ _j _Wc . No > ( 4 O 8) 991 W Hedding St Ste 108 it6"'~~ss insurance@bellplaza.com ~-------~ San Jose, CA 95126 0891409 INSURER(S I AFFORDING COVERAGE ·-----·-+---NA_IC_I_---; INSURERA :Preferred Contractors Ins Company IN SURED Alvernaz Construction Michael Alvernaz P. 0. Box 366 12120 Central Ave I 1NS URER 3 : PCIA I IN SURER C : PCIA I 1NSURER D : PCIA 12497 12497 112497 12497 San Martin, CA 95046 j INSURER E : ..-------------··-------------;--------; I IN SURER F : i CO VERAGES CERTIFICATE NUMBER: REV IS ION NUMBER: T HIS IS TO CERTIFY THA T THE POLICIES OF INSURANCE LISTEO BELO W HAV E BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD IND ICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DO CUMENT W ITH RESPECT TO W HICH TH IS C ERTIFI CATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HER EIN IS SUBJECT TO ALL THE TERM S. EXCLUSIONS AND COND ITION S OF SUCH POLICIES . LIMITS SHOWN MAY HAVE BEEN RED UCE D BY PAID CLAIMS . Jf--L~=iR~I _____ TY_P_E_O_F_I_NS_U_RA_N_C_E----,.l.,~~=i"""~~l e,,,""u"'~"""R.,-I ----P-O-LI-C-Y-N-U-M-B-ER---~,-,,,,P"'11°,"',,'o"18""~"'Efy'"'~-.llc"J"'£cr,~"'g"'X,"$"'~""~1..,I--------L-IM-IT-S------- X CO MMERCIA L GENERAL LIABI LITY i I I i EACH OCCURRENCE =o CLAIMS -MADE [Kl OCCUR ' i I I lhr"'~R"'=ETIM'1'."1s"'-·E..,dcr(nE~=c·OCN1'T~TC",;;"','e_n_r.e-,l-t--~-- ~ BI Ded $1,000 ! I Y PCA5026-PC216090 lol/25/2017 ,0 1 /2 5 /2018 J,_M_E_D_E_X_P~(A_n.,_y_on_e.,_pe_r_so_nJ~· -+------' s 2,000,000 $ 50,000 $ 5,000 A :N.~~GG~E!~E :~~; A~~L~s PER !,,,,,,.! Y / I !,.I 1 -'-:E_E:_:_:_N_:_L A_\_:_ 0 :_E_ 1 :_~u-rR_/ _ _,_ ___ _ r-1 POLICY rx:1 mg: [] LOC [_PRODU CTS -COMP /OP AGG I OTHER: I s 1,000,000 $ 4,000,000 s 2,000,000 I s AUTOMOB ILE LIAB ILITY - X ANY AUTO -OWNED B AUTOS ON LY -HIRED _!_ AUTOS ONLY X COMP/COLL -X - SCHEDULEO AUTOS NON-OWNED AUTOS ONLY t PCA5026-PC216090 l !01/2 5 /2017 0112 512018 j BODILY INJURY (Per person) $ l BODILY INJU RY (Pe r acci dent)! $ ! PROPERTY DAMAGE 1 (Per acci dcnl) /HIRED AUTO PD 500,000 500,000 500,000 100,000 ACV 5,000,000 5,000,000 I X ! UMBRE LLA LIAB ~ OCCUR i C Cl EX CESS LIAB I I CLAIMS-MADE PCA5026-PC216090 !01/25/2 0 17 01/25/2018 ~i E_A_C_H_o_c _cu_R_R_E_N_C_E,~-~l _s ______ _ I AGGREGATE : s I I I OED I X I RETENTION S 1 0 , 0 0 0 I I I !WORKERS COMPENSATION AND EMPLOYERS ' LIABILITY D I ANY PROPRIETOR/PARn<Ea;EXEC UTI VE OFFlCER.iMEMB ER EXC LU DED ? (Mandatory In NH ) If yes , describe under , DESCRIPTION OF OPERA TI ONS below i Y/N D PCA5026 -PC216090 NIA I 1,000,000 i I XI STATUT E I I ERn- io l / 2 5 /2 0 l 7 01/2 5 / 2 O 1 8 r-E-.L~. -'E"-'AC"'H-'-A=-C~C~ID~E-N-T~~-,./ -5------- i I I EL DISEASE -EA EMPLOYE~ s r E.L. DISE~SE _ POLICY LIMIT I s 1,000,000 1,000,000 DE SCRIPT ION OF OPE RA TIONS i LOC ATIONS i VEHIC LES (ACORD 10 1. Add itio nal Remarks Schedu!e, ma)' be mt acce d if rrcre space is req uired ) City of Cupertino, boards and corrunissions, officers, officials, agents, employees, consultants and volunteers . C ERTIFICATE HOLDER I City of Cupertino -Public 10300 Torre Avenue j Cupertino, CA 95014 \ Attn: Julia Kinst I Works CANCELLATION S HOULD ANY OF THE ABOVE DESCRIBED POLIC IE S BE CANCELLED BEFORE THE EXPIRAT ION DATE THERE OF. NOTI CE WI LL BE DELIVERED IN ACCORDANCE WITH THE POLI CY PRO VIS IONS . AUTHORIZED REPRESENTATIVE J !n /'Y"', 1-:f' ~ C, ~ c._ © 1988-2015 ACORD CO RPORATION . All ri ghts reserved. AC ORD 25 (20 16/03) Th e ACORD nam e and logo are reg istered marks of ACORD I I I i ! I i I I ; l ! l 1 I I