HomeMy WebLinkAboutRepublic ITS 2007-09-24CITY OF UKIAH
Mendocino County, California
AGREEMENT
FOR
TRAFFIC SIGNAL EQUIPMENT UPGRADE
Specification No. 07-12
THIS AGREEMENT, made this 2/- T day of SQ-' 1rn 6CY 2061, by and between the City of
Ukiah, Mendocino County, California, hereinafter called the City and l-evu � k C `(TS hereinafter
called the Contractor,
WITNESSETH:
WHEREAS, the City has caused to be prepared in accordance with law, specifications, drawings and other
contract documents for the work herein described and shown and has approved and adopted these contract
documents, specifications and drawings and has caused to be published in the manner and for the time required
by law a notice to bidders inviting sealed proposals for doing the work in accordance with the terms of this
contract and
WHEREAS, the Contractor, in response to the notice to bidders, has submitted to the City a sealed proposal
accompanied by a proposal guaranty in an amount of not less than 10 percent of the bid price forthe construction
of the proposed work in accordance with the terms of this contract and
WHEREAS, the City, in the manner prescribed by law, has publicly opened, examined and canvassed the
proposals submitted and as a result has determined and declared the Contractor to be the lowest and best
regular responsible bidder for the work and for the sums named in the proposal,
NOW, THEREFORE, THIS AGREEMENT WITNESSETH:
Article 1. Work to be Done and Contract Days Allowed.
That the Contractor shall provide all necessary machinery, tools, apparatus and other means of construction; shall
furnish all materials, superintendence, overhead, expenses, all labor and expenses of whatever nature necessary
for completion of the work in conformity with the Special Provisions and other contract documents hereto attached
and according to such instructions as may be given by the Engineer. The Contractor shall complete the work
within ninety (90) calendar days. Contract days shall be counted starting with the 10th day following receipt of
notice that the contract has been executed by the City. Contractor, at his or her option, may begin work prior to
start of counting contract days, however, in no event shall the Contractor start work without giving notification to
the Engineer at least 72 hours prior to the start of work, without obtaining an encroachment permit from the City,
or without having submitted certificates of insurance that have been accepted and approved by the Engineer
TRAFFIC SIGNAL EQUIPMENTUPGRADE 77 Spec. No. 07-12
Article II. Contract Prices.
That the City shall pay the Contractor the prices stated in the proposal submitted by the Contractor, for complete
performance of the contract by the Contractor. The Contractor hereby agrees to accept the prices as full
compensation for all material and appliances necessary to the work, for all labor and use of tools and other
implements necessary to execute the work contemplated in this contract; for all loss or damage arising out of the
nature of the work or from the action of the elements, or from any unforeseen obstructions or difficulties which
may be encountered in the prosecution of the work; for all risks of every description connected therewith; for all
expenses of the work, as herein specified; for all liability and other insurance, for all overhead and other expenses
incident to the work; all according to the Contract Drawings, the Special Provisions, the Details, the instructions
and the requirements of the City.
Article III. Labor Discrimination.
Attention is directed to Section 1735 of the Labor Code, which reads as follows:
"No discrimination shall be made in the employment of persons upon public works because of the race,
color, national origin or ancestry, or religion of such persons and every contractor for public works
violating this section is subject to all the penalties imposed for a violation of this chapter."
In connection with the performance of work under this contract, the.Contractor agrees as follows:
r
(a) The Contractor will not willfully discriminate against any employee or an applicant for employment
because of race, color, religion, ancestry, or national origin. The Contractor will take affirmative
action to ensure that applicants are employed and that employees are treated during employment
without regard to their race, color, religion, ancestry, or national origin. Such action shall include, but
not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or
recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and
selection for training, including apprenticeship. The Contractor agrees to post in conspicuous
places, available to employees and applicants for employment, notices to be provided by the
awarding authority setting forth the provisions of this Fair Employment Practice section.
(b) The Contractor will send to each labor union or representative of workers with which he or she has
a collective bargaining agreement or other contractor understanding, a notice, to be provided by the
awarding authority, advising the said labor union or worker's representative of the Contractor's
commitments under this section, to employees and applicants for employment.
