Loading...
HomeMy WebLinkAbout92-008 Handicap Ramp Installation Proj.92-9401 92-008 HANDICAP RAMP INSTALLATION PROJ . 92-9401 m`7 COIRRhLV FUR PUBLSC WORKS HANDICAP RAMP INSTALLATION PROJECT 92-9401 CONTRACT° made on June t2, 1992 by the CITY OF CUPHUM, a municipal corporation of the State of California, hereinafter pycalled v}�rthe CITY, and GaEEW 8it11A CMVBWCT1W, MC. here called the LRil�li�ACTOR. IT IS FAY AGREED by the parties as follows: 1. Z1E CONTRACT DOCUMENTS. The complete contract consists of the following contract documientr.: A. Plans and Specifications for HANDICAP RAMP INSTALLATION, PROJECT 92-9401 B. Faithful Performance Bond, Labor and Materials Bond, Insurance Certificate C. This Contract D. Bid Proposal referred to as Exhibit A Any and all obligations of the CITY and the C MrRACTOR are fully set forth and described herein. All of the above documents are intended to cooperate so that any work called for in one arzi not mentioned in t}v-- other, or vice versa, is to be executed the same as if mentioned in all of said docents. The documents oagprising the Ccuplete 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. TIC WCM. The Contractor agrees to furnish all of the tools, equipnent, apparatus, facilities, labor, transportation, and material neoessary to perform and couplets in a good and workmanlike manner, the work of 1NSZUU[J= HWJECAP RAMS 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 City, which Plan:3 and Specifications are entitled,respectively, and utdch Plans and Specifications are identified by the signatures of the parties to this Cbntsact. 1 It is understood and agreed that said tools, api.pmnent, apparatus, facilities, labor, transpcwtation, and material shall be furnished, and that said work shall be performed and oompleted 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 accept, in full payment for the work above agreed to be done, the sum of: $31.,LSO.00 "hirty one 'iiroaow d, Cm HMdred P`i fty DGUrs) subject to additions and deductions as provided in the Contract Documents, per Wii,bit "A" attached hereto. 4. DID PERTAINING m PA'YmERr FcR wm. Shcxald any disW.;e arise respecting the true value of the work clone, or any work omitted, or of any extra work which the Contractor may be required to do, or respecting the size of any payment to the Contractor during the performance of this Contract, said dispute shall be determined either by reference to the unit of prices, if applicable, or in accordance with the agreement of prices, if applicable, or in aaoordanoe with the agreement of tha parties, or in accordance with the rules of the American Arbitration Association if the parties are unable to agree. 5. ='F S, OMLIANCE wnM LAW. The Contractor shall, at his escpense, obtain all necessary permits and licenses, easements, etc., for the construction of the project, give all necessary notices, pay all fees required by law, and comply with all laws, ordinances, rules and regulations re?ati M 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 Specificati-m-is require work to be specially tested or approved, it shall not be tested or covered up without timely nokioe 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 notAce, approval, or consent, It mist, if required by the City, be unsXrered for examination at the Contractor's expense. 7. EXMA CR ADDITIONAL WORK AND CHANGES. Should the City at any time during the progress of the work require any alterations, dimiat ions, additions or omissions from the Specifications or Plana or the Contract DacLunents, it shall have the right to do so, and the same shall in no way affect or make void the contract, but the cost or value thereof will be added to, or deducted from, the amount of the contract price, as the rase 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 agreement of the parties, or in accordance with the niles of the American Arbitration Association if the parties are unable to agree. No extra work shall be perfommed or dsange be made eoxxept by a written order from the City, duly authorized by resolution of its god body, and by all agencies whose approval is required by law, stating that the extra work or change is authorized, and no claim for an addition to the contract sum shall be valid unless so ordered. 2 8.. C1WVES 7.O MFEr EIV rMMM I M RMiTIRE1+w'I5. She City shall have the right to make chnges in this Contract during the course of eanstruction to Ding the eoupleted bprovemencts into eoupli.anc a with environmental ental. or standards established by State and. Federal statutes and regulations after the Contract has been awarded or entered into. The Contractor shall be paid for by such changes either by reference to the unit 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. 9. NATICN, AMENUMfld►I'S or MWIFICATIONS. This Contract may be terminated, amended or modified, with the mutual consent of the parties. Zhe compensation payable, if any, for such termination, ammt m t. or modifications, shall be deter mired either by reference to the unit price, 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. 10. TDIE FCR CC MPLErION. All work under this Contract shall be colleted: 25 days If the Contractor shall be delayed in the work by the acts or neglect of the City, or its employees, or those under it by Contract or otherwise, or by changes ordered in the work, or by strikes, lc.:mots by others, fire, unusual delay in transportation, unavoidable casualties 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 coupletion shall be extended accordingly. This paragraph does not exclude the recovery of damages for delay kyy either party under other provisions in the Contract Documents. 11. INBPF]CTICdM AND TESTING OF HUMIALS. 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 Contract, in order that the City may arrange for mill or factory inspection and testing of the same, if the City requests such notice frwn the Contractor. 12. NATION FOR MACH, M. If the Contractor should be adjudged a bankrupt, or if he should make a general assigment for the benefit of hds 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 reasons for such intention to terminate the Contract, and unless within ten days after serving of such notice, such violation shall cease and satisfactory arrangements for oorrections 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 shall immediately serve written notice thereof upon the surety and the Contractor, ar*d the surety shall have the right to take over and perform the Contract; provided, however, that, if the surety within fifteen days after the serving upon it of notice of termination does not give the City written notice of its intention to take over and perform the Cm-Axact, or does not commence performance thereof within thirty days from the date of 3 the serving of such nation, the City may take over the whack and prosecute the same to completion by contract, or by any other method it may deco 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 eamss cost occasioned by the City thereby, and in such event the City may, without liability for so doing, take possession of, and utilize in oannlasting the work, such materials, appliances, plant and other plat; belonging to the Contractor as may be on the site of the work and necessary therefor. 