Loading...
HomeMy WebLinkAboutC-3946 - Replacement of Lithocrete on Palm StreetU TO: FROM: SUBJECT: ISSUE: r CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT r JUN Agenda Item No. 5 June 26, 2007 HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL Mark Harmon, Director of General Services Ext. 3055, mharmon(cDcity.newport- beach.ca.us Contract C-3946 - Replacement of Lithocrete on Palm Street Should the City repair damaged Lithocrete sidewalk on Palm Street in Balboa Village? RECOMMENDATION: • Authorize the City Manager to execute a contract with Shaw & Sons, Inc. of Costa Mesa in the amount of $33,639.00 to (1) replace 494 square feet of Lithocrete sidewalk at five locations on Palm Street in Balboa Village, and (2) enlarge the tree well at a sixth location. BACKGROUND: In July, 2003, the City completed Phase 2 of the Balboa Village project. Among the work included in this project was the installation of Lithocrete sidewalk on Palm Street between East Ocean Front and East Balboa Boulevard. Lithocrete is a patented concrete product selected for its finish, availability in various colors, and the ability to be installed in decorative patterns. Unfortunately, like any other concrete -based product, Lithocrete is still subject to damage from street trees. In the east side of the 100 block of Palm Street (between East Ocean Front and East Balboa Boulevard), the sidewalk surrounds six palm trees. As constructed, the sidewalk did not allow enough growth space for the pre- existing trees, and while these trees historically do not create the amount of damage as other species, roots from the trees have raised the sidewalk. Attachment 1 is a map showing the locations of the work. General Services Department staff have ground the sidewalk to mitigate tripping hazards, but we are at the point where the sidewalk requires replacement. • • Newport Coast Residential Defuse Collection Services June 12, 2007 Page 2 Due to the fact the product must be installed by an authorized installer, it cannot be performed by City Crews nor by a contractor in the annual sidewalk, curb, and gutter contract bid by the Public Works Department. Consequently, staff is seeking approval of a contract in the amount of $33,639.00 with Shaw and Sons, Inc. for the replacement of 494 square feet of Lithocrete around five palm trees and to hand cut the Lithocrete around the sixth tree to create a larger tree well. The material will be poured to allow larger tree wells around each of the trees, in order to prevent repeat damage as quickly. Due to the number of visitors this time of year in the Balboa Village, the work will commence in the fall. Financial Review There are sufficient funds in Account 3130 -8239 (Field Maintenance — Concrete Materials) to fund the project. Environmental Review This project does not require environmental review. Public Notice This agenda item may be noticed according to the Ralph M. Brown Act (72 hours in advance of the public meeting at which the City Council considers the item). Prepared by Mike Pisani Deputy General Services Director Attachment: 1) Map showing location of the proposed work Submitted General • • • • 0- -36t*� CONTRACT WITH SHAW AND SONS, INC. FOR INSTALLATION OF LITHOCRETE® SIDEWALK IN BALBOA VILLAGE THIS CONTRACT is made and entered into as of this a day of June, 2007, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation ( "City "), and SHAW & SONS, INC., a California corporation, whose principal place of business is 829 W. 17°i Street, Suite 5, Costa Mesa, California 92627 ( "Contractor "), and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. Contractor is a licensed Lithocrete® installer that has previously done work for the City. C. City is planning to replace portions of the Lithocrete® sidewalk at various locations in Balboa Village, which has been damaged by tree roots (the "Site "). D. City desires to engage Contractor to install 494 square feet of Lithocrete® sidewalk, construct five, four -inch Lithocrete® Sea Shell pattern templates, and hand -cut one six - inch palm tree well to match the opening of the new sea shell sizes at the Site ( "Project'). E. Contractor has examined the location of all proposed work, carefully reviewed and evaluated the specifications set forth by the City for the Project, and is familiar with all conditions relevant to the performance of services and has committed to perform all work required for the price specified in this Contract. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: SCOPE OF WORK Contractor shall provide.all the materials and perform all the services described in the Scope of Work attached hereto as Exhibit A and incorporated herein by this reference. The Project shall be performed at the location depicted on Exhibit B. As a material inducement to the City entering into this Agreement, Contractor represents and warrants that Contractor is a provider of first class materials and services and Contractor is experienced in performing the work and services contemplated herein and, in light of such status and experience, Contractor covenants that it shall follow the highest professional standards in performing the work and services required hereunder and that all materials will be of good quality. For purposes of this Agreement, the phrase "highest professional standards" shall mean those standards of practice recognized by one or more first -class firms performing similar work under similar circumstances. 0 Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, equipment, transportation and disposal services necessary for the Project. 2. TIME OF PERFORMANCE Time is of the essence in the performance of services under this Contract and Contractor shall complete the Work within the time set forth in this Section. The failure by Contractor to meet this deadline may result in termination of this Contract by City and assessment of damages as outlined in Section 2.1. Contractor shall commence work on the Project on October 1, 2007. The Project shall be completed by December 15, 2007. 2.1 The parties agree that it is extremely difficult and impractical to determine and fix the actual damages that City will sustain should the Contractor fail to complete the Project within the time allowed. Should Contractor fail to complete the work called for in this Contract on the date outlined above, Contractor agrees to the deduction of liquidated damages in the sum of FIVE HUNDRED DOLLARS ($500.00) for each calendar day beyond the date scheduled for completion provided in Section 2 of this Agreement. Execution of this Agreement shall constitute agreement by the City and Contractor that FIVE HUNDRED DOLLARS ($500.00) per calendar day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the work within the allotted time. Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. 3. COMPENSATION As full compensation for the performance and completion of the Project as required by the Scope of Work, City shall pay to Contractor and Contractor accepts as full payment the sum of Thirty Three Thousand, Six Hundred Thirty Nine and 001100 dollars ($33,639.00). Contractor shall not receive any additional compensation unless approved in advance by the City in writing. Payment to Contractor shall be made within 10 days of satisfactory completion of the Project. 4. ADMINISTRATION This Contract will be administered by the General Services Department. Larry Kolbo shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or his/her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Contract. 5. TYPE AND INSTALLATION OF MATERIALS /STANDARD OF CARE 5.1 Contractor shall use only the standard materials described in Exhibit A in performing Contract Services. Any deviation from the materials described in 0 0 Exhibit A shall not be installed unless approved in advance by the City Administrator. 5.2 All of the services shall be performed by Contractor or under Contractor's supervision. Contractor represents that it possesses the personnel required to perform the services required by this Contract, and that it will perform all services in a manner commensurate with community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City, nor have any contractual relationship with City. 6. RESPONSIBILITY FOR DAMAGES OR INJURY 6.1 City and all officers, employees and representatives thereof shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the services required hereunder; or for damage to property from any cause arising from the performance of the Project by Contractor, or its subconcontractors, or its workers, or anyone employed by either of them. 6.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 6.3 Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against: (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damage, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in performing this Project; including, without limitation, defects in workmanship or materials and /or design defects or (3) any and all claims asserted by Contractor's subconcontractors or suppliers on the Project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. However, nothing herein shall require Contractor to indemnify City from the sole negligence or willful misconduct of City, ifs officers or employees. 6.4 Contractor shall perform all Project work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project work. 6.5 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 3 i 6.6 Nothing in this section shall be construed as authorizing any award of attorney's fees in any action to enforce the terms of this Contract, except to the extent provided in Section 6.3 above. 6.7 The rights and obligations set forth in this Section shall survive the termination of this Contract. 7. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of the City. The manner and means of conducting the work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil service status or other right of employment shall accrue to Contractor or its employees. 8. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the work to be performed. City agrees to cooperate with the Contractor on the Project. 9. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. A. Certificates of Insurance. Contractor shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit. Current certification of insurance shall be kept on file with City's at all times during the term of this Contract. B. Signature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. C. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. D. Coverage Requirements. Workers' Compensation Coverage. Contractor shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his or her 4 E. • • employees in accordance with the laws of the State of California. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California for all of the subcontractor's employees. Any notice of cancellation or non - renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days (10 calendar days written notice of non - payment of premium) prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Contractor for City. General Liability Coverage. Contractor shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, contractual liability. If commercial general liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Contract, or the general aggregate limit shall be at least twice the required occurrence limit. iii. Automobile Liability Coverage. Contractor shall maintain automobile insurance covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each occurrence. Endorsements. Each general liability and automobile liability insurance policy shall be endorsed with the following specific language: The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the Contractor. This policy shall be considered primary insurance as respects to City, its elected or appointed officers, officials, employees, agents and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Contractor's operations or services provided to City. Any insurance maintained by City, including any self- insured retention City may have, shall be considered excess insurance only and not contributory with the insurance provided hereunder. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against City, its elected or appointed officers, officials, employees, agents and volunteers. • • V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits, by either party except after thirty (30) calendar days (10 calendar days written notice of non - payment of premium) written notice has been received by City. F. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claim made or suit instituted arising out of or resulting from Contractor's performance under this Contract. G. Additional Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 10. BONDING Contractor shall obtain, provide and maintain at its own expense during the term of this Contract: a Labor and Materials Payment Bond in the amount of one hundred percent (100 %) of the total amount to be paid Contractor as set forth in this Agreement and in the form attached hereto as Exhibit C which is incorporated herein by this reference. The Labor and Materials Payment Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. The Contractor shall deliver, concurrently with execution of this Agreement, the Labor and Materials Payment Bond, a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the Sate of California. 11. PREVAILING WAGES Pursuant to the applicable provisions of the Labor Code of the State of California, not less than the general prevailing rate of per diem wages including legal holidays and overtime work for each craft or type of workman needed to execute the work contemplated under the Agreement shall be paid to all workmen employed on the work to be done according to the Agreement by the Contractor and any subcontractor. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the Agreement. A copy of said determination is available by calling the prevailing wage hotline number (415) 703 -4774, and requesting one from the Department of Industrial Relations. The Contractor is required to obtain the wage determinations from the Department of Industrial Relations and post at the job site the prevailing rate or per • • diem wages. It shall be the obligation of the Contractor or any subcontractor under him /her to comply with all State of California labor laws, rules and regulations and the parties agree that the City shall not be liable for any violation thereof. 12. SUBCONTRACTING City and Contractor agree that subcontractors may be used to complete the work outlined in the Scope of Services provided the Contractor obtains City approval prior to the subcontractor performing any work. Contractor shall be fully responsible to City for all acts and omissions of the subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. 