HomeMy WebLinkAboutGranite Construction Company 2018-07-020.00 d ►7i8z3i
CITY OF UKIAH
Mendocino County, California
AGREEMENT
FOR
2018 STREET REHABILITATION PROJECT
SPECIFICATION NO. 18.01
THIS AGREEMENT, made this Z do day of --:t kL-Lr , 200 , by and between the City of
Ukiah, Mendocino County, California, hereinafter called the City and GRANITE CONSTRUCTION CONI ANY 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, spec,fications and drawings and has caused to be published in the manner and for the time required
by law a notice to bidders inviting sealed proposa;s 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 for the 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 sixty (60) 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
2018 STREET REHABILITATION PROJECT 52 Spec No 18-01
Article Il. 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.
(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 contract or 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
2018 STREET REHABILITATION PROJECT 53 Spec. No 18-01
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.
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 revolted 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, wh!ch 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
2018 STREET REHABILITATION PROJECT 54 Spec. No. 18-01
Article IV. Parts of the Contract.
That the complete contract consists of the following documents. ail of which shall be considered a part of th+s
agreement
1. Notice to Bidders
2, Wage Rates
3. General Conditions
4. Technical Specifications
5, Proposal
6. Fair Employment Practices Certification
7. Agreement
8. Contract Bonds
9. Contract Drawings and Construct -on 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 2nd day of July , 20_UL.
CITY OF UKIAH, MENDOCINO COUNTY CALIFORNIA
By
Attest-
Granite
ttest
Granite
By.
CONTRACTOR Kenneth B. Olson, Assistant Secretary
Attest SEE ATTACHED CERTIFICATE OF SECRETARY
Title. _ _ Secretary.
The foregoing contract is approved as to form and legality this day of K 20 !
CITY A _Y, CI Y O U I
2018 STREET REHABILITATION PROJECT 55 Spec No 18-01
GRANITE CONSTRUCTION COMPANY
CERTIFICATE OF SECRETARY
I, Richard A. Watts, Secretary of GRANITE CONSTRUCTION COMPANY, a
California corporation (the "Company"), do hereby certify that the following is a true and correct
copy of resolutions duly adopted on September 29, 2017 and effective October 16, 2017 by a
Unanimous Written Consent of the Board of Directors in accordance with the provisions of
Article III, Section 9 of the Bylaws of the Company, that the Directors acting were duly and
regularly elected; and that the resolutions adopted have not been repealed and are still in full
force and effect:
AUTHORIZATION To EXECUTE DOCUMENTS AND AGREEMENI's
RESOLVED, that the below listed officers are authorized to execute and deliver on behalf
of the Company all documents, agreements and undertakings required in connection with
construction contract formation and operations of the Company.
James H. Roberts
President & Chief Executive Officer
Laurel J. Krzeminski
Executive Vice President, Chief Financial Officer & Assistant Secretary
Philip M. DeCocco
Senior Vice President of Human Resources & Assistant Secretary
Kyle T. Larkin
Senior Vice President, Group Manager & Assistant Secretary
Richard M. Rantala
Senior Vice President, Business Development & Assistant Secretary
James D. Richards
Senior Vice President, Group Manager & Assistant Secretary
Dale A. Swanberg
Senior Vice President, Group Manager & Assistant Secretary
Mathew C. Tyler
Senior Vice President, Federal Group Operations & Assistant Secretary
Richard A. Watts
Senior Vice President, General Counsel, Corporate Compliance Officer
& Secretary
Jigisha Desai
Vice President of Corporate Finance, Treasurer, Assistant Financial
Officer & Assistant Secretary
Bradley G. Graham
Vice President, Controller, Assistant Financial Officer & Assistant
Secretary
Robert F. McTavish Vice President, Deputy Group Manager & Assistant Secretary
Nicholas B. Blackburn Director of Corporate Taxation & Assistant Secretary
Kenneth B. Olson Assistant Treasurer & Assistant Secretary
RESOLVED MRTHER, that the authority provided for herein shall be in accordance with
applicable policies, procedures and limits of authority previously approved and the Granite
Construction Incorporated Delegation of Authority and Policy then in effect.