13. THE C=11 S RIGHr M WITHHOM CERTAIN APES AND MAKE APPLICATION T EMF. In addition to the amount which the City may retain under Paragraph 21 of this Contract until the final completion and aoceptanae of all work covered by the Contract, the City may withhold frorn payment to the Contractor such an amount or amounts as in its judgment may be necessary to Fay just claims against the Contractor or any subaoitractors for labor and services rendered and materials furnished in and about the work. The City may apply such withheld amount or molts to the payment of such clam in its discretion. In so doing, the City shall be deemed the agent 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 good faith. Such payment may be inade without prior judicial determination of the claim or claims. With respect to any retention of payment by the City to ensure performance of the Contract, Contractor will be entitled to substitute securities as provided in Section 4590 of the California Government Code as more fully described in the City's Notice to Contractors. 14. NOTICE AND SERVICE 1W!FMF. Any notice from one party to the other under this Contract shall be in writing, and shall be dated and signed either by the party giving such notice, or by a duly authorized representative of such party. Any such notice shall rat be effective for any purpose whatsoever unless served in the following manner: (a) if the notice is given to the City either by personal delivery thereof to the City Manager 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 certified; (b) if the notice is given 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 depositing the same in the United States mails, enclosed in a sealed envelope, addressed to said Contractor at: 1200 DMUSnUAL RQW, SUM 1, S N MRIM, Ch 94070 postage prepaid and certified; and (c) if the notice is given to the surety or any other person, either by personal delivery to such surety or other person, or by depositing the same in the Unit-: d States mails, enclosed In a sealed envelope, adiressed to such surety or person, as the case may be, at the address of such surety or persons last eonucxucated by him to the party giving the notice, postage prepaid and certified. 15. ASSIGNMENr OF CONIRACr. Neither the contract, nor any pat thereof, nor moneys due or to become due thereunder, may be assigned by the Contractor without the prior written approval of the City. 4 16. COMPLIANCE WT rH SPBC:LSFIC AITC HS OF MATE PJAL.S. Vaienever in the ceeif ieations, any material or process is indicated or specified by patent or proprietary name, or by name of manufacturer, such Specifications must be not by Contractor, unless the City agrees in waiting to some other material, pry or article offered by Contractor which is equal in all respects to the one specified. 17. CONTRACT SECURITY. The Contractor mhall .furnish a surety bond in an attK+t nt at least equal to one hundred percent (100%) of the Contract price as security for the faithful performanvie of this Contract. rnve Contractor shall also furnish a separate w-rety band in an amount at least equal to one hundred percent (100%) of the contract price as security for the payment of all persons for furnishing materials, provisions, provender, or other sapplies, used in, upon, for or about the performance of the work contracted to be clone, or for performing ant( work or labor thereon of any kind, and for the payment of amounts due under the Unemployme., t Insurance Code with respect to such work or labor in connection with this Contract, and for the payment of a reasonable attorney's fee to be fixed Ly the court in case suit is brought upon the bond. 18. INSURANCE. The Contract shall not commence work under this Contract until he has obtained all insurance required by the City, nor shall the Contractor allow any subcontractor to commerce work on his subcontract until all similar insurance requi.-red of the subcontractor has been so obtained and approved. The Contractor shall furnish the City with satisfactory proof of the carriage 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 insurance required of the Contractor under this contract shall also contain an endorsement providing that thirty (30) slays' notice moist be given in writing to the City of any pending change in the 'limits of liability or of any cancellation or modification of the policy. (a) WDRIW I S OWENSATION INSURANCE .AND EMPLOYER I S LTABILXI'Y INSURANCE. The Contractor shall take out and maintain during the life of this Contract Worker's Compensation Insurance and Employer's Liability Insixanoe for all of his employees employee at the site of the project aril, in case any work is sublet, the Contractor shall require the subcontractor 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 following certification, required by Section 1861 of the Labor code: "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 campensatiaa i or to undertake self insurance in accordance with the provisions of the Code, and I will fly with such provisions before ocmnencing the performance of the words, of this contract". 5 (b) r iABn rry msupmc . The Contractor shall take out and maintain during the life of this Contract such Bodily Injury Liability and Property Damage Liability T.nsuanee as shall protect hire end any performing work covered by this Contract from claims for prey fie, includuq third-party property damage, to include coverage on property in the care, custody and control of the Contractor, and a',so excluding what are commonly known as the "X, C, and V, exclusicais (having to do with blasting, collapse, and underground propm ty damage), which may arise from Contractor's operations under thus Contract, uthether such operations be by himself or by any subcontractor or by anyone directly or indirectly employed by either Of then and the am xmts of sudh insurance shall be as follows: Bodily Injury Liability Instmance in an amourrc not less than $500,000.00 for injuries, including accidental death, to any one person, and subject to the same limit for each person, in an amount not less than $1,000,000.00 on account of one accident, and Property Damage Liability insurance in an amount not less than $250,000.00. The City and its officers and employees, shall be named as additional insureds on any such policies of insurance, which shall also contain a provision that the nsuranoe afforded thereby to the City, its officers and employees, shall be primary insurance 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 excess insurance only. 19. HOM MT4ffXSS. The Contractor will save, keep, and hold harmless the City and all officers, employees, and agents thereof from all damages, costs, or expenses, in law or in equity, 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 ratent 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. Notwithstanding the above, 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, anal barriers as may be required to protect the public. The provisions of the preceding sentence shall not impose any liability upon the r.°ity and are for the express benefit of the general public. 