(c) The Contractor will permit access to his or her records of employment, employment advertisements,
application forms and other pertinent data and records by the Fair Employment Practices
Commission, City of Ukiah or any other appropriate agency of the State of California designated by
the awarding authority, for the purposes of investigation to ascertain compliance with the Fair
Employment Practices section of this contract.
(d) A finding of willful violation of the Fair Employment Practices section of this Contract or of the Fair
Employment Practices Act shall be regarded by the awarding authority as a basis for determining
the Contractor to be not a "responsible bidder" as to future contracts for which such Contractor may
submit bids, for revoking the Contractor's pre -qualification rating, if any and for refusing to establish,
reestablish or renew a pre -qualification rating for the Contractor.
The City of Ukiah shall deem a finding of willful receipt of written notice from the Fair Employment
Practices Act to have occurred upon that it has investigated and determined that the Contractor has
violated the Fair Employment Practices Act and has issued an order under Labor Code Section
1426 or obtained an injunction under Labor Code Section 1429.
TRAFFIC SIGNAL EQUIPMENT UPGRADE 78 Spec. No. 07-12
Upon receipt of such written notice from the Fair Employment Practices Commission, the City shall
notify the Contractor that unless he or she demonstrates to the satisfaction of the awarding authority
within a stated period that the violation has been corrected, his or her pre -qualification rating will be
revoked at the expiration of such period.
(e) The Contractor agrees that should the City determine that the Contractor has not complied with the
Fair Employment Practices section of this Contract, then pursuant to Labor Code Section 1735 and
1775 the Contractor shall, as a penalty to the City, forfeit for each calendar day or portion thereof,
for each person who was denied employment as a result of such non-compliance, the penalties
provided in the Labor Code for violation of prevailing wage rates. Such monies may be recovered
from the Contractor. The City may deduct any such damages from any monies due the Contractor.
(f) Nothing contained in this Fair Employment Practices section shall be construed in any manner of
fashion so as to prevent the City or the State of California from pursuing any other remedies that
may be available at law.
(g) Prior to awarding the Contract, the Contractor shall certify to the awarding authority that he or she
has or will meet the following standards for affirmative compliance, which shall be evaluated in each
case by the awarding authority:
(1) The Contractor shall provide evidence, as required by the City that he or she has notified all
supervisors, foremen and other personnel officers in writing of the content of the anti -discrimination
clause and their responsibilities under it.
(2) The Contractor shall provide evidence, as required by the City, that he or she has notified all
sources of employees' referrals (including unions, employment agencies, advertisements,
Department of Employment) of the content of the anti -discrimination clause.
(3) The Contractor shall file a basic compliance report, as required by the City. Willfully false
statements made in such reports shall be punishable as provided by law. The compliance report
shall also spell out the sources of the work force and who has the responsibility for determining
whom to hire, or whether or not to hire.
(4) Personally, or through his or her representatives, the Contractor shall, through negotiations with
the unions with whom he or she has agreements, attempt to develop an agreement which will:
a. Spell out responsibilities for nondiscrimination in hiring, referral, upgrading and training.
b. Otherwise implement an affirmative anti -discrimination program in terms of the unions'
specific areas of skill and geography to the end that qualified minority workers will be available
and given and equal opportunity for employment.
(5) The Contractor shall notify the City of opposition to the anti -discrimination clause by individuals,
firms or organizations during the period of its pre -qualification.
(h) The Contractor will include the provisions of the foregoing paragraphs 1 through 5 in every first tier
subcontract so that such provisions will be binding upon each such subcontractor.
(i) The "Fair Employment Practices Certification" must be completed and signed prior to the time of
submitting the bid.
TRAFFIC SIGNAL EQUIPMENTUPGRADE 79 Spec. No. 07-12
Article IV. Parts of the Contract.
That the complete contract consists of the following documents, all of which shall be considered a part of this
agreement.