Page I of 2
n�o�avvut�caRr c�„eo4�� cccx.ors..e�.,rnabe.•caunma•uw�Qu � cu�ro.w.�aFlnx�
AUTH0KjM or- To ATTnT?x&Nrs AND &G- EEKERTs
RmoLVED, that the below listed officers are authorized to attest documents, agreements
and undertakings required in connection with construction contract formation and operations of
the Company:
James H. Roberts
President & Chief Executive Officer
Laurel J. Krzeminski
Executive Vice President, Chief Financial Officer & Assistant Secretary
Philip M. DeCocco
Senior Vice President of Human Resources & Assistant Secretary
Kyle T. Larkin
Senior Vice President, Group Manager & Assistant Secretary
Richard M. Rantala
Senior Vice President, Business Development & Assistant Secretary
James D. Richards
Senior Vice President, Group Manager & Assistant Secretary
Dale A. Swanberg
Senior Vice President, Group Manager & Assistant Secretary
Mathew C. Tyler
Senior Vice President, Federal Group Operations & Assistant Secretary
Richard A. Watts
Senior Vice President, General Counsel, Corporate Compliance Officer
& Secretary
Jigisha Desai
Vice President of Corporate Finance, Treasurer, Assistant Financial
Officer & Assistant Secretary
Bradley G. Graham
Vice President, Controller, Assistant Financial Officer & Assistant
Secretary
Robert F. McTavish
Vice President, Deputy Group Manager & Assistant Secretary
Nicholas B. Blackburn
Director of Corporate Taxation & Assistant Secretary
Kenneth B. Olson
Assistant Treasurer & Assistant Secretary
Kenneth M. Smith
Group Counsel & Assistant Secretary
Jason M. Jasper
Group Counsel & Assistant Secretary
``��titit��rrli
ON S
�+ �i; • coRA.•G
Dated; January 4, 2018
/C� �: 0'
n,,
Richard A. Wad y : Z
�,� ��;••• Ddb `�
'lNti�ti��•
Page 2 of 2
TjmL.j C)COUAtLCW Cap=UG04*27 Cmitoo:tSW WVAVIM-C.66M.iM4CICaa !odic J0.1:•r"dm
INDEMNIFICATION AGREEMENT
This Indemnification Agreement is made and entered in Ukiah, California, on �u4Y , 20 /0 ,
by and between the City of Ukiah (Ukiah) and
Contractor is
GRANITE CONSTRUCTION COMPANY
PERFORMING WORK AS SPECIFIED IN SPECIFICATION NO 18-01 2018 STREET REHABILI-ATiON PRO,.CC1
for Ukiah.
(Contractor)_
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
6a, --
TITLE Kenneth B. Olson, Assistant Secretary
2018 STREET REHABILITATION PROJECT r)r Spec No 18-01
Bond No.: 106895540
CITY OF UKIAH
Mendocino County, California
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS,
That we the undersigned, Granite Construction Company
AS PRINCIPAL, and
Travelers Casualty and Surety Company of America
AS SURETY,
are held firmly bound unto THE CITY OF UKIAH, hereinafter called the "City". in the penal sum of
One Million One Hundred Ninety -Three Thousand Five Hundred Ninety Two dollars ($ 1_;_193.592.00 l
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 City. dated �u`'Y 2,JP20 8
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 thereof
that 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 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 the -r
seals hereto this 2nd day of July 12018
In the presence of
WITNESS:
NIA (SEAL)
(Individual Principal)
NIA
(Business Address)
(City/State/Zip Code)
2018 STREET REHABILITATION PROJECT 57 Spec No 18-01
Executed in 2 Counterparts
Granite Co
nst
Vicki Fox �T T x By:
(Corporate Principal) Kenneth B. Olson, Assistant Secretary
ATTEST:
SEE ATTACHED CERTIFICATE OF SECRETARY
1324 State Street
(Business Address) �\o�C0MPq
Ukiah. CA 96482
(City/State/Zip Code)
W e= *�
0 :7 ' GP`' • �
41111111110
(Corporate Principal) Affix
Corporate
Sea!
(Business Address)
(City/State/Zip Code)
Travelers Casualty and Surety Company of America
ATTEST:
See attached Power of Attorney By: �JA� Affix
(Corporate Surety)
in Fact Seal orate
Ashley Stinson, y- -
1 Tower Square
(Business Address)
Hartford, CT 06183 _
(City/StatelZip Code)
The rate of premium on this bond is $ 2.20 per thousand
The total amount of premium charges is $ 2,626.00
(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 CORPOR TE PRINCIPAL)
See attached Ackowled ement and Certificate of Secretary I
!,I certify that I am the
Secretary of the corporation named as Principal in the foregoing bond,
that who signed the said bond on behalf of the Principal, was
then of said corporation; that I know his signature, and
that his signature thereto is genuine; and that said bond was duly signed, sealed, and attested to for and in
behalf of said corporation by authority of its governing body.