20. HOURS OF WORK. Eight hours of labor during any one calendar day and forty hours- of labor during any one calendar week shall constitute the maxJumm► 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 subcontractor or subcontractors under this Contract, upon the work or upon any part of the work contemplated by this Contract, shall be rwpaired or per nutted to work thereon more than eight hours during any one -calendar day and forty hours during any one calendar week, except, as provided by Section 1815 of the Labor Code of the State of C alifcania, work performed by employees of Contractors in excess of eight hours per day zind forty hours during any cm week stall be permitted upon public work upon motion for all hours worked in excess of aight 6 tan-s per day at not less than one and one-half tip the basic rate of pay. It is further expressly stipulated that for each and every violation of Sections 1811-1815, inclusive, of the Labor Cade of the State of California, all the provisions whereof are deeveed to be incorporated herein, the Contractor shall forfeit, as a penalty to the City, twenty-five dollar: ($25.00) for ea&. laborer, worker, or mehani.c employed in the execution of this Contract by Contractor, or by any subcontractor under this Contract, for each calendar day during which said laborer, worker, or mechanic is required or permitted to work more than eight hours in any one calendar day and forty hours in any one calendar week in violation of the p-ovisions of said sections of the Labor Code. The C.ontracl"- , and each subcontrp-:tor, shall keep an a=wate record showing the names of and actual hours worked each calendar day & d each calendar week by all laborers, workmen, and mechanics employed by him in connection with the work oontenplated by this .]contract, which record shall be open at all reasonable hours lot the hispection of the City of its officers or agents and to the Division 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 general prevailing rate of per diem wages and rates for holidays and overtime in the locality in which this work is to be performed, for each daft, classification, or type of laborer, workman, or mechanic needed to execute this Contract. The prevailing wages so determined are set forth in the Specifications and wade a part hereof. Neither the notice inviting bids nor this Contract shall constitute a representation of fact as to the prevailing wage rates upon which the Contractor or any subcontractor under him may base any claim against the City. 1776. (a) Each Contractor and subeont,.ractor shall keep an accurate payroll record, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her connection with the public work. (b) The payroll records enumerated under subdivision (a) shall be certified and shall be available for inspection at all reasonable hours at the principal office of the Contractor on the following basis: (1) A certified copy of an employee's payroll record shall be made available for inspection or furnished to such employee or his or her authorized representative on request. (2) A certified copy of all payroll records enumerated in subdivision (a) shall be made available for inspection or furnished upon request to a representative of the body awarding the contract, the Division of Labor Standards Enforcement and the Division of Apprenticeship Standards of the Department of Industrial Relations. (3) A certified copy of all payroll records ertumezated in subdivision (a) shall be made available upon request to the public for inspection or copies thereof made, provided, howe'jex, that a request by the public shall be made through either the body awarding the contract, the Division of Apprenticeship Standards, or the Division of Labor 7 Standards Enfartsnt. The public shall not be given access to such records at the principal office of the contractor. (c) Each Contractor shall file a certified copy of the records enumerated in subdivision (a) with the entity that requested such records within ten (10) days after receipt of a written request. (d) Any copy or records made available for inspection as copies and furnished upon rest to the public or any public agency by the awarding bids, the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement shall be marked or obliterated in such a manner as to prevent disclosure of an individual°s name, address and social security number. The nnm m and address of the Contractor awarded the contract or performing the contract shall not be marked or obliterated. (e) The --It r shall inform the body awarding the contract of the location of the records ennzwrated under subdivision (a), including the street address, city and county and shall, within five working days, provide a notice of a change of location and address. (f) In the evennt, of r liannoe with the requirements of this section, the Contractor shall i ave ten (10) days in which to comply subsogtient to receipt of written notice specifying in what respects such Contractor must comply with this section. should norccoplianoe still be evident after such ten (10) day period, the Contractor shall, as a penalty to the state of political subdivision, on whose behalf the contract is made or awarded, forfeit twenty-five dollars ($25.00) for each calendar day ar portion there-if, for each worker, until strict coupliance is effectuated. Upon the request of the Division of Apprenticeship Standards or the Division of Lases Standards Ernfarr�nentt, such penalties shall be withheld from PC ss payments then due. (g) The body awarding the contract shall cause to be inserted in the contract stipulations to effectuate this section. such stipulations shall fix the responsibility for compliance with this section on the prime Contractor. (h) The director shall adopt rules consistent with the California Public Records Act, (Ch. 3.5 (commencing with Section 6250) of Div. 7, Title 1. Gov. Ch.) and the Information Practices Act of 1977, (Title 1.8 (commencing with Sec. 1798) Pt. 4, Div. 3, Civ. C. governing the release of such records, including the establishment of reasonable fees to be charged to reproducing copies of records required by this section. (Added by Stats. 1978, Ch. 1249) . 1775.5 Nothing in this chapter shall prevent the employment of properly registered apprentices upon public work. Every such apprentice shall be paid the Standard wage paid to apprentices under the regul -ions of the craft or trade at which he is employed, and shall be sTloyed only at the work of the craft or trade to which he is registered. 8 Only apt entives, as clef ink in Section 3077, who are in training urrler apprenticeship standards and written apprentice agreements under Chapter 4 (Commencing with Section 3070) , Division 3, of the Labor Code, are eligible to be employed on public works. The employment and training of each apprentice shall be in a000rdarwe witi, the provisions of the apprenticeship standards and apprentice agreements under which he is training. When the Contractor to wham the contract is awarded by the State or any political subdivision, or any subcontractor under him, in performing 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 admini-terang the apprenticeship standards of the craft or trade in the area of the site or the public work for certificate approving the Contractor or subcontractor under the apprenticeship standards for the employment and training 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 Administrator of Apprenticeship. The joint apprenticeship or Committeess, subsequent to approving the subject contractor or subcontractor, shall arrange for the dispatch of apprentices to the Contractor or subcontractor in ordQx to comply with this section. There shall be an affirmative duty upon the joint apprenticeship committee or committees administering the apprenticeship standards of the craft or trade in the area of the site of the public work to ensure equal employment and affirmative 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 already coven by the local apprenticeship standards. The ratio of apprentices to journeymen who shall be employed in the craft or trade on the public work may be the ratio stipulated in the apprenticeship standards Lander which the joint apprenticeship eaemmittee operates but in no case shall the ratio be less than one apprentice for each five jounteymen, except as otherwise, provided in this section. The contractor or subcontractor, if he is covered by this sei-Lion, upon the issuance of the approval certificate, or if he has been previously approved in such craft or trade, shall emplc+y the number of apprentices or the ratio of apprentices to journeymen stipulated in the apprenticeship standards. Upon proper showing by the contractor that he ploys apprentices in such craft or trade in the state on all of this contract on an annual average of not less than one apprentice to each five journeymen, the Division of Apprenticeship Standards may grant a certificate exerting the contractor for the 1-to-5 ratio as set forth in this section. 