1. Notice to Bidders
2. Wage Scales
3. General Conditions
4. Technical Specifications
5. Proposal
6. Fair Employment Practices Certification
7. Agreement
8. Contract Bonds
9. Contract Drawings and Construction Details
10. Standard Drawings
11. Indemnification Agreement
IN WITNESS WHEREOF, this contract being executed in duplicate and the parties having caused their names to
be signed by authority of their duly authorized office this 2& day of2mir,
CITY OF UKIAH, MENDOCINO "TY, CALIFORNIA
c—� /1
By: --'" ]/L
M OR, Cl
Attest:
CITY C
By:
Attest
Title: t
The foregoing contract is approved as to form and legality this day of ���v �'''� r , 20
CITY AUg5NLey, cify oK UKI H
TRAFFIC SIGNAL EQUIPMENT UPGRADE 80 Spec. No. 07-12
INDEMNIFICATION AGREEMENT
This Indemnification Agreement is made and entered in Ukiah, California, on lafY Z , 20 () ,
by and between the City of Ukiah (Ukiah) and - DUIU1 C- tT S (Contractor).
Contractor is
Repu.bt*lC ITS
for Ukiah.
As a condition of issuing the work order, attached hereto, Ukiah requires assurance that Contractor will protect
Ukiah from damage or damage claims which arise from its performance of the work.
Accordingly, Contractor agrees as follows:
{
1. Indemnification. Contractor shall indemnify and hold harmless Ukiah and its officers, agents, and employees
from and against any claim, loss, or damage, including the legal and other costs of defending against any claim of
damage or loss which arises out of the Contractor's negligent or wrongful performance under the work order
attached hereto, except for claims, losses, or damages resulting from the sole and exclusive negligence or other
wrongful conduct of Ukiah or its officers, agents and employees.
CONTRACTOR
BY:
� f mPs fi , Q lf�P�1r
TITLE: V p C— In T,1(1- e y `(\�
TRAFFIC SIGNAL EQUIPMENTUPGRADE 81 Spec. No. 07-12
BOND EXECUTED IN TWO IDENTICAL COUNTERPARTS BOND NO. 57BCSES6046
PREMIUM $1,482.00
CITY OF UKIAH
Mendocino County, California
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS,
That we the undersigned, REPUBLIC INTELLIGENT TRANSPORTATION SERVICES, INC.
A5 PRINCIPAL, and
HARTFORD FIRE INSURANCE COMPANY
AS SURETY,
are held firmly bound unto THE CITY OF UKIAH, hereinafter called the "City", in the penal sum of
ONE HUNDRED FORTY—FOUR THOUSAND SIX HUNDRED
TWENTY—FIVE AND NO1100THS------------------- dollars ($_ 144,625.0.
for the payment of which sum we bind ourselves, our heirs, executors, administrators, and successors, jointly
and severally_ PROJECT: TRAFFIC SIGNAL EQUIPMENT UPGRADE
WHEREAS, the Principal has entered into §�94r F04SRNwi{ qhe Viity�3ated SEPT 24 20 07
a copy of which is hereto attached and made a part hereof,
NOW, THEREFORE, the condition of this obligation is such that if the Principal shall in all respects fully perform
the Contract and all duly authorized modifications thereof, during its original term and any extensions thereJthat
may be granted and during any guaranty period for which the Contract provides, and if the Principal shall fully
satisfy all claims, arising out of the prosecution of the work under the Contract and shall fully indemnify the City for
all expenses which it may incur by reason of such claims, including its attorney's fees and court costs, and if the
Principal shall make full payment to all persons supplying labor, services, materials, or equipment iri, the
prosecution of the work under the Contract, in default of which such persons shall have a direct right of action
hereupon; and ff the Principal shall pay or cause to be paid all sales and use taxes payable as a result of the
performance of the Contract as well as payment of gasoline and special motor fuels taxes in the performance of
the Contract and all motor vehicle fees required for commercial motor vehicles used in connection with the
performance of the Contract, then this obligation shall be void; otherwise, it shall remain in full force and effect.
No modification of the Contract or extension of the terra thereof, nor any forbearance on the part of the City shall
in any way release the Principal or the Surety from liability hereunder. Notice to the Surety of any such
modification, extension, or forbearance is hereby waived.
