HomeMy WebLinkAboutC-3847 - Purchase and Installation of a Five-Ton Bridge Crane in the Welding Shop at the City Corporation YardCONTRACT WITH OTTO SYSTEMS
FOR THE PURCHASE AND INSTALLATION OF A FIVE TON
BRIDGE CRANE IN THE WELDING SHOP AT THE
CITY CORPORATION YARD
THIS CONTRACT is made and entered into as of this ` day of , 2006, by
and between the CITY OF NEWPORT BEACH, a Municipal Corporation ("City"), and OTTO
SYSTEMS, whose principal place of business is 12010 Bloomfield Avenue, Santa Fe Springs,
California, 90670-4702 ("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. City is planning to purchase and install a five ton bridge crane in the welding shop at the
City Corporation Yard, located at 592 Superior Avenue in the City of Newport Beach
("Corporation Yard").
C. City desires to engage Contractor to install the five ton bridge crane in the welding shop
at the City Corporation Yard ("Project"). Contractor has agreed to perform the Project
within sixty (60) days of arrival of the supplies and materials.
D. 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 perform all the services described in the Scope of Work dated April 24,
2006 attached hereto as Exhibit A and incorporated herein by this reference. As a
material inducement to the City entering into this Agreement, Contractor represents and
warrants that Contractor is a provider of first class work 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.
Contractor shall perform everything required to be performed, and shall provide and
furnish all the labor, materials, necessary tools, expendable equipment and all utility and
transportation 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 will install the five ton bridge crane within sixty (60) days of
receipt of supplies and materials.
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 Two hundred Fifty Dollars
($250.00) 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 Two Hundred Fifty Dollars ($250.00) 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 Fifty Nine Thousand Two Hundred Thirty Eight Dollars and 00/100
($59,238.00). Contractor shall not receive any additional compensation unless
approved in advance by the City in writing.
The City shall make progress payments as the Project work proceeds based on the
percentage of Project work completed. The City shall retain ten percent (10%) of any
amount due and owing under this Agreement until all Project work is completed.
4. ADMINISTRATION
This Contract will be administered by the General Services Department. Mark Harmon
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
Exhibit A shall not be installed unless approved in advance by the City
Administrator.
►i
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.
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.
3
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
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
M
rights of subrogation against City, its officers, agents, employees and
volunteers for losses arising from work performed by Contractor for City.
ii. 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.
E. 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.
5
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 B which is incorporated herein by this reference; and
a Faithful Performance Bond in the amount of one hundred percent (100%) of the total
amount to be paid Contractor as set forth in this Agreement in the form attached hereto
as Exhibits C which is incorporated herein by this reference.
The Labor and Materials Payment Bond and Faithful Performance 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 and Faithful Performance 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.
A
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: Mark Harmon
General Services Department
CITY OF NEWPORT BEACH
3300 Newport Blvd, PO Box 1768
Newport Beach, CA, 92658-8915
Phone: 949-644-3055
Fax : 949-650-0747
All notices, demands, requests or approvals from CITY to Contractor shall be addressed
to Contractor at:
Attention: Paul Otto
OTTO SYSTEMS
12010 Bloomfield Avenue
Santa Fe Springs, CA, 90670-4702
Phone: 562-462-1612
Fax : 562-462-1617
7
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.
19. INTERPRETATION
The terms of this Agreement shall be construed in accordance with the meaning of the
language used and shall not be construed for or against either party by reason of the
authorship of the Agreement or any other rule of construction which might otherwise
apply.
20. 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.
21. 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.
22. 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.
23. 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.
24. 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.
APPROVED AS TO FORM:
By: -/ C. ff
Aaron C. Harp,
Assistant City Attorney
for the City of Newport Beach
ATTEST:
B ./
LaVonne Harkless,
City Clerk
CITY OF NEWPORT BEA
A Mun ci,pa.l--Gorporation.