'This section shall not apply to contracts of general contractors involving less than thirty thousand ($30,000.00) or twenty (20) working days or to contracts of specialty contractors not bidding ,for work throe h a general or prime Contractor, involving less than two Viousand dollars 11$2,000.00) or fewer than five (5) working days. "Apprenticeable craft or trade," as used in this secticin, shall mean a craft or trade determined as an apprenticeable ration in accordance with rules and regulations prescribed by the ARa vxTticeship council. The joint apprenticeship committee shall have the discretion to grant a 9 certificate, which shall be subject to the appioval of the Adn nistrator of Ahrenticeship, exeg3tinq a omAxactar from the 1-to-5 ratio set forth in this section when it finds that any orm of the following conditions are met: (a) In the event unemployment for the previous three month period in such area ems an average of 15 percent, or (b) In tha event the number of apprentices in training in such area exceeds a ratio of 1-to-5, or (c) If there is a showing that the apprenticeable craft or trade is replaci.ng at least one-thirtieth of its journeymen annually through appren+:ioeship training, either (1) ai a statewide basis, or (2) on a local basis. (d) If assignment of an apprentice to any work performed under a public works contract would crate a condition which would jeopardize his life or the life, safety, or property of fellow emloyees of the public at large if the specific task to which the apprent is to be assigned is of such a nature that training cannot be provided by a journeyman. Mien such exemptiortis are granted to an organization which represents Contractors in a specific trade from the 1 to 5 ratio on a local or statewide basis the member oontractors will not be required to submit individual applications for apprrnal to local joint apprenticeship cormnittees, provided they are already covered by the local apprenticeship standards. A amitractor to whom the contract is awarded, or any subcontractor under him, who, in performing any of the work, under the contract, employs journeymen or apprentices in any apprF:ntiaeable craft or trade and who is not contributing to a fund or funds to administer and conduct the apprenticeship program in any such craft or trade in the area of the site of the public work, to which fund or funds other Contractors in the area of the site of the public work are contributing, shall contribute to the fund or funds in each craft or trade in which he eiq:)loys journeymen or apprentices on the public work in the same amount or upon the same basis and in the same manner as the other Contractors do, but where the trust fund administrators are unable to accept such funds, Contractors not signatory to the trust agreement shall pay a like amount to the California Apprenticeship Council. The Contractor or subcontractor may add the amount of such contributions in cuing his bid for the contract. The Division of Labor Standards Enforcement is authorized to enforce the payment of such contributions to the fund or funds as set forth in Section 227. The body awarding the contract shall cause to be inserted in the contract stipulations to effectuate this section. Such stipulations shall fix the responsibility of ompliance with this section for all apprenticeable occupations with the prime contractor. All decisions of the joint apprenticeship c mmittee under th).s section are subject to the provisions of. Section 3081. (Amended by Stats. 1976, Ch. 1179) 10 1777.6 It stall be unlawful for an employer of a labor union to refuse to accept otherwise qualified employees as registered apprentices on any public works, on the ground of the rave, religious creed, color, national origin, arCestrl, sex, or age, except: as provided in Section 3077, of such employee. (AmetxW by Stat. 1976, Ch. 1179) 1777.7 (a) In the event a Contractor willfully fails to comply with the provisions of Section 1777.5, such Contractor shall: (1) Be denied the right to bid on any public works contract for a period of one year from the date the determination of noiootcpliance is made by the Administrator of Apprenticeship; and (2) Forfeit as a civil penalty in the sum of fifty dollars ($50,00) for each calendar day of nonoomgpliance. Notwithstanding the provisions of Section 1727, upon receipt of such a determinaLion the awarding body shall withhold from contract progress payments then due or to become due such sum. (b) Any such determination shall be issued after a full investigation, a fair and impartial hearing, and reasonable notice thereof in accordance with reasonable rules and procedures prescribed by the California Apprenticeship Council. (c) Any funds withheld by the awarding body pursuant to this section shall be deposited in the general fund if the awarding body is a state entity, or in the equivalent fund of an awarding body if such awarding body is an entity other than the state. The iliterpretation and enforcement of SectiorLs 1777.5 and 1777.7 shall be in accordance with the rules and procedures of the California Apprenticeship Council. (Amended by Stats. 1978, Ch. 3249) . It shall be mandatory upon the Contractor, and upon any subcontractor under him, to pay not less than the said specified rates to all laborers, workmen, and mechanics employed in the execution of the Contract. It is further expressly stipulated that the Contractor shall, as a penalty to the City, forfeit twenty-five ($25.00) for each calendar day, or portion thereof, for each laborer, workman, or mechanic paid less than the stipulated prevailing rates for any work done under this Contract by him or by any subcontractor under work done under this Contract by him or by any subcontractor under him; and Contractor agrees to comply with all provisions of Section 1775 of the Labor Code. 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 such) for which no minimum wage rate is herein specified, the Contractor shall immediately notify the City, who will promptly thereafter determine the prevailing rate for such additional trade or oa;upation and shall furnish the Contractor with the inininum rate based thereon. The minis m► 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. 