IN WITNESS WHEREOF, the aforesaid Principal and Surety have executed.this instrument and affixed their seals
hereto, this . 24TH day of SEPTEMBER 2007
In the presence of.
WITNESS;
(N/A) (SEAL)
(Individual Principal)
(Business Address)
(City/State/Zip. Code)
TRAFFIC SIGNAL EQUIPMENT uPGFL4DE 82 Spec_ No! 07-12
REPUBLIC INTELLIGENT TRANSPORTATION
WITNESS, SERVICES, INC.
• J(SEAL)
tPFO W�amsAacr
V p'Ev>Gjina-ri►��
371 BEL MARIN KEYS BLVD., STE 200
(Business Address)
NOVATO CA 94949
(CitylState/gip Code)
ATTEST:
(N/A)
(Corporate principal) Affix
Corporate
Seal
(Business Address)
(City/State/Zip Code)
ATTEST: HARTFORD FI E I SURANCE COMPANY
BY'Lj ru.- Affix
Corporat Surety} Car orate
K LLY HOLTEMANN, ATTORNE�,Lw N -FACT
33 NEW MONTGOMERY STREET, 7TH FLOOR
(Business Address)
SAN FRANCISCO, CA 94105
(City/State/Zip Code)
The rate of premium on this bond is $ 10.25 per thousand.
The total amount of premium charges is $ 1,482.00
(The above is to be filled in by Surety Company). (Power of Attorney of person signing for Surety Company must
be attached).
(CERTIFICATE AS TO CORPORATE PRINCIPAL)
1,�Je'C y' e� L. ASck ,.certify that I am the
Se retary of r the corporation named as Principal in the foregoing bond; tri S . W 0. lq-c who signed the said bond on behalf of the Principal, was Then
of said corporation; that I know his signature, and that his
signature theretc4b genuine; a that said bond was duly signed,,sealed, and attested to for and in behalf of :said
corporation by authority of its gov ing body.
Affix Corporate Seal
TRAFFIC SIGNAL EQUIPMENTUPG 83 Spec. N6107-12
ACKNOWLEDGMENT
State of California
County of sONOMA
On 9/24/07 before me, J. DeLUCA, NOTARY PUBLIC
(here insert name and title of the officer)
personally appeared KELLY HOLTEMANN
personally known to me (or proved to me on the basis of satisfactory evidence) to be
the person(-* whose name(&} is/aye subscribed to the within instrument and
acknowledged to me that- 19e/sheAhey-executed the same in 4/her/ authorized
capacity0es), and that by #+s/her/t#ek signature* on the instrument the person( -9),
or the entity_ upon_ behalf of which the person( -e acted executed the instrument.
WITNESS my hand and official seal, J. DE LUCA
m CIONRA. #1521691
NOTAA'Y x'UBLIC -CALIFORNIA 0
Signature SONOMA COUNTY -+
Italy Chis m. LXPir6$ Oct. 24
,2008 jr
(Seal)
BOND EXECUTED IN TWO IDENTICAL COUNTERPARTS BOND NO. 57BCSES6046
PREMIUM: (INCLUDED)
CITY OF UKIAH
Mendocino County, California
MATERIAL AND LABOR BOND
KNOW ALL MEN BY THESE PRESENTS,
That we the undersigned, REPUBLIC INTELLIGENT TRANSPORTATION SERVICES, INC.
and
HARTFORD FIRE INSURANCE COMPANY
AS PRINDIPAL,
AS SUREirY,
are held firmly bound unto THE CITY OF UKIAH, hereinafter called the "City" in the penal sum of
ONE HUNDRED FORTY—FOUR THOUSAND SIX HUNDRED
TWENTY—FIVE AND NO/100THS-------------dollars($ 144,625.00
for the payment of which sum we bind ourselves, our heirs, executors, administrators, and successors, jointly and
severally.