B
- C' X�l Don ebb, Mayor
for the City of Newport Beach
OTTO SYSTEMS:
M
In
Name: `y4,gs,4 ®7,D
Title:
Name:
Title:
Attachments: Exhibit A - Scope of Services
Exhibit B - Labor and Materials Payment Bond
Exhibit C - Faithful Performance Bond
F:\users\cat\shared\da\Ag\OftoSystems2.doc
N
04223/2006 02:55 ^40.414 902
�--- EXHIBIT "A"
'Zola Rt 001"'E" AVE-, SANTA FE &PRINCE, CA 96976.4702
— 692-462.1612 FAX 582.462-IS17
2489 V[AMA COURT, &AA tEANDBO, CA 94677.4222
Sid -SIMM FAX 510-667-8726
April 24, 2006
City of Newport Beach
Newport Beach, CA.
Attn: Gary
)def: 5 ton bridge crane for. the Nvelding shop
We are pleased to provide the following quote.0,j) the 5 ton double girder top running
bridge crane system as follows
One each 5 ton:, freestanding bridge crane system, complete wi:tb one each 5 ton top
running motorized bridge, which would cover tin area 40'-0" x 40'-0" approximately
23'-6" OAH, This 5 ton crane would come furcdahed with a 5 iron top running wire rope
hoist and motor driven trolley with would operate on a double girder bridge:
Price: $ 59,238.00 Delivered and Installed, Sales Tax is includtd.
Note: Building permits if required, are not included.
Bringing; power to this system, is by others,
Footings are by others
'thank you, for the opportunity to quote this sys tens, sboLdd you have any questions or
concerns, please feel free to Contact me,
Sincerely
Paul Otto
Specification
Capacity
5 tons
Bridge Span
40'41
Runways
4014'
Height
20'-0" @ .the hoist hook .in the upper poo tion.
Travel Speed
TBD
Hoist 2 Speedi
20/5 fpm
Trolley 2 Speeds
50/17 fpm
Price: $ 59,238.00 Delivered and Installed, Sales Tax is includtd.
Note: Building permits if required, are not included.
Bringing; power to this system, is by others,
Footings are by others
'thank you, for the opportunity to quote this sys tens, sboLdd you have any questions or
concerns, please feel free to Contact me,
Sincerely
Paul Otto
CITY OF NEWPORT BEACH
BOND NO,103884028
FAI.I tFUL PERFORMANCE BOND
The premium charges on this Bond Is $ 91.8.40...
being at the rate of $ 15.50 thousand of the Contract price.
WHEREAS, the City Council of the City of N,wport )'each, State of� Cslifami�, by motion.
adopted, Has awarded to Otto Systems, hereinafter designated; as file "Principal," a contract for
re purchase and installation of a five ton bndgE crane. in the wading shop at the General
Service; Department, located at 592 Superior Avenue in the,? City of Newport Beach, in strict
conformity with the Contract on file with the .office of t.h City Clerk of the; City of Newport Beach,
which +s incorporated herein by this reference.
WHEREAS, Principal has executed or ig about to execute the Contract: and the terms
thereof require the fw-nishirig of b Bond for the faithful performance of the Contract;
NOW, THEREFORE-, we, the principal, and
_ of America , duly ,authorized to transact business under the laws of the State of
California as Surety (hereinafter "Surety"�, are held and firmly bound unto the City of Newpoil.
deuc;h, in the: sum of $5g,235,0() laws-ul Mon.ey of the United States of America, said sum being
C:qual to 1WX of the estimated amount of the Contract, to be paid to they; City of Newport peach,
its successors, and assigns; For which payment well and truly to bre made, we bind oursr;lves,.our.
heirs, executors and administrators, successor;, or assign, jointly present. and r,everaNy, firmly by these
THF CONDITION OF THISS 08LIGATION. IS SUC,i-i, that if the Principal, or the Principol's
executors, administrators,-succe; 5ors, or assigns; fail to abide by, and wt:li �nd truly keep
and perform any or all the work, covenants, conditions, and agreements in the Cor ;tract
Documents and any alteration theropf made as therein provided ori its part, to he kept and.
is e famed
at the Urne and in the manner tnerein specilied, and in all respects arcording to its true
irStent and meaning, or Oils to indernnif_v, defend, and save harmless the. Qtv of Newport Beach,
its officers, employees and agent;, ;as therein. Stipulated, then, Surely wits faithfi!lly perform the
..amt., il`i an amourit not exceeding the Burn specified in its Bond; ott!ervise this ob)iyation shell
t)ecomc cull z jd void.