11 22. ACCIDERr PREIAWION. Precaution shall be excised at all times for the protection of persons (including employees) and property. The safety provisions of applicable laws, building and construction codes shall be observed. Ma.d,inery, 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. PAYS'. Payment will be made in accordance with the attached paymeM schedule. The City will make partial payment to the Contractor on the rasis of a duly certified approval esti*nate of the work performed and materials incorporated in the project, during the preening calendar mon'ch, by the Contractor, but the City will retain ten percent (10%) of Uva amount of each of said etstimates until the expiration of thirty-five (35) days frcn 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 test days, until the expiration of ninety-five (95) days after the acceptance of completion of such work of ii�rovement as evidenced by resolution of its governing body, at which time and not before, the City shall pay to the Contractor 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 manth, 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 fvxnish and deliver said certificates or any of them or in lieu thereof, the writing aforesaid, within ten (10) days after the time aforesaid, and after written demand has been made upon him for the same, the Contractor may file deneand with the City, and, in event said certificate, are not furnished within ten (10) days thereafter, the same shall became due and payable. In case the City's representative delivers the writing aforesaid, in lieu Of the certificates, then a compliance by the Contractor with the its of said writing shall entitle the Contractor to the certificates. The payment of progress payments by the City shall not be construed as an absolute acc:W any of the work done up to the time of such payments, but the entire work is to be subjected to the inspection and approval of the City, and subject to whatever inspection and approval may be required by law. 24. PRDr'=CN OF PUBLIC UrILXrM. The City shall be responsible as between the parties to this Contract only, for the removal, relocation, or Protection of Existing public utilities, if any, located on the site 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 compensate the Contractor for costs incurred in 12 relocating or mooring damage to utility facilities riot indicated in the Plans and Specifications, other than service laterals when the pro�enoe of such utilities on the construction site can be inferred from the pxv---Amm of such visible facilities as buildings, and meters and junction boxes on, or adjacent to, the construction site. The Contractor shall not be assessed liquidated damages for delay in completion of the Contract project, as provided in Paragraph 27 below, when such delay is caused bl the failure of the City, or other public utility, to provide for the removal or relocation of the existing utility facilities. If the Contractor while performing the Contract discovers utility facilities not identified by the City in the Contract plans and Specifications, the service laterals as hereinabove described, he shall immediately notify the city in writing. 25. 0O TTRAC7MIS R iSIBILITY FAR THE WORK. The Oantractor shall not be responsible for the cost of repairing or restoring damage to the work caused by an Act of God. NWMMMESS, the Contractor shall, if the insurance premiums a separate bid item, obtain the insurance to indemnify the City for any damage to the work caused by an Act of God. "Acts of God" shall include only the following occurrences or conditions and effects: earthquakes and tidal waves, when such occurrences or conditions and effects have been proclaimed a disaster or state of emergency by the Governor of the State of California or by the President of the United States, or were of a magnitude at the site of the work sufficient to have caused a proclamation of disaster or state of emergency having occurred in a populated area. Subject to the foregoing, the City shall not, in any way or manner, be answerable or suffer loss, damage, expense or liability for any loss or damage that may happen to said building, work, or equipment or any part thereof, or in, on, or about the same during its eanstnuction and before acceptance. 26. CUMRACTOR°S GLMRAN M. ?he Contractor unqualifiedly guarantees the first-class quality of all workmanship and of all materials, apparatus, and equipment used or installed by hum 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 Flans 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 (1) year of the date of acceptan=c- of ocmpletion of this Contract by the City, the Contractor will forthwith rem9dy such defects without cost to the City. 27. LIQUIDATED DAMAGES. Time shall be of the essence of this C=*xact. 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 liable to the City for liquidated damages in the sum of $1W.00 (Cne Bknxkmd Fifty Dollars) for each and every calendar day during which said work shall remain uncompleted beyond such time for eonpletien or unlawful extension thereof, which sum shall be presumed to be the amount of damage thereby sustained by the City since it would be impracticable or extremely difficult to fix be deducted by the City from moneys due the Contractor hereunder, or his assigns and successors at the time of oaupletion, and his sureties shall be liable to the City any excess. 28. ADDITIONAL PROVISIONS. None 13 ft STATE OF CALIFORNIA On this...... 10 th......day of•......Jun.e.....................in the year COUNTY OF.....San Mateo ss. ....... 1....?........................................................before me, ............ Nancy_c y„ ...... . . ...........,....,a Notary Public,State of California, duly licensed and sworn,personally appeared.................................. .....Lu 9?..4.P.Qtte..........................................I........ , « HtlOiR9B9iBHtRROCTRlt3RRRUtip^,R�i�tHiWlit personally known to me(or proved to me on the basis of satisfactory evidence) 'e MG 6 s to be the person who executed the within instrument as...2.res.ident.•••. ,IN" 11 LUC-CALIFORN1A� or on behalf of the corporation therein named and acknowledged to me that ;,;C c*,,L OFFICE IN S such corporation executed the within instrument pursuant to its by-laws or a - I I U COUNTY �� resolution of its board of directors. P,1y mi3 July 20, 1994 "' 1N WITNESS WHEREOF l have hereunto set my hand and affixed my official seal in the...State•.of...C A.....,County Of...Sa.1j..pga•teo i "m«tenq agaeaawm•^K^ ww. �� wmme ............................odthtt date set forth above in-this certificate. uMSALllalu did 41 M wa,a U.C.4 an.a1 a tub wwe Im Q. IXIOW of an worrol panty ty am W nutie any wanauy u ap�eea eI a.aa a N*e0 vw .a k10 rmy A a1,powson w ua,suaawa,m uww 1—n an,,µa:aa^aaa�,a., Notary Public,State of California Cowdery's Form No. 28—Acknowledgement to Notary Public— - Corpurutiun(C. C.Secs. 1190-1190.11— 41tev. 1/83) My commission expires P. O. No. IN WI'TST W VHMWF, the parties hwve aa=ted t Us Cm*ract, in duplicate, the day and year first hereinabave written. CITY OF tXTgublic Approved as to farm City A Dir ctor, ofrks Date 6/121.92 C50NIRACMR: By: /1L ` 77 Notary acknowledgment required. If a corporation, corporate seal and corporate notary acknowledgment required. Project Name and Number: HMMCRP BMW I&EIATYM, PFMB= 92-9W1 C ont ra&=Is Name: GMM HAY CYmmsm1'I(I i, M. Contractor's Address: 1200 XmDu9nuAL a=, SM= i1, SDI QiYUffi, C& 94070 • Contract Amount: $31,M (MdrLy COe '1 bmxmd One Bm2ved Pifty ®al 7ms Contract Account Number: 220-9401"'9W t . r 14 1992 tPrrAL n v xrr P QUAHrrrIm ayr OFF DATE CHEKK RELEASE DITE FRIDAY 5:00 PH FRMAY JANUARY 10 JANUARY 24 FEERtlARY 'J 20 MAIni 6 FP". 