WHEREAS, the Principal has entered into a certain Contract with the C)ty, dated SEPTEMBER 24 2p 07
a copy of which is hereto attached and made a part hereof, PROJECT:
TRAFFIC SIGNAL EQUIPMENT UPGRADE SPECIFICATION NO. 07-12
NOW, THEREFORE, the condition of this obligation is such that if the Principal shall in all respects fully perform
the Contract and all duly authorized modifications thereof, during its original term and any extensions thereof that
may be granted and during any guaranty period for which the Contract provides, and if the Principal shall fully
satisfyall claims, arising out of the prosecution of the work under the Contract and shall fully indemnify the City for
all expenses which it may incur by reason of such claims, including its attorney's fees and court costs, and jf the
Principal shall make full payment to all persons supplying labor, services, materials, or equipment in the
prosecution of the work under the Contract, in default of which such persons shall have a direct right of action
hereupon; and if the Principal shall pay or cause to be paid all sales and use taxes payable as a result of the
performance of the Contract as well as payment of gasoline and special motor fuels taxes in the performance of
the Contract and all motor vehicle fees required for commercial motor vehicles used in connection with the
performance of the Contract, then this obligation shall be void; otherwise, it shall remain in full force and effect.
No modification of the Contract or extension of the term thereof, nor any forbearance on the part of the City shall
in any way release the Principal or the Surety from liability hereunder_ Notice to the Surety of any such
modification, extension, or forbearance is hereby waived.
IN WITNESS WHEREOF, the aforesaid Principal and Surety have executed this instrument and affixed their seals
hereto, this 24TH day of qummRRR ,20 07
In the presence of:
WITNESS:
TRAFFIC SIGNAL EQUIPMENT UPGRADE
(N/A) (SEAL),
(Individual Principal)
(Business Address)
(City/State/Zip Code)
84 Spec. Nn! 07-12
i
ATTEST:
ATTEST.
REPUBLIC INTELLIGENT TRANSPORTATION
SERVICES, INC. jAC
B (SEAL)
Cor Principal)
• WA t'� J
_r' VP �we—p-irl
(�
371 BEL MARINIEYS BLVD., STE 200
(Business Address)
NOVATO, CA 94949
(City/State/Zip Code)
(N/A)
(Corporate Principal Affix
Corporate
Seal
(Business Address)
(City/State/Zip Code)
HARTFORD FIR'EI IN�SUURRANCE COMPANY
_
BY: `N 0�'�"""` °Afrin
(Corporate urety) Corporate
KELLY HOLTEMANN, ATTORN a(LN—FACT
3 NEW MONIGUMRRYgT -_7TH FLOOR
(Business Address)
SAN FRANCISCO, CA 9416,--'---
(City/State/Zip Code)
(INCLUDED IN PREMUIM
The rate of premium on this bond is $ FOR PERFORMANCE BOND) per thousand.
(INCLUDED IN PREMIUM
The total amount of premium charges is $ FOR PERFORMANCE BOND)
(The above is to be filled in by Surety Company). (Power of Attorney of person signing for Surety Company must
be attached).
(CERTIFICATE AS TO CORPORATE PRINCIPAL)
1, ) nqr-e,U , �_ A--,C� certify that I am the
Secretary of the corporation named as Principal in the foregoing bond; that
_� S � . NO A K Zr , who signed the said bond on behalf of the Principal, was then
rti of said corporation; that I know his signature, and that his
signature there is genuine; nd that said Fond Was duly signed, sealed, and attested to for and in behalf of said
corporation by authority of its governing b W
Affix Corporate Seal
TRAFFIC SIGNAL EQUIPMENTUPGRADE \ A 1 85 Spec. No, 07-12
ACKNOWLEDGMENT
State of California
County of SONOMA
On 9/24/07 before me, J. DeLUCA, NOTARY PUBLIC
(here insert name and title of the officer)
personally appeared KELLY HOLTEMANN
personally known to me (or proved to me on the basis of satisfactory evidence) to be
the person(* whose name( -s4 is/ate subscribed to the within instrument and
acknowledged to me that#e/she/ executed the same in -WFY/her/ authorized
capacity4&s-), and that by 44s/her/thele signature( -s-} on the instrument the person( -s3,
or the entity upon behalf of which the person* acted, executed the instrument.