As a part of the obligation secured hereby, and in addition to the t .ic amount specified in
th'S Per;ormance Bonct,..there Shall be included costs and rEosonabfe expenses and fees,
including reasonable aftornf:ys fees, incurred by the City, only in the 4vent the City is required to
bring ari action fi law or aquitY against Surety to enforce the obligations of this Bond:
Siurety, for value received, stipulates and agrees .that no. pfir,ngc!, pxlrnsiOn of time,
a1erations or addiliaris to the, termsof the ConitraGt Of, to the work to ba pDrfarrned thereunder
_hall in ar,y way affect its oblicgaiions ori this Eiond, ;end it dohs -he
hareby wpive natic�a of any such
f.
cnge. extension c► time, alterotions or additions of the Contract, or to. the work or to the
s��ECifiGeal;un�.
This. Fpithful Performance Bond shall by extanded.�ind maintained by tllr~ principal in lull
force and affect for one ,1) year fc:,llow1n9 thu &11e of formal acceptance of It)* 1'>rqj 't by the City.
i
3
In the event that the Principal executed thisbond as an individual, it is agrced that the
death of any such Principal shall not exonerate the Surety from its obligations under this Bond.
IN Wll'�JFSS WHEREQF, this instrument has.been duly executed by the Principal and
Surety above namr�d, on the 7th day of August. 2006.
O t S stems
Name Of Contr-ar,!c:r (Princi al
P ) Authorized Signsture/Title
Travelers Casualty and Surety
Co____mpany__of America
Name of Surety — Authori_-
7ed Agent tgr,),rbrt?
21686_ C_at- way Center Drive,John G. Kookootsedes, ttorney-:gin-Fact
Address of Sr-rely Diamond Bar., CA 91765 Print Name and Titie
_J949) 365-5160
Telephone
NOTARY ACKNOWLEDGME.NTS 01`CONTRACTOR AND SURETY MIDST BE ATTACHED
q 4
ACKNOWLEDGMENT
State of California
County of Orange
On August 7, 2006 before me, Jefferey W. Pursley, Notary Public, personally
appeared John G. Kookootsedes, personally know to me (or proved to me on the
basis of satisfactory evidence) to be the person whose name is subscribed to the
within instrument and acknowledged to me that he executed the same in his
authorized capacity, and that by his signature on this instrument the person or the
entity upon behalf of which the person acted, executed the instrument.
WITNESS my hand and official seal.
Signator _
JEFFEREY W. PURSLEY
Commission # 1676377
-� Notary PubUC o California
e . ®range CountytayComm. Expires Jun 19,201 Seal)
STPAUL
TRAVELERS
POWER OF ATTORNEY
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
Attorney -In Fact No. 217014
RF"
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
Certificate No. 000536900
KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul
Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws
of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are
corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the
laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and
Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that
the Companies do hereby make, constitute and appoint
James G. Brakke, and John G. Kookootsedes
of the City of I,ao nn Niguel , State of California , their true and lawful Attorney(s)-in-Fact,
each in their separate capacity -if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their „business of guaranteeing the fidelity of persons, guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or penni;ted in any actions or,prgceedings allowed by law.