30 APRIL 3 APRIL 17 MY MAY15 MAY 28 JU E 12 JUNE 26 JULY 10 JULY 24 AUGWr 7 AUGUST 21 4 • SE'P'rEMBER 18 OCIZBER 2 OCI0HER 16 OCIOBER 30 NOVEMBER 13 NOVEMBER 25 DECEMBER 11 DECE MBER 23 li CITY OF CUPERrINO t INTERDEPARTMENTAL Date JU'3E 22, 1992 To CITY CLERK From PUBLIC WORKS--SUNI ❑ Information MESSAGE; HANDICAP RAMP INSTALLATION (INFORMAL BID PROCESS_ 0 Implement PROJECT 92-9401 D Investigate ❑ Invests TRANSMITTED FOR YOUR RECORDS:Dis ❑ See me 1. ONE COPY OF CONTRACT — ❑ Reply 2. ONE COPY EACH OF FAITHFUL PERFORMANCE BOND AND LABOR AND MATERIAL BOND 3. CERTIFICATE OF INSURANCE, 6/9/92.^ Reply;_---- sm -- attach. SIGNED: DATE Forward part I Retain part 2 STATE OF CALIFORNIA On this.. 10 th day of.....Junq... ...................in the year COUNTYOF....San Mateo....... .............9,g2....... ............................................befomme, ......N,anc_y..Ce, ,i1,,,,,,,,,,,,,,,,,,a Notary Public,State ofCalifornia, duly licensed and sworn,personally appeared.................................. ........ u�,9. ..Z4nette................................................. »>saer�s®ne.e�uaaa.o.erruew,:.�. personally known to me(or proved to me on the basis of satisfactory evidence) V"raNCY C;XIL to be the person who executed the within instrument as...President or on behalf of the corporation therein named and acknowledged to me that � �,•:Y�`'w-. rJC7t•.r,Y PUBLIC-CALIFORNIA'- t;a P,.tr�CIPAL OFFICE IN r such corporation sxecuted the within instrument pursuant to its by-laws or a SAN):ATEO COUNTY resolution of its board of directors. My Commission Expires.July 20, 1990 affixed IN WITNESS WHEREOF I have hereunto set my hand and axed eartwneaeauooaoaereuatoao6tuelf a e my official seal in the.....S.tA tQ ..Q4..C�...,County of.54lA.A..Ma.t...4... U"ooc�rrwu s W"a c�tl�+ awl to pow for own anv+. ••....•. I.On.the date net forth abovg in this certificate. rrrsa�mu am o ro rer rn.or s rerrow a a.��rcauwe b er I ) d fi anw a w�aeanrr(ro PacM awa ra mru+ro�uremy wtrr�eDrwe ea rtepine�7 n W Yr i r �{` f�.) i)6 `_�.r +a vfy d any F.wdan W ur wmtla►a urea tor ro n.np ewe roruacuun N rye P#icc, State of Culi{ornl Cowdery's Form No.20—Acknowledgement to Notary Public— ,!'ir} Corporation(C.C.Seca. 1190-1190.11—(Rev. 1183) My commission expires C� ATTORNEY IN FACT ACKNOWLEDGMENT STATE OF CALIFORNIA County of.....................SA.T1 --male.0............ On this..............................I.Q.th.......................day of ......... in the year ........................--.—......before me.a Notary Public in and for said ......................................5an-Mateo..................... ................................................County,State of California.residing therein,duly commissioned and sworn,personally appeared--------- —..X]personally known to me,[:]proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to this instrument as the attorney in fact of._._H a rtf n rd-Fire-1nsur-anc?-1nmpwV............__ and acknowledged to me that K he 0 she subscribed the name of as surety, and K]his F1 her own name as attorney in fact IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official sea), the day and year stated in this certificate above .............. ............ ............. rjP.r1r-(.Y CECIL a Notary Public n. :.IC-CALIFORNIA My commissi 4-............. i' PAI ( FFICE IN on expires ................... CC)COUNTY July 20, 1909'4 t Executed in Duplicate Bond No. 5097953 Premium: S467 for term F""I UE. PEki ORIMANCE BOND KNOW' :1 .L `lE:; BY THESE PU SENTS: THAT :dl:, GOLDEN BAY CONSTRUCTION, INC. :is Pr i.ncipa l and HARTFORD FIRE `INSURANCE COMPANY as Surety are held and firmly bound unto the City of Cupertino, Srate of California, in thu suwn of Thirty one thousand - one hundred and fifty and' no/100ths. Dollars ( , 31.150_Q0 ) 1,1�. i ui wuu,v of the United State;, for the payment Of which will and truly to be made, we bind ourselves, our heirs, executors, succeSsors and assigns, jointly :ind severally, firmly by these presents. THE CONDITION of I-he above obligation is such that, WHEREAS, the Print i pal 11-A." L-111 ored into :► contract dated June 10, 1992 with the Ob Ligee to do and perform the following; work to-wit: Installina handicap ramps Project 92-9401 NOW, THEREFORE, if the said Principal shall well. and truly perform the work !ncracted to be erformed 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 10th day of June 1992 (To be signed by Principal and Suretv and acknowledgment.. ) GOLDEN BAY CONSTRUCi10N, INC. Princi 1 HARTFORD FIRE INSURANCE COMPANY Surety ,s is i Rich WassalI , et dray=iir,-Fct A The above bond is acce;,ted and approved this day of 19 HARTFORD FIRE INSURANCE COMPANY Hartford.Carrroettcut POWER OF ATTORNEY Know all men by thew Presents. That the HI RTFORD FIRE INSURANCE COMPANY a Corporation curt'oroan,rea under the laws of the State of Connecticut,and having Its pnrv_'ma?office in the City of Hartford, County of Hartford. State of Connectirut,does hereby make.constitute and appoint :CFi \SSALL If S.AN A,9TEO, CALIFOR-NIA its true and lawful Attomev(s)-in-pact, wltn full power and authority to each of said Attorneyis)-in•Fact, in their separate capacity tf more man one is named above,to sign,execute and acknowledge any and ail bonds and undertakings ano other writings obltgatory in the nature thereof on behalf of the Company s business of guaranteeing the fidelity of persons holding places of public or private trust: guaranteeing the performance of contracts other than insurance policies: guaranteeing the performance at insurance contracts where surety bonds are accepted by states and municipalities. and executing or guaranteeing bonds and undertakings required or permitted in all actions or proceedings or by taw allowed, and to bind the HARTFORD FIRE INSURANCE COMPANY thereby as fully and to the same extent as it such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the HARTFORD FIRE INSURANCE COMPANY and sealed and attested by one other of such Officers.and hereby ratifies and confirms all that Its said Attorneys)-in-Fact may do in pursuance hereof. This power of attorney Is granted by and under authority of the following provisions: ,I I By-Laws adopted by the Stockholders of the HARTFORD FIRE INSURANCE COMPANY at a meeting duly called and held on the 9th day of March, 1971, ARTICLE IV SECTION 6 The President o!any Vice-President aci.nd win any Secretary of Assistant Secretary.snEb have Dower and autnonry to appoint 'or ei ouroos onry of executing and attestino oonds and Waenaangs and other writings ool,oatorV in the nature thereof.one or more Residen!Vice-Pres aerits. =esiaeni Assistant SeC+eian9S and AlTomevS.,n-Fam and at any time to remo,.e any such Resident Vice-Presioeni.Reaidenl Assistant.Secretary.or z.Lio!nev-In-Fact.and revoke the power and aufhOnty given to him. SECTION 11 AttomevS-in-Fact snail have Dower and autnonty,subject to the terms and hmilamns.of the Dower of attorney issued to them to ei&cute and delr.,er on Denali of Ins Comoany and io attach the seal of Ins ComDanv thereto any and all bonds and undertakings and other wrltinOs aDligatory it Ina nature thereof,and any such instrument executed by any such.Attorney-in-Fact snail be as DI WIN upon the Comoany,as tt wined oy an�.xecuvvo Officer and sealed and anteted oy one Other Of such OmCerc. (2)Excerpt from the Minutes of a meeting of the Board of Oirectors of the HARTFORD FIRE INSURANCE COMPANY ouly called and held on the 1 tth day of June. 1976: RESOLVED Robert N.H Serfew Assistant vice-Presaent,snail nave,as long as ne holds such office,the same Dower as any Vice-Presklent under Sections 6.7 and tl of ArrUe IV of the ay-Laws of me Company. This power of attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Directors of the HARTFORD FIRE INSURANCE COMPANY at a meeting duly called and held on the 6th day of August. 