WITNESS my hand and official seal.
j.,OE LOCA
COMM. #1521691
U " N� OTARY PUBLIC -CALIFORNIA 0
Signature'-DOMoNA COUNTY -�
�4v Comm Expires Oct. 24, 2008
(Seal)
Direct Inquiries/Claims to:
ER OF ATTORNEYE HARTFORD
POW
POND, T-4
P.O..O. BOX 2103, 690 ASYLUM AVENUE
HARTFORD, CONNECTICUT 06115
call: 888-266-3488 or fax: 860-757-5835
KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 57-554795
Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut
X= Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana
Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut
Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut
Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana
Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois
Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana
Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida
having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint,
up to the amount of unlimited:
Stanley D. Loar, Charles R. Shoemaker, Nancy L. Hamilton, Roger C. Dickinson, Rosemarie Guanill,
Mark M. Munekawa, Nerissa S. Bartolome, Jeffrey W. Parkhurst, Yvonne Roncagliolo, Kelly Holtemann,
Lawrence J. Coyne, Thomas E. Hughes, Thomas Edward Hughes of San Francisco, CA
their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as
delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments 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 permitted in any actions or proceedings allowed by law.
In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on January 22, 2004 the Companies
have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant
Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are
and will be bound by any mechanically applied signatures applied to this Power of Attorney.
.,+"'"�' � by ,,,•••upp��qb�,,.,,..�h, �''-•t..� g
,��A�{M�i : ;�we•.r•uci,'r w' 1,0�'r � - � r `+�p vF
`a �, � ' • rye r.r,r"l� • ••aliwf �s�. 19 i 6 z t,� i^ ., 1.97 9
�.Y I974
♦ + :�'.. •;��i �^•ewsN Py`A'1't9`t J • � ., 'x,N915 - +HnN'•c .�:.��
Paul A. Bergenholtz, Assistant Secretary M. Ross Fisher, Assistant Vice President
STATE OF CONNECTICUT
ss. Hartford
COUNTY OF HARTFORD
On this 1" day of February, 2004, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and
say: that he resides in the County of Hartford, State of Connecticut; that he is the Assistant Vice President of the Companies, the corporations
described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said
instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his
name thereto by like authority.
+ * Scott E. Paseka
Notary Public
CERTIFICATE My Commission Expires October 31, 2007
I, the undersigned, Assistant Vice President of the Companies, 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 still in full force effective as of SEPTEMBER 24, 2007
Signed and sealed at the City of Hartford.
eye".
�r�� �; �-.;• \; 4�^•easa9 �g �i+F •�� }.sit+ 1,� • •� '`"`,'Rir�o,s' �enu'�' �i�`;,r�mr7".
/111C
Gary W. Stumper, Assistant Vice President
BOND EXECUTED IN TWO IDENTICAL COUNTERPARTS BOND NO. 57BCSES6046 —M
PREMUM: (INCLUDED)
CITY OF UKIAH
Mendocino County, California
DEFECTIVE MATERIAL AND WORKMANSHIP (MAINTENANCE) BOND
KNOW ALL MEN BY THESE PRESENTS,
Thatwe, REPUBLIC INTELLIGENT TRANSPORTATION SERVICES, INC.
and HARTFORD FIRE INSURANCE COMPANY
as PRINCIPAL
as SURETY,
are held and firmly bound unto the City of Ukiah as Obligee, in the penal sum of
SEVENTY—TWO THOUSAND THREE HUNDRED TWELVE AND 50/100THS—
-------------------------------------- ( 72,312.50 1,
(5 PERCENT OF THE FINAL CONTRACT AMOUNT)
to which payment well and truly to be made, we do bind ourselves, our and each of our heirs, executors,
administrators successors and assigns jointly and severally, firmly by these presents.
WHEREAS, the said Principal entered into a Contract with the City Of Ukiah
dated SEPTEMBER 24, 2007
for
TRAFFIC SIGNAL EQUIPMENT UPGRADE, SPECTFICATION NO 07-19
WHEREAS, said Contract has been completed, and was approved on the 24TH day of SEPTEMBER,
2007
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that i` the Principal shall guarantee
that the work will be free of any defective materials orworkmanship which become apparent during the period of
one (1) year following completion of the Contract, then this obligation shall be void, otherwise to remain in full
force and effect, provided however, any additional warranty or guarantee whether expressed or implied is
extended by the Principal or Manufacturer only, and the surety assumes no liability for such a guarantee_
Signed, sealed, and dated this 24TH
REPUBLIC
a ures R , Waco ror V? Er
ncipal
day of SEPTEMBER , 2007
ATION 5ERVICF5 e9DNC.
nee"riq (Seal).