Affix Corporate Seal
2018 STREET REHABILITATION PROJECT 50 Spec No 18-(
ng
Anotary public fesother lytheficcrityofteindithis ACKNOWLEDGMENT
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or validity
of that document.
State of California
County of Santa Cniz )
On July 2, 2018
before me,
V.J. Fox, notary public
(insert name and title of the officer)
personally appeared Kenneth B. Olson and Ashley Stinson
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
i ren (Seal)
V.J. Fox, notary public
V. J. Fox
Commisslon # 2124a12
Z : -+� Notary Public - California i
' Santa Cruz County A
My Comm. Ex Tres Sep 15.2019 r
Bond No.: 106895540
CITY OF UKIAH
Mendocino County, California
MATERIAL AND LABOR BOND
KNOW ALL MEN BY THESE PRESENTS,
That we the undersigned, Granite Construction Company
AS PRINCIPAL,
and
Travelers Casualty and Surety Company of America , AS SURETY,
are held firmly bound unto THE CITY OF UKIAH, hereinafter called the "City" in the penal sum of
One Million One Hundred Ninety -Three Thousand Five Hundred Ninety Two
dollars ($ 1,193,592.00 }
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 City, dated `]+,
20lj?�,
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 thereof
that 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 in
the prosecution of the work under the Contract, in default of which such persons shall have a d rect 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
modrfication, extension, or forbearance is hereby waived.
IN WITNESS WHEREOF the aforesaid Principa. and Surety have executed this instrument and affixed their
seals hereto this 2nd day of .lily .20 IS
In the presence of
WITNESS:
NIA
(SEAL)
(Individual Principal)
NIA
(Business Address)
2018 STREET REHABILITATION PROJECT t9 Spec No 18.01
Executed in 2 Counterparts
Vicki Fox
ATTEST:
SEE ATTACHED CERTIFICATE OF SECRETARY
(City/State/Zip Code)
Granite Construction Company
—(SEAL)
(Corporate Principal) Kenneth B. Olson, Assistant Secretary
1324 State Street—
(Business Address)
Ukiah, CA 95482
(CitylState/Zip Code)Zhu
:S,, QQ,N �•IH•`'• * ,,ice
t r
1r �
'0iIf 4SNOO �%
(Corporate Principal) Affix
Corporate
Seal
(Business Address)
(City/State/Zip Code)
Travelers Casualty and Surety Company of America
ATTEST: 01-1 _
See attached Power of Attorney By:"... _ Affix
AshbCo orate S rety) Corporate
y S inson, ,�ttorney-in-Fact Seal
1 Tower Square
(Business Address)
Hartford, CT 06183
(City/State/Zip Code)
The rate of premium on this bond is $ per thousana,
The total amount of premium charges is $ Premium is included in Performance Bond
(The above is to be filled in by Surety Company) (Power of Attorney o} person signing for Surety Company must
be attached).
CERTIFICATE AS TO CORPORATE PRINCIPAL)
attached Ackowledoement and Certificate of Secretary
I that I am the
Secretary of the corporation named as Principal in the foregoing bond;
that , who signed the said bond on behalf of the Principal, was
then of said corporation; that I know his signature, and
that his signature thereto is genuine; and that said bond was duly signed, sealed, and attested to for and in
behalf of said corporation by authority of its governing body.
Affix Corporate Seal
2018 STREET REHABILITATION PROJECT 60 Spec No 18-01
A notary public or other officer completing this
certificate verifics only the idcntity ofthe individual ACKNOWLEDGMENT
who signed the document to which this certificate is
attached, and not the ttuthfulness, accuracy, or validity
of that document.
State of California
County of Santa CaL )
On July 2, 2018 before me,
V.J. Fox, notary public
(insert name and title of the officer)
personally appeared Kenneth B. Olson and Ashley Stinson
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
V.J. Fox, notary public
V. J. FOX
Commission #f 2124012 a
a -ri Notary Public - California p
x ' Santa Cruz County
(Sods) My Comm. Ex fres See 15, 2019
Bond No.: 106895540
CITY OF UKIAH
Mendocino County, California
DEFECTIVE MATERIAL AND WORKMANSHIP (MAINTENANCE) BOND
KNOW ALL MEN BY THESE PRESENTS,
eTFTi1MOTO
, as PRINCIPAL
and Travelers Casualty and Surety Company of Americ
as SURETY,
are held and firmly bound unto the City of Ukiah as Obligee, in the penal sum of
One Million One Hundred Ninety -Three Thousand Five Hundred Ninety Two ($ 1,193,592.00 )
1�►}�IIA�111�11IIf��{IA1]�1�%1�IT1(100% of the original 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
for 2018 STREET REHABILITATION PROJECT
WHEREAS, said Contract has been completed, and was approved on the day of u
ZDf$
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Pnncipal shall guarantee
that the work will be free of any defective materials or workmanship 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 2r)d day of July 20I$_.
Kenneth B. Olson, Assistant Secretary (Seal)
Principal
Travelers_C:acualty and Signty Company of America (Seal)
BY: c`� ^' (Seal)
Ashley Stinson, Attorney -in -Fact {Sea')
Surety
vCSloly
•� 0TF'• CO
.y
1
tZ=
moi, �'•..CAV
2018 STREET REHABILITATION PROJECT 62 Spec. No 18-01
Executed in 2 Counterparts
A notary public or other officer completing this
certificate verifies only the identity of the individual ACKNOWLEDGMENT
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or validity
of that document.
State of California
County of santa cn,7.)
On July 2, 2018
before me, V.J. Fox, notary public
(insert name and title of the officer)
personally appeared Kenneth B. Olson and Ashley Stinson
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
V. J. FOX
Commission # 2124012
Notary Public • California z
Santa Cruz County n
Signer 1 my Comm. Expire Se 15, 2019
lv- .J. Fox, notary public
TRAVELERS
POWER OF ATTORNEY
Travelers Casualty and Surety Company of America
Travelers Casualty and Surety Company
St. Paul Fire and Marine Insurance Company
Attorney -In -Fact No. 232494
KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St.
Paul Fire and Marine Insurance Company are corporation duly organized under the laws of the State of Connecticut (herein colledivey caped the
'Companies"), and that the Companies do hereby make, constitute and appoint Ashley Stinson, of the City of watsonvlliay State of carHonris, their
true and lawful Attorney -In -Fad to sign, execute, seal and acknowledge any and all bonds, reoognizances, oonditionai undertaldngs and other writings
obligatory In the nature thereof on behalf of the Companies In their bustrhess of guaranteeing the fidelity of persons, guaranteeing the performance of
contracts and a mAng or guaranteeing bonds and undertaldrgs required or permitted In any actions or proceedings alkrwed by taw.
This Power of Attorney Is ftftd to bonds, recognizance% conditional undertakings and other wrNngs obligatory In the nature thereof for
GraMfe Construction Incorporated and all subsidimlos and &Mhrtes, alone or M Joint venhrre.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 3rd day of
February, 2017.
Travelers Casualty and Surety Company of America
Travelers Casualty and Surety Company
St. Paul Fire and Marine Insurance Company
State of Connecticut
City of Hartford ss.
BY: �—
Robert L Raney, Senior Vice President
On this the 3rd day of February, 2017, before me personally appeared Robert L Raney, who admowledged h mself to be the Senior Vice President
of Travelers Casualty and Surety Company of America, Travelers Casuatty and Surety Company, and St. Paul Fire and Marine Insurance Company, and
that he, as such, being authorized so to do, executed the foregoing instrument for the purposes thereln contained by signing on behalf of the corporations
by himself as a duly authorized officer.
In Witness Whereof, I hereunto set my hand and official seal.
My Commission expires the 30th day of ]une, 2021
0
Mane C. Tetreault, Notary Public
This Power of Attorney Is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and
Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance 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, recogni:anoes, 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 Moe President or any Vice President
may delegate all or any part of the foregoing autlwrity 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 Viae President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary
and duly attested and seated 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 -Fad for purposes ony 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 rt Is attached.
1, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Suety Company,
and St. Paul Fire and Marine Insurance 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 will remain In full force and effect through December 31, 2018.
Bonds Executed on July 2, 2018
Kevin E. Hughes, Assistant Secretary
To WrIfY the 890entldty of ticks Power ofAttamey, call 14W-421-3800 t o contact us. Please refer fn Me Attame y -In -kraut number,
the aboy"amed Individual and the details of the bond to which the poweris attached.