,.;a
��� 8th
IN WITNESS WHEREOF ,the Companies have caused this instrument to belgnel and their corporate seals to be hereto affixed, this
day of June
Farmington Casualty Company if �5' F'" St. Paul Guardian Insurance Company
Fidelity and Guaranty`Insarance Company St. Paul Mercury Insurance Company
Fidelity and Guaranty ins uk, ,, e'Underwrifers, Inc. Travelers Casualty and Surety Company
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
'Pik
h 5 � ft Zs INC e�i0 CORA>'Z Q:' C:: 9
z ; '1977 g 19Z T K ^1 t ; � : --_ f : 0 = a HARrwRD, a • wtarFORD,t < �"�ao
4 a b,F 1951 m �:SEA,Lios t�"; �Oi
�• SEAL%3=
OFNEW �x,�,^o�rc� lSp. AN� \ lg.._t.. •�a �eb� 'Naa �yyf...i� d�N? A@N°'
State of Connecticut
City of Hartford ss.
On this the 8th da of June 2006
Y before me personally appeared George W. Thompson, who acknowledged
himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters,
Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers
Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being
authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
By: /i
G orge W ompson, Sen' r Vic President
In Witness Whereof, I hereunto set my hand and official seal.'
My Commission expires the 30th day of June, 2006. Ctj°UBu� * Marie C. Tetreault, Notary Public
f
58440-9-05 Printed in U.S.A.
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
WARM'" THIS POWER OF ATTORNEY IS INVALID WITHOUT THE -�D BORDER
This Power of Attorney is granted under and by th., uthority of the following resolutions adopted by the Boards ,,. Directors of Farmington Casualty Company, Fidelity
and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company,
St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of
America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice
President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the
Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any
of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking
shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President,
any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any
certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds
and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall
be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the
Company in the future with respect to any bond or understanding to which it is attached.
I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance
Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance
Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company --fid£ America;>and United States Fidelity and Guaranty Company do hereby
certify that the above and foregoing is a true and correct copy of the Power oPAttorney ex�euted by said` Companies, which is in full force and effect and has not been
revoked. '
IN TESTIMONY WHEREOF, I have hereunto set my hand and afftx d the soak of satd C m anies this 7th day of A' 1.9ust -2005 .
Kori M. Johans Assistant Secretary
GASU,/ SORETy 3WF�AE4 *N SNS 1NS�•,•,, TY ANp Mm emu tY
`� Jy uu \ G Pi Uq JP,,,Tp Fid alp
p O� A1j, /• 4yQ" ]k P '1pq Q: :; pf•`J,:............ '4 � G 'l� Q\
� FORAYED c - ,,, m ; W : co r •. a` § '``'�� a
Z c198z s° 1977 � f 1927 K - _ �: ;f: —._ fes= w HARTFORD, i �•� o�,i� �'�ao
y+.3E1i 1...•Oj: ' b;.S E A.L:`3$ �, CONN. o CONN. d�y�R in 9696 -1
+xw �
To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.stpaultravelersbond.com. Please refer to the Attorney -In -Fact number,
the above-named individuals and the details of the bond to which the power is attached.
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
CITY OF NEWPORT REACH
BOND NO. 103884028
LA. BQR AND MATERIALS P�YAYMf�NY ®®ND
ti`s i-iE :CAS. (i n City Counrif of the City. of . Newport Beach, State of Califomio, by motion
knd, `.7s awarded to Oto Systems he?ruina(ter designated as the "Principal," a contract for
,ho purchzic;e and inSt(�Ilation, of . a rive ton bridge. cra6e in the welding shop at thr General
:?etvices Department, located of 592 Superior Avenue in the City or Newport f3rrach, in strict
c;onform„iry with the Contract on filc- with the office of the City Clerk of the City of Newport 8^ach,
which i5 i7rC4r¢gr�tr.d herein by tl'ii, reference.