1976. RESOLVED,that,whereat,Robert N.H.Serer Assistant Vice-Presdent,acting with any Secretary or Assistant Secretary,has me Dower and authority.as long as he holds such office,to appoint by a Dower of attorney.for ourooses only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,Ore or more Resident Vice-Presaents.Asshs, i Secretaries and Attorneys-in-Far': Now,therefore.the signatures of such Officers and me seat of the Company me,ve affixed to any such Dower of attorney or to any cemflcate relating thereto oy facsimile,and any such Dower of attomev or certificate bearing such lacsimte signatures or tacwmile seat snail De valid and binding uDon the ComDanv and any such Dower so executed and certified by facsinile signatures and facsimile seal shall De valid and binding upon the Compani in the future with resDect to any Dona or unoortaking to wnicn it Is aiacthem It, Witness Whereof, the HAHTFOHD �:iRE ;N'SURANCE COMPANY has caused these presents to be signed by its Assistant Vice-President. and its corporate seal to be hereto affixed. duly attested by its Secretary this 22nd day of August 1990. HARTFORD FIRE INSURANCE COMPANY Attest: Richard R.Hermanson Secretary Robert N H Serer STATE OF CONNECTICUT Assistant Vice-Presidenr COUNTY OF HARTFORD ` ss On this 22nd day of August.A.D. 1990.before ma personally came Robert N.H.Saner,to me known,who being by me duly sworn, did depose and says that he resides in the County of Hartford. Stale of Connecticut: that he is the Assistant Vice-President of the HARTFORD FIRE INSURANCE COMPANY, the corporation described in and which executed the above instrument: that he knows the seal of the said corporation: that the seal affixed to the said instrument is such corporate seal:that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. STATE OF CONNECTICUT } l is Jean H.Wotm lk COUNTY OF HARTFORD , �. Notary Public -�r—r My Comrnrasgn Expues March 31.tees CEIRTIRCATE 1.the undersigned,Assistant Secretary of the HARTFORD FIRE INSURANCE COMPANY,a Connecticut Corporation. DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been -evoked and furthermore that the Resolutions of the Boerd of Directors set forth in the Power or Attorney are now in force Signed and sealed at the C,tv of Hartford Dated the 10th cav of June t9 92 ��_,� �ssrstarr�e:✓etan, Form 5-3507.5 (HF) �•�+e _ • Executed in bUDiica.te_ Bond No. 5OR1953 Premium: Included in Performance Bond LABOR AND MATERIAL BOND KNOW ALL MI:N BY THESE PRESENT: WHEREAS, the City of Cupertino, State of Calitornia, and GOLDEN BAY CONSTRUCTION, 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 particulari.y 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 HARTFORD FIRE INSURANCE COMPANY as Surety, firmly bind ourselves, our executors, administrators, successors and assigns, jointly and severally, unto the City of Cupertino, and any and all materialmen, persons, companies, or corporations furnishing materials, provisions, provender or other supplies used in, upon, for or 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 persons, 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 Thirty one thousand - one hundred fifty and no/100ths. ($ 31,150.00 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 attor.ney`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. STATE OF CALIFORNIA On this....l O th.,,....,day of.........June....................in the year SanMateo SS. .........199 .......................2....................... ..... ...before me, COUNTY OF.... ..................... Nancy...CeG l.l................,a Notary Public,State of California, e duly licensed and sworn,personally appeared.................................. .......Luigi..Zane.tte................................................... avuue+asuroeeooNaeaaaewou�a�o�eaucmesc� personally known to me(or proved to me on the basis of satisfactory evidence) + a r1C,' CECI to be the person who executed the within instrument as...Br•Qs dent� + C��C-{:ALIFCRN! = or on behalf of the corporation therein named and acknowledged to me that z- 01 FICE IN such corporation executed the within instrument pursuant to its by-laws or a _)CGUNTY 9 resolution of its board of directors. JI:ly M, 19iX .........:..::uuaaas�su�o 1N WITNESS WHEREOF I have hereunto set my hand and affixed my official seal in the..State..of..CA..•.. ,County of.. San Mateo rns docutneta,sudya{tanetal to—wna:n n,ar tw wxgwt toy use-n su pw ............................ ...,.-{un the date set forth above in this certificate. VanaapNps atd m tW war dLYS.er IS tMenOeQ to dCi as a luDselule tut Vte % �/1 1/ eOvice d an attanreY.Tn pegm Wes not mane any warranty nehet e.press Of u,Ow d as to 1" _1_l,7 1!_ 1 - "w valoty W any ptovtsWn w the S IdD ty nt flaw­ M any Spun¢Yarts0.lron Votary Public, State of California Cowdery's Form No. 28—Acknowledgement to Notary P:iblic — j�,4� Corporation(C.C.Secs. 1190-1190.11--IRev. 1!83) My commission expires ' ''�'� �� (. t ATTORNEY IN FACT ACKNOWLEDGMENT STATE OF CALIIF�RN'n Aateo County of ; 10th June 1992 On this...... Sih Riti6'­­ day of...................—....... in the year . .........................................before nic,a Notary Public in and for said ­........................R'l 6h-­-V&�-�-61-1.................................................................-...........County.State of California.residing therein.duly commissioned and sworn,personally appeared .......--,*"-*----,.--.K]personafly known to Int,[:]proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to this instrument as the attorney in fact of liar Insurance Q M tf ord_-Ei n -re- ------- and acknowledged to me that R3 be 0 sin subscribed the name of Hartfo-rd—Fire as surety, and C1 his[:]her own name as attorney in fact. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seat, the day and year stated in this certificate above, 1ltaes>muueAsse>!uaaeonanoaenrtnottntoeantatuauR J.' .......... .. ........ VPJ'JCy CECIL Notary Public N0rAi*-%Y i'UULIC-CAL IFORNIA KIINCIPAL OFFICE IN z My commission expires ........ S AN M. ATEO COUNTY Commission Expires July 2o, 1994 Labor and Material Bond Page 2 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 ..iny 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 i:.strument has been duly executed by the Principal and Surety this loth day of June 2 19 92' DEN kl) Y CONSTRUCTION, IN . (To be signed by Principal ✓ Pri► 1paI and Surety. Notary acknowledgments required.) HARTFORD FIRE INSURANCE COMPANY Surety By: Rich Wassall , A' ey-in- act The above bond is accepted and approved this day of 19 6/17/S5 HARTFORD FIRE INSURANCE COMPANY . Hrrrtnbrtl.connsctecut POWER OF ATTORNEY Know all men by these Presents, That the HARTFORD FIRE INSURANCE COMPANY a corporation duty organ+zee under rhet laws,-lf the State of Connecticut,and having its principal office in the City of Hartford, County of Hartforc State of Connecttcut, does nereby make.constitute and appoint its true and lawful Attomeytsl-in-Fact, with full power ano authority to each of said Aftomey(5)-m-Fact, in their separate Capacity it more than one is named above,to sign,execute and acknowteoge any and all bonds and undertakings and other writings obligatory in the nature thereof on oehatt of the Company in its business of guaranteeing the fidelity of persons holding places of public or private trust; guaranteeing the performance of contracts other than insurance policies: guaranteeing the performance of insurance contracts where surety bonds are accepted by states and municipalities.and executing or guaranteeing bonds and undertakings required or permmed in all actions or proceedings or by law allowed. and to bind the HARTFORD FIRE INSURANCE COMPANY thereby as Cully and to the same extent as it such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the HARTFORD FIRE INSURANCE COMPANY and seated and attested by one other of such Officers,and hereby ratifiers and confirms all that its said Attorney(s)-in-Fact may do in pursuance hereof. This power of attorney is granted by and under authonty of the following provisions: t 1)By-Laws adopted by the Stockholders of the HARTFORD FIRE INSURANCE COMPANY at a meeting duly called and held on the 9th day of March, 1971. ARTICLE IV SECTION 8.The President or anv Vica-President acting with anv Secretary or Assistant Secretary,small have power ano authonry to appoint for curooses oniv of executing ana anestino dons ana unaertai in is ana other writings ootigatory in the nature inereot.one or more Resident Vice-Presidents. es went Assistant Secretaries ano Anornevs-m-Fact ano at any time to remove anv sucn Resident Vice-President,Resident Assistant Secretary,or Ahornev-in,Fact,ana revoxe me Dower ano allthofltV given to him SECTION t t Artdrmevs-mn FEict snail have Do"t and autnom.suoiect in ino tents ana limitations of the tower of attorney issueo to them ie execute ana oeliver on Dehalf of me Companv and to anon the seal of the Company inerreto any ana all bonds ana undertakings,ano other wntings colviory in the nature mereot ano anv such instrument executed by any such Attorney-in-Fact snail De as binding upon the Company as it stoned ov an executive Officer ano sealed one anesteo py one other at such Officers 12)Excerpt from the Minutes of a meeting of the Board of Directors of the HARTFORD FIRE INSURANCE COMPANY duly called and held on the 11th day of June. 1976: RESOLVED,Robert N.H.Senor.Assistant vice-Presdent.snail have,as long as tie rotas such office,me same power as any Vice-President under Sections 6.7 ano 8 of Arbcio IV of the By-Laws of me Company. This power of attorney is signed and seated by facsimile under and by the authority of the following Resolution adopted by the Directors of the HARTFORD FIRE INSURANCE COMPANY at a meeting duly called and held on the 6th day of August. 1976. RESOLVED.flat,whereas Robert N.H.Senor.Assistant Vice-President,acting wdh anv Secretary or Assistant Secretary.has me power ano authority.as long as he holds such once.to appoint by a power of attorney,for purposes oniy of executing and attesting bonds and unaenakirgs ana omer writings coligatory in the nature thereof,one or more Resident Vtce-Prestoonts,Assistant Secretaries and Artomerys-in-Fad:. Now,therefore,the signatures of sucn Officers ano the seal of the Company may be affixed to any such rower of attorney or to any certificate relating thereto ov tacsiillife,ana any sucn power of attorney or certificate offering sucn tacstlhile signatures or facsimile seal small be valid ano b.mma upon the Company ano any such power so executea ano certified by facsimile signatures ano facsimile seal small be vale and binding upon the Company in the future with!aspect to any fond or undertaking to wh!ch it is attached. In Witness Whereof, the HARTFORD FIRE INSURANCE COMPANY has caused these presents to be signed by its Assistant Vice-President, and its corporate seal to be hereto affixed, duly attested by its Secretary, this 22nd day of August 1990. HARTFORD FIRE INSURANCE COMPANY Attest: Richard R Hermanson Secretary Robert N H Senor STATE OF CONNECTICUT + =' Assistant vice-Presroenr ss COUNTY OF HARTFORD S On this 22nd day of August.A.D. 1990,before ma personally came Robert N.H.Saner,to me known,who being by me duly swom, did depose and Say: that he resides in the County of Hartford. State of Connecticut: that he is the Assistant Vice-President of the HARTFORD FIRE INSURANCE COMPANY, the corporation described in and which executed the above instrument; tnat he knows the seat of the said corporation; that the seat affixed to the said instrument is such corporate seal:that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. STATE OF CONNECTICUT '��% Joan H.wdzniak COUNTY OF HARTFORD i f'ol"Hippo My OorivruSgwrt Expires month 31,1"4 CERTIFICATE I,the undersigned,Assistant Secretary of the HARTFORD FIRE INSURANCE COMPANY,a Connecticut Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF.ATTORNEY remains in full force and has not been "4"oG.ed and furthermore that the Resolutions or the Board of Directors set f(rth in the Power of Attorney are now in force Signed and sealed at the City of Hartford Dated the loth %y of June 1992 Form S-3507.5 (HF) ri i ieC _ -- iBSU£DATE W1uxtryY s' m PRODUCER THIS CERTIFICATE IS ISSUED AS A NATTER OF INFORWATWN ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE It=ER.TitIS,CERTIFICATE AN D R E I N I AND COMPANY DOES NOT AMEND,EICTEND OR ALTER THE COVERAGE AFFORDED BY THE. 220 WEST 20TH AVENUE POMMES BELOW, SAN MATEO, CA 94403 COMPANIES AFFORDING COVERAGE (415) 573 — 1111 COMPANv LETTER A TRANSAMERICA INSURANCE COMPANY COMPANY 13 INSURED LST7ER PACIFIC COMPENSATION GOLDEN BAY CONSTRUCTION COMPANY 1200 INDUSTRIAL ROAD, STE 1 LETTER COMPANY SAN CARLOS, CA 94070 COMPANY LETTER COMPANY yam,* AY�i.� LETTER Y�rTi+,.7M741G��F'�" � i . , 'l i '4', Y•F' ,;� :� �� THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED)HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIh1S. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR DATE(MM1DDlYY) DATE(MM/DD/YY) GENERAL LIABILITY GENERAL.AGGREGATE $ 2 ,0Iffew A X COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG. $ 1,000,000 CLAIMS MADE X Occ,,. T731915337 5/26/92 5/26/93 PFFISONAL&ADV.INJURY $ 1,000,000 X OWNER'S&CONTRACTOR'S PROT. EACH OCCURRENCE $ 1,00 0,00 0 FIRE DAMAGE(Any one fire) $ 50,0 0 0 MED.EXPENSE(AnyI one person) S 5,-goo 'iiTOMOBILE LIABILITY A X ANY AUTO CA31915342 5/26/92 5/26/93 COMBINED SINGLE $ 1 ,000,000 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ X HIRED AUTOS BODILY INJURY X NUN-OWNLi,AUTOS (Per accident) $ GARAGE LIABILITY PROPERTY DAMAGE $ EXCESS LIABILITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM r^WORKER'S COMPENSATION STATUTORY LIMITS B WP-012627-92-04 3/15/92 3/15/93 EACH ACCIDENT $ 1 ,000,000 AND DISEASE—POLICY LIMIT $ 1,000,000 EMPLOYE.""LIABILITY DISEASE--EACH EMPLOYEE $ 1 ,000,000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONSIVENICLESISPECIAL ITEMS *EXCEPT WITH RESPECT TO NON—PAYMENT, WHICH IS 10 DAYS. AS RESPECTS: HANDICAP RAMP INSTALLATION PROJECT' 92-9401=< SHOULD ANY C,F THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF CUPERTINO ^ EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL 103010 TORRE AVENUE MAID ' DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THECU PER T Y N 0, CA 95014 LEFT, Ct#7f3C06XIKDtR?OGA�C�ft3f�CN�ts1ClX 4db�Qk1){�BQIO�7�lt�Q�A(9f�CN�[9i� iC� t AUTNORIPED REPRESENTATIVE — f HOLD HARMLESS AGREEMENT IT IS HER."BY UNDERSTOOD AND AGREED THAT THE CITY OF CUPE'RTINO AND THE EMPLOYEES OF THESE COMPANIES ARE HELD HARMLESS FROM ANY AND ALL CLAIMS, DEMANDS, SUITS OR LOSSES ASSERTED, MADE OR RECOVERED BY ANY PERSON ON ACCOUNT OF THE ACTS OR OMISSIONS OF CONTRACTOR OR CONTRACTOR'S AGENTS, SERVANTS OR EMPLOYEES HERE UNDER. RE: HANDICAP RAMP INSTALLATION PROJECT 92-9L01 INSURED: GOLDEN BAY CONSTRUCTION COMPANY