13 WITHHOLDINGS City may withhold payment to Contractor of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Contract. Contractor shall not discontinue work as a result of such withholding. Contractor shall have an immediate right to appeal to the City Manager or his /her designee with respect to such disputed sums. Contractor shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 14. CONFLICTS OF INTEREST The Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act'), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the work performed under this Contract, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 15. NOTICES All notices, demands, requests or approvals to be given under the terms of this Contract shall be given in writing, to City by Contractor and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attn: Larry Kolbo General Services Department City of Newport Beach • • 3300 Newport Blvd., PO Box 1768 Newport Beach, CA, 92658 -8915 Phone: 949 - 718 -3460 Fax: 949 - 650 -0747 All notices, demands, requests or approvals from CITY to Contractor shall be addressed to Contractor at: Attention: Paul Taylor Shaw & Sons Concrete Contractors 829 W. 17°i Street, Suite B Costa Mesa, CA 92627 Phone: 949 - 642 -0660 Fax: 949 - 642 -0967 16. TERMINATION In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non - defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 17. COMPLIANCE WITH ALL LAWS Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. 18. WAIVER A waiver by City of any term, covenant, or condition in the Contract shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 12 0 0 19. INTEGRATED CONTRACT This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and Contracts of whatsoever kind or nature are merged herein. No verbal Contract or implied covenant shall be held to vary the provisions herein. 20. CONFLICTS OR INCONSISTENCIES In the event there are any conflicts or inconsistencies between this Contract and the Scope of Services, the terms of this Contract shall govern. 21. AMENDMENTS This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 22. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has taken into consideration these factors in submitting its Project Proposal and Scope of Work. 23. CONTROLLING LAW AND VENUE The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange. IN WITNESS WHEREOF, the parties have caused this Contract to be executed on the day and year first written above. [SIGNATURES ON FOLLOWING PAGE] W i APPROVED AS TO FORM: A r C. Harp, Assistant City Attorney for the City of Newport Beach ATTEST: B. LaVonne Harkless, City Clerk i CITY OF NEWPORT BEACH, A Municipal Corporation By: i1. omer Bludau, Ci Manager for the City of Newport Beach CONTRACTOR: SHAW & SONS, INC. Name: Glu a� u2 Title: ' L i�l G G �tflCi�I By: Name: Title: Attachments: Exhibit A - Scope of Services Exhibit B — Location of Work Exhibit C — Labor and Materials Bond 10 r EXHIBIT A Scope of Services Contractor shall perform the following services: 0 Construct 4" Type 1 and Type 2 Unstained Llthocrete8 sidewalk in the amounts at the locations in Exhibit B: • 7' -6" x 17' -0" = 128 square feet • 7' -6" x 17' -0" = 109 square feet • 7' -6" x 12' -0" = 90 square feet • 9' -0" x 9 -6' = 86 square feet • 9' -0" x 9 -0' = 81 square feet • Construct five (5) 4" Lithocrete® Sea Shell pattern templates • Hand cut one (1) palm tree well 6" to match opening of the new sea shell sizes 11 E3 Repair Exhibit "B" 0 20 40 7t Replace Location of Work Fef N 0 0 CITY OF NEWPORT BEACH BOND NO. 58643231 Premium: $202.00 LABOR AND MATERIALS PAYMENT BOND WHEREAS. the City Council of the City of Newport Beach, State or California, by motion adopted, has awarded to Shaw $ Sons Inc, (dba Shaw & Sons Concrete Contractors) hereinafter designated as the "Principal,' a contract for the installation of Ltthoorate concrete in the city or Newport Beach. in strict conformity with the Contract on file vlth the offlos of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the - Contract end the terms thereof require the furnishing - of a bond, providing that If Principal or any of Prindpars subcontractors, shall fail to pay for any materials, provisions, or other supplies bead In, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any khd, the Surety on this bond will pay the same to the extent tterstnefter set forth: NOW, THEREFORE., We the undersigned Principal, and, WasteM Surat duly authorized to transact business under the laws of the Lte of California, as Surety, (referred to herein as "Surety") are held firmly bound unto the City of Newport Beach, in the sum of Thirty Three Thousand, Six Hundred and Thirty Nine and 001100 dollars ($33,635.110). .lawful money of the United States of America, said sum being equal to 100% of the estimeted amount payable by the City of Newport Beach under the terns of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, Jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts duo under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Pdncipai and subcontractors pursuant to Section 13020 of the Unemployment Insurance Cade with respect to such work and labor, then the Surety will pay for the same, In an amount not exceeding the sum specified In this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attomeys fee, to be foxed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. The Bond shall Inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this SdFW, as required by and in accordance with the provisions of Sections 3247 et. seq. of the CM Cade of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder shall In any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the speci fic0ons. • In the event that any princioal above named executed this Bond as an individual, 4 is agraad that the death of any such principal shall not exonerate the Surety from Its obligations under this Bond. IN WITNESS t WHEREOF, um F, this Instrument has been duly executed by the above named Principe] and sure on the day or I-Ina 2007. Shaw & Sons, Inc. z G <V I �h �� Name of Owdractor (Principal) 6Lpo0zQ$Lglgttattpe/ lwe Western Surety Company Name of Surety 5820 Canoga Avenue, Suite 200 Woodland Hills, CA 91367 Address of Surety (602)2123292' Telephone D.W. Maddox, Attorney -in -Past Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHE13 2 1bstern Surety Co4any POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint D W Maddox, Charles P Benz, Individually of Fullerton, CA, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent m if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attomey, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 8th day of December, 2006. WESTERN SURETY COMPANY O FQ+ fFOR9 04 4,cA! Paul :r Brnfiat, Senior Vice President State of South Dakota ss County of Minnehaha On this 8th day of December, 2006, before me personally carne Paul T. Brufist, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his Warne thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires {4LL444444MMh4444444 \444 { D. + RELL S November 30, 2012 f NOTARY PUBLIC j r SOUTH DAKOTA r {44444414444444444444444{ +� D. Krell, No ary Public CERTIFICATE I; L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Powei of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof 1 have hereunto subscribed th my name and affixed the seal of the said corporation this 27 day of June 2007 . WESTERN SURETY COMPANY 8�aoggJ �oBF AV L. Nelson, Assistant Secretary Fomi F6280 -09-06 STATE OF CALIFORNIA COUNTYOF ORANGE On June 27, 2007 before me, S. HURST, Notary Public (here insert name and We of Me officer) personally appeared D.W. MADDOX personally known to me ) to be the person(&) whose name(&) is4 & subsexibed to the wiMin instrument and acimoWledged to me drat hatha44ey executed the same in his*esfietr auMortzed capacity(iea), and that by his✓bex4belcsomture(q on the instrument the person(e), or the entity upon behalf of which the person(e) acted, executed the instrument. WITNESS my hand and official seal Signature "V w (SEAL) OPTIONAL This area for Official Notarial Seat Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE OF TYPE OF DOCUMENT Tn7E(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIANICONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTRY(IES) NUMBER OF PAGES DATE OF DOCUMENT I[)-I= (REV. 10106) ALL - PURPOSE ACKNOWLEDGEMENT 0 0 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California ri of L '�'k-Pt-A�6E as. County On IV V01-0 before me, �.� ���� , Dare w.ma.nd rm d olgcm le.g., •J. Dee, Na M 11in personalty appeared ��- StF f1 w RE EGCA 1. BEA6 COMM. tei498928 Notary Public • Califamia z Ectan Cauniy 2908 M'personally known to me ❑ proved to me on the basis of satisfactory evidence to be the personN whose name(!# isAmB subscribed to the within instrument and acknowledged to me that hel§W*y executed the same in hisAWAPAr authorized capacity(4), and that by hi$Vr"r signature(o on the instrument the person(A1, or the entity upon behalf of which the person(th acted, executed the instrument. WITNESS my hand and official seal. LlAlt Q. o1 � 3gnewre d dowry P91NIc OPTIONAL Thargh the informatton below tS not required bylaw, it may Prove valuable to persons re1y81g on the document and coed Prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: v ) Document Date: (Qi `l�'�i� Number of Pages: Signer(s) Other Than Named Above: 0 L) Lya 1A"nn1(' Capacity(ies) Claimed by Signer Signer's Name: I,,CE K ❑ Individual Top of Bwmb here Erorporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General • Attorney -in -Fact • Trustee • Guardian or Conservator • Other: Uo Signer Is Representing:_ A).S 0 1999 N89aiel 1491ary Aeeade • emo De ado Aw, P.O. Bm 2802 • Cheb . CA 913132 • www.n ndnMgry PM. W. 6901 F &r: Cell Tdl -Free 18008!68821