WHEREAS_ Principal ho executed .or is about to eYeci.rte the Contract and the fc-t �rri s
I^��rer�f require the furnishing of a bond,. providing that if Principal or env of ^rincipal`s
cul"contracicr�, zhsll fail to pay for any materials, provisions, or other m-jpplies usr.d in, upon, roe•
e arcu!'he porjorn-,,7mco of the work agreEd it) be done, or for any work or Iabof- none ihereoh or
any kind, the Surety on Lhis Bond will pay the ;ame to the extFrit herainnftcr eat for!h'
NOW, THEREr01?E. We the under sign4a Pfarlt;IlJcl!. �7riC,
ay.e Casualty_ and SuretCompanof America__ duty authorizedto lran.•act
t;Usihc: s undef the jaws of the S(Zrte of California, as Surety, (referred to, herein ns "Si,rety.")
held firmly bcund unto the City of Newport Beach; in the sum of $*59-238.00 lawful money of the,
United States of America , said sure L)eing equal f0 100% of the Pstim?ted amoun! pyahlc by
I
he City of Nc;�pprtr'cicfi un,jer the turn; of the Ccintract; for which payrncrtt v:efl and t.ru!y ttin
be made, kve bind ourselves, our heirs, executors and administrators, succ;o; scars, or 1,105i9ns,
jointly anti ceveraity' firrnfy by these present
TPP CONDITION OF '['HIS OBL'fGATION IS SUCH, that if. tho• Princip al r.>r the Pr'incioal',
;vbcontr�ctor;, fail to pay for. any matr;rWs,. provisions, or oth�-r ;ur�plie.�, irr.pif?rrronts or
rrnachin(,ry used in, upon, for, or ab0ut the performance of the work contracted 1,,-)br done. or sur
any other work or labor thereon of any kind, or for amounts due vnder tho Umrnpinyment
Insurance Code with respect to such work or labor, or for any amounts required tri be deducted,
wlthhcld c+nd poid ov ;r to the; Employment Development Department from the rr{actor c,,•'
employees of the Principal:and subcdntroctors.pursuarit to Section 13024 Of the Llnernrloymenl:
Insurance Cod; with. ro;pect to such work and libor, thein the Surety will pay for thF same,
arnount not e;xr;pe^tir5�l the sum specified in this Bond, and also, in cnse suit i:, bro;;ght In enforoe
thQ obligation, of (hi; Bred, a reasonat)Ie.attorney's fee, to be fired by thE;; Court -n- ronuired by
the provizk;ns of Section 32,0 of the Civil Code of the State of California,
The Brno shall inure to the berrefft of any and all persons, compenie.., and corporation-
er.litlr d to isle cfaims under ecGion.3181 of the California Civil Codi? sn :;ts togive o right of.aciiorl
tc� the►n or their a ,signs in ariy,suit brought upon this, Bond, .as required by and accorrfan ce with
i the provisions of Section, 3247et, seq. or the Civil Code of the State of CaG(orni�,
/end Surety, for value received, hereby wipbIntes and agrees that no c;hanjv, extem ion of
tirne, ofterstions r>r additions to the terms of the. Contract or to. the: work tri be pr�rTe3rrT�e,-1
thereunder ;irall in any'N1sc affect its obligatio on this gond,: and �t <tnF�^ herob« �,aive r,oficP of
airy SUCK Chance, eaten;ie�n of time• a!feraiions ter additions to the terns of the C,ontroc i o,. to thc�
WWk Ur tri thf'-Fpec;jiC� tifin�.
In the event that any principal above named exeCujod. this Bond as an individu4M, it is
agreed that the death of any such principal shall not exonerate. the Surety from i(;, obligations
under this Bond.
IN WITNESS WHEREOF,_ this.instrument has beendiuiy, executed bj the above narn�d
Principal and Surety, on the _ 7th day. of Au s 200G.
_ )H-n wctCMS
Name of Contractor (Principal) Authonaed SlgnaturalTitle
Travelers Casualty and Surety
Name o Surety Authorize ge3n natt
21688 Gateway Center Drive
Diamond Bar, CA 91765 John G— Kookootsedes, Attorney-in-Fa.'