HARTFORD FIRE IN URA CE C (Seal)
BY: ' ` (Seal)
KELLY HOLTEMANN ATTORNEY—TN—FACT (Se tj
Surety
TRAFFIC SIGNAL EQUIPMENTUPGRADE 87
ACKNOWLEDGMENT
State of California
County of SONOMA
On 9/24/07 before me, J. DeLUCA, NOTARY PUBLIC
(here insert name and title of the officer)
personally appeared KELLY xOLTEMANN
personally known to me (or proved to me on the basis of satisfactory evidence) to be
the person( -s} whose names} is/ate subscribed to the within instrument and
acknowledged to me that #e/she/ -executed the same in 4/herf authorized
capacity0es), and that by 4:44s/her/t4e+r signature* on the instrument the person),
or the entity upon behalf of which the person( -s-} acted, executed the instrument.
WITNESS my hand and official seal. d. DE LUCA
O;`?NIM. #1521691 9
.� Q € Eif�"`AR PUBLIC -CALIFORNIA 0
Signature MY e?rt rrufA COUNTY
g � : �� :: r, LXPire$ Oct. 24,20M
(Seal)
Direct Inquiries/Claims to:
ATTORNEY THE HARTFORD
POWER OF BOND, T-4
P.O. BOX 2103, 690 ASYLUM AVENUE
HARTFORD, CONNECTICUT 06115
call: 888-266-3488 or fax: 860-757-5835
KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 57-554795
0 Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut
FHartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana
FHartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut
Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut
Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana
Hartford insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois
Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana
Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida
having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint,
up to the amount of unlimited:
Stanley D. Loar, Charles R. Shoemaker, Nancy L. Hamilton, Roger C. Dickinson, Rosemarie Guanill,
Mark M. Munekawa, Nerissa S. Bartolome, Jeffrey W. Parkhurst, Yvonne Roncagliolo, Kelly Holtemann,
Lawrence J. Coyne, Thomas E. Hughes, Thomas Edward Hughes of San Francisco, CA
their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as
delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments 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 permitted in any actions or proceedings allowed by law.
In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on January 22, 2004 the Companies
have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant
Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are
and will be bound by any mechanically applied signatures applied to this Power of Attorney.
i r s.: dfPR
�sl esR�,�
o�tu(e� f a 4,0'A rfA
;wa•.r
1.
Q :,� •�. c.1..rrt lvtrn � '•ararw► � �2$?9;er i.y iy'T$rr^^ ..V
;:y,•'r 797
%g'•!{�•--`--`jX���—
Paul A. Bergenholtz, Assistant Secretary M. Ross Fisher, Assistant Vice President
STATE OF CONNECTICUT
ss. Hartford
COUNTY OF HARTFORD
On this 151 day of February, 2004, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and
say: that he resides in the County of Hartford, State of Connecticut; that he is the Assistant Vice President of the Companies, the corporations
described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said
instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his
name thereto by like authority.
* + Scott E. Paseka
Notary Public
CERTIFICATE My Commission Expires October 31, 2007
I, the undersigned, Assistant Vice President of the Companies, 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 still in full force effective as of SEPTEMBER 24, 2007
Signed and sealed at the City of Hartford.
^r9j_�.,y+"°m� _ Sr�Wwet,�v-=- *`°}►°�'
1$67 � ' • g R ^c ;•moi • ' �
,`+ ►w^ ��:ti1Rtf ntv' � �}oNYw► � :f:i 2g "f 9 �_ a�.2s ty7$ 2 j97Q
r� �; `� Tis, �`� '4�r*,•art° 1d` �JirR ..�9` fie' ► '� 3''�''rt rr}oi�� ry �•� . �:.�- '.
C-1 .� .__
Gary W. Stumper, Assistant Vice President