Address of Surety Print Narn `line `
(949) 365-5160 r ?
yak,
Teiephorte
1
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND.SURETY MUST BE ATTACHE-D
i
ACKNOWLEDGMENT
State of California
County of Orange
On August 7, 2006 before me, Jefferey W. Pursley, Notary Public, personally
appeared John G. Kookootsedes, personally know to me (or proved to me on the
basis of satisfactory evidence) to be the person whose name is subscribed to the
within instrument and acknowledged to me that he executed the same in his
authorized capacity, and that by his signature on this instrument the person or the
entity upon behalf of which the person acted, executed the instrument.
WITNESS my hand and official seal.
Signatur
JEFFEREY W, P NMV
Commbsion #k 1676377
Notay Fubft - CaWw to
Gangs Courdy
FI -&,my comm. EXj*g5im19,201 (Seal)
STPAUL
TRAVELERS
POWER OF ATTORNEY
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
Attorney -In Fact No. 217014
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
Certificate No. 000536901
KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul
Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws
of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are
corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the
laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and
Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that
the Companies do hereby make, constitute and appoint
James G. Brakke, and John G. Kookootsedes
of the City of Laguna Niguel , State of California , their true and lawful Attorney(s)-in-Fact,
each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or per.midpd in any aetions or prgceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 8th
day of June 2006 k
Farmington Casualty Cortipu,
Fidelity and Guaranty Inseranct C mpany °' }
Fidelity and Guaranty Insui a>ice`'CTnderwriters, Inc.
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
pASUq gQNTY (yam SIWETtRE npWbx I .w.+•�....,,,t y
1Y AN0 Fp¢SUgEpJ �7Yg��
2 OP'P�1 L t���95. G ]i' � P _ 7� O: •-......• �, JP .......... q'*; 9 y y O '"�
OHPRA Tf:..O9 �
452 p 17/ / GD11�t/ITFD 1927 'o'ig al C'1 W: G�?
195 d SEF}Lio:' os j HARTFORD. a fNRflfFGfD ao<
o a CONN. n t\GONk � in 1896
bey Fla. !�� 9AO NEYT �"MUFrinlmx�E GO `�1Sp ANBD- �+.d1 •• e\d ')bb LD1 N'i\ �•("// O`
State of Connecticut
City of Hartford ss.
By:
9/019e W ompson, Sen' r Vic President
On this the 8th day of June 2006 before me personally appeared George W. Thompson, who acknowledged
himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters,
Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers
Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being
authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
G•T�
In Witness Whereof, I hereunto set my hand and official seal. SAA % ih 0, . .CJy u�V 1
My Commission expires the 30th day of June, 2006. pG * Marie C. Tetreault, Notary Public
58440-9-05 Printed in U.S.A.
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUTTHE RED BORDER
IS INVALID WITHOUT THE
This Power of Attorney is granted under and by the «uthority of the following resolutions adopted by the Boards u. Directors of Farmington Casualty Company, Fidelity
and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company,
St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of
America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice
President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the
Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any
of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking
shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President,
any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any
certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds
and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall
be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the
Company in the future with respect to any bond or understanding to which it is attached.
I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance
Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance
Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby
certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been
revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand agd affixed the seals of sardtompanies this 7th day ofALi X', 20 .
LL
Kori M. Johan Assistant Secretary
GI.SU,1 W"� j�J(�j'RE�vn�yy .+✓""r....."Iy AV,,
Wyw�vw4'Ni
02
4i 5ug i obi �� � a�0�n G * � c� y *r�N O •Rao ., � LJP,.... ........ q ti
2�.: L9 c �OFin �!0
�' (v INC(MiFORATED YL z �t F:m �y,.ppRPORAT'
HARTFORD, < 0' F14fttF0 ��
21_ ' 1, ; 1951 J� �' J'• .SE (� j, ip ? �`;�
SSAL�' w n WNN. X896 �"tiGi` a t s,. �•., ;;aa �, CONN.
�. s b'•.
.......... :
....... �P b( 'P� �+eyl •.._ ��� �d�) Ati'ta+�
To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.stpaultravelersbond.com. Please refer to the Attorney -In -Fact number,
the above-named individuals and the details of the bond to which the power is attached.
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER