Loading...
HomeMy WebLinkAboutWipf Construction 2024-06-20CITY OF UKIAH Mendocino County, California AGREEMENT FOR COU No. 2324-224 GOBBI CKT 202 SWITCHING AND RELIABILITY ENHANCEMENT PROJ ECT SPECIFICATION NO. 24-04 THIS AGREEMENT, made this 20th day of June , 2024, by and between the City of Ukiah, Mendocino County, California, hereinafter called the City and Wipf Construction LLC, hereinafter called the Contractor, WITNESS ETH: 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 1 O 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 One Hundred and Eighty (180) 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. 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 GOBBI CKT 202 SWITCHING AND RELIABILITY ENHANCEMENT PROJECT 65 Spec. No. 24--04 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 Ili. 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 contractorfor 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 bidden' 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. 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. GOBBI CKT 202 SWITCHING AND RELIABILITY ENHANCEMENT PROJECT 5G Spec.No.24-04 (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. 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 Rates 3. General Conditions 4. Technical Specifications GOBBI CKT 202 SWITCHING AND RELIABILITY ENHANCEMENT PROJECT 57 Spec.No.24-04 19th July 24 19th July 24 Darcy Vaughn (Aug 5, 2024 09:20 PDT) Darcy Vaughn Kristine Lawler (Aug 13, 2024 07:30 PDT) Kristine Lawler CONTRACTOR/SUBCONTRACTOR WORKER CLASSIFICATION The California Department of Industrial Relations(DIR) requires a registration number for all contractors and subcontractors who perform work on public works projects as defined in Labor Code Section 1720. No contractor or subcontractor may be awarded a contract,on a public works project, unless registered with the Department of Industrial relations pursuant to Labor Code section 1725.5. Additionally, contractor and subcontractor are required to furnish electronic certified payroll record to the Labor Commissioner. Revise and resubmit if changes occur with subcontractors during project. Project No. Project Title SPEC 24-04 GOBBI CICT SWITCHING&REL.IABILrtY ENHANCEMENT PROJECT Prime Contractor(All fields must be completed) Name of Prime Contractor Pr me Contractors License Number Prime Contractor's DIR Registration# WIPF CONSTRUCTION LLC 629598 1000064006 Mailing Address(street Number or P.O.Box) City State Zip Code P.O.BOX 234 UKIAH CA 95482 Prime Contractors Telephone Number Prime Contractors Email Address 707462.8741 wipf@pacbell.net Project Manager(Name) Project Manager's Email Address Project Managers Phone Number LRNE 5T W IPF wipf@pacbell.net 707-462.8741 Prime Contractor's Worker Classifications(select classifications that apply) ❑ASBESTOS ❑ BOILERMAKER ❑ BRICKLAYERS ❑ CARPENTERS ❑CARPET/LINCILEUM ❑CEMENT MASONS ❑ DRYWALL FINISHER ❑ DRYWALL/LATHERS ❑ ELECTRICIANS ❑ ELEVATOR MECHANIC ❑ GLAZIERS ❑ IRON WORKERS ❖ LABORERS ❑ MILLWRIGHTS X OPERATING ENGINEER ❑ PAINTERS ❑ PILE DRIVER ❑ PIPE TRADES ❑ PLASTERERS ❑ ROOFERS ❑SHEET METAL ❑SOUND/COMM ❑ SURVEYORS ❖TEAMSTER ❑TILE WORKERS !Check this box to indicate there are no other subcontractors and agree to report any subcontractors if used while providing services to City of Ukiah. INDEMNIFICATION AGREEMENT This Indemnification Agreement is made and entered in Ukiah, California, on June 20 , 20 24 , by and between the City of Ukiah (Ukiah)and Wipf Construction LLC (Contractor). Contractor is performing work as per Specification 24-04 Gobbi CKT Switching and Reliability Enhancement Project 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: TITLE: GOBBI CKT 202 SWITCHING AND RELIABILITY ENHANCEMENT PROJECT 59 Spec.No.24-04 Bond No. 108014195 Premium is subject to adjustments based on the final contract price. CITY OF UKIAH Premium: 1,485.00 Mendocino County, California FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That we the undersigned, WIPF Construction, LLC AS PRINCIPAL, and Travelers Casualty and Surety ComDany of America AS SURETY, ' are held firmly bound unto THE CITY OF UKIAH, hereinafter called the"City", in the penal sum of Qae Hundred Thift Thgusand Two Hundred Ninely and 00/100 dollars($130,290.00 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 June 20 , 20 24 , 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 their seals hereto, this 9th day of Jul .20 24 In the presence of; WITNESS: (SEAL) (Individual Prin al) mest M.Wipt 1300 Hastings Road (Business Address) Ukiah CA 95482 (City/State/Zip Code) G0861 CKT 202 SWITCHING AND RELIABILITY ENHANCEMENT PROJECT 60 Spec.No.24-04 WITNESS: WIPF Construction, LLC (SEAL) (Corporate Principal) 1300 Hastings Road (Business Address) Ukiah CA 95482 (City/State/Zip Code) ATTEST: (Corporate Principal) Affix Corporate Seal (Business Address) (City/State/Zip Code) ATTEST3 I Travelers Casu an Su o of America &—C4WdW Ma M Fie[Affix e y emar (Corporate Surety) Corporate Seal 11090 White Rock Road*100 (Business Address) Rancho Cordova CA 95670 (City/State/Zip Code) The rate of premium on this bond is$ 11.40 per thousand. The total amount of premium charges is$1,485.00 - (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) 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 GOBBI CKT 202 SWITCHING AND RELIABILITY ENHANCEMENT PROJECT 51 Spec No 24-04 STATE OF Nevada COUNTYOF Washoe On July 9,2024 , before me, Shelly Demaray,Notary Public (here insert name of notary) personallyap)veared Andrea Cantlon (name(s)of Signer(s)) Personally known to me(or proved to me on the basis of satisfactory evidence)to be the person(s)whose names)Ware subscribed to the within instrument and acknowledged to me that he/sheithey executed the same in hislherAheir authorized capacity(ies), and that by hisftrltheir signatures)on the instrument the person(s), or the entity upon behalf of which the person(s)acted,executed the instrument. WITNESS my hand and offtciat seal. Signature 21, (SEAL) SHELLY DEMRRAY • Notary Public-State n{Nevada .• Appointment Recorded rn Washoe County ' Nc:22.8289.02•Eltpires January i0.2028 This area for Official Notarial Seal OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLES) TITLE OR TYPE OF DOCUMENT ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY-IN-FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S)OR ENTITY(IES) SIGNER(S)OTHER THAN NAMEDABOVE ID-1232(REV.5109) ALL-PURPOSE ACKNOWLEDGEMENT ITr.0 velers Casualty and Surety Company of America velers Casualty and Surety Company TRAVELERS.� . Paul Fire and Marine Insurance Company POWER OF ATTORNEY 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 corporations duty organized under the laws of the State of Connecticut (herein collectively called the"Companies").and that the Companies do hereby make,constitute and appoint Andrea Cannon of RENO . Nevada , their true and lawful Attomey(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizanees, 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 permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 21st day of April. 2021. �rllafWf)�� `,'�i.+rip♦� cam 8 iuRTFoao, 07do= • -r�`r�Ma�t �KIL State of Connecticut By: r4'4( City of Hartford ss. Robert L.Raney,Senlor Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. f OT AM My Commission expires the 30th day of June,2026 . �.Anna P.Nowik,Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies.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 Attomeys-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 bands, 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 Attomeys-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 Atiomeys-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, Kevin E. Hughes, the undersigned, Assistant Secretary of each 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 remains in full force and effect. Dated this 9th �y day of July 2024 r OOYI KfUIiFOiD, . YJ Gti � t �. C Kevin E.Hughes,Assistant Secretary To verify dire audhenbictibyofdds Power ofAtdvhrhey,PISAW call to at 1-800-421-38= Alea w refiner to Me above-named AKarney(s)-in-Fact and the details ofdw bond to which this Power ofAftormy Ls attmD rl. Bond No. 108014195 Premium is included in the performance bond. CITY OF UKIAH Mendocino County, California MATERIAL AND LABOR BOND KNOW ALL MEN BY THESE PRESENTS, That we the undersigned, WiPF Construction, LLC 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 Hundred Thirty Thousand Two Hundred Ninety and 00/100 dollars($130,290.00 _ } 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 June 20 .20 24 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 their seals hereto,this _9th_ day of July ,2024 In the presence of: WITNESS: r (SEAL) (Individual Princ I) t M.Wept 1300 Hastings Road (Business Address) Ukiah, CA 95482 (City/State/Zip Code) GOBBI CKT 202 SWITCHING AND RELIABILITY ENHANCEMENT PROJECT 62 Spec.No.24-04 WITNESS: WIPF Construction, LLC (SEAL) (Corporate Principal) 1300 Hastings Road (Business Address) Ukiah CA 95482 (City/State/Zip Code) ATTEST: (Corporate Principal) Affix Corporate Seal (Business Address) (City/StatelZip Code) ATTEST: Tray Company of America It a Itynd Sure Affix "ShellyDm (Corporate urety) Corporate Seal 11090 White Rock Road#100 (Business Address) Rancho Cordova CA 95670 (City/State/Zip Code) The rate of premium on this bond is$11.40 per thousand. The total amount of premium charges is$.1_485.00 (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) 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 GOBBI CKT 202 SWITCHING AND RELIABILITY ENHANCEMENT PROJECT 63 Spec.No.24-04 STATE OF Nevada COUNTY OF Washoe } On July 9,2024 , before me, Shelly Demaray,Notary Public (here insert name of notary) persoinmllyappeared Andrea Cantlon (name(s)of Signer(s)) personally known to me(or 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 halsha4hey executed the same in his/her/lheir authorized capacity(ies), and that by NwherAheir signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s)acted,executed the instrument. WITNESS my hand and of ial seal ............. SHELLY DEMARAY Signature (SW Notary Public-State of Nevada I Appointment Recorded in Washoe County No:22-8289.02.Expires January 10 2026 This area for Official Notarial Seal OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TRLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY-IN-FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S)OR ENTITY(IES) SIGNER(S)OTHER THAN NAMED ABOVE ID-1232(REV.5109) ALL-PURPOSE ACKNOWLEDGEMENT Al' T Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERS St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY 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 corporations duly organized under the laws of the State of Connecticut (herein collectively called the"Companies').and that the Companies do hereby make,constitute and appoint Andrea Cantlon of RENO m. Nevada , their true and lawful Attoey(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, reoognizances, 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 permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed, and their corporate seats to be hereto affixed,this 21st day of April, 2021. `J •` P COWL FiANTFOip, < " 'p,1 State of Connecticut By: City of Hartford ss. Robert L.RaneyrSenior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. �N y� IN WITNESS WHEREOF I hereunto set my hand and official seal. LCTAM I t My Commission expires the 30th day of June,2026 +r +w *! �{ n r� Anna P.Nowik,Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies,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 Attomeys-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 seat 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 Attomeys4n-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 Attomeys-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, Kevin E. Hughes, the undersigned, Assistant Secretary of each 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 remains in full force and effect. Dated this 9th day of July 2024 wown � - - —&Kevin E.Hughes,Assilitant Secretary To veMY the 8rr6WWhaity of this Power ofAttie nwy,please call as at 1-80"21-30= phase caller to Me above-named Affmwy(s)-ln-Fact and the details of Me hand to which this PowerefAltnrner is attWmd. DIRECTIONS FOR PREPARATION OF PERFORMANCE AND MATERIAL AND LABOR BOND 1. Individual sureties, partnerships, or corporations not in the surety business will not be acceptable. 2. The name of the Principal shall be shown exactly as it appears in the Contract. 3. The penal sum shall not be less than required by the Specifications. 4. If the Principals are partners or joint venturers,each member shall execute the bond as an individual and state his place of residence. 5. If the Principal is a corporation, the bond shall be executed under its corporate seal. If the corporation has no corporate seal, it shall so state and affix a scroll or adhesive seal following the corporate name. 6. The official character and authority of the person(s)executing the bond for the Principal, if a corporation, shall be certified by the Secretary or Assistant Secretary thereof under the corporate seal, or copies attached to such records of the corporation as will evidence the official character and authority of the officer signing,duly certified by the Secretary or Assistant Secretary,under the corporate seal,to be true copies. 7. The current power-of-attomey of the person signing for the surety company must be attached to the bond. 8. The date of the bond must not be prior to the date of the Contract. 9. The following information must be placed on the bond by the surety company: a. The rate of premium in dollars per thousand; and b. The total dollar amount of premium charged. 10. The signature of a witness shall appear in the appropriate place attending to the signature of each party of the bond. 11. Type or print the name underneath each signature appearing on the bond. 12. An executed copy of the bond must be attached to each copy of the Contract (original counterpart) intended for signing. GOBBI CKT 202 SWITCHING AND RELIABILITY ENHANCEMENT PROJECT G4 Spec.No.24-04 Bond No. 108014195 CITY OF UKIAH Premium is included in the Mendocino County, California performance bond. DEFECTIVE MATERIAL AND WORKMANSHIP(MAINTENANCEI BOND KNOW ALL MEN BY THESE PRESENTS, That we, . WIPF_Construction, LLC as PRINCIPAL and Travelers Casualty and Suret y Company of America , as SURETY, are held and firmly bound unto the City of Ukiah as Obligee, in the penal sum of Six Thousand Five Hundred Fourteen and 501100 Dollars {g 6 514.50 (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 June 20,2024 for GOBBI CKT 202 Switching and Reliability Enhancement Project. Specification No. 24-04 WHEREAS, said Contract has been completed, and was approved on the day of NOW,THEREFORE,THE CONDITION OF THIS OBLIGATION IS SUCH,that if the Principal 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 9th day of July , 20 24 WIPF Construction LLC (Seal) BY: (Seal) Principal WI Emest M. t (Seal) Travelers a ual and Surety Pqmpany of America(Seal) BY: (Seal) Andrea C_antlon, Attomey-In-Fact (Seal) Surety GOSBI CKT 202 SWITCHING AND RELIABILITY ENHANCEMENT PROJECT 65 Spec.No.24-04 STATE OF _ Nevada COUNTYOF Washoe } On July 9,2024 , before me, Shelly Demaray,Notary Public (here insert name of notary) person*appeared - - - - Andrea Candon name(s) of Signer(s)) personally known to me(or 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 helshe/they executed the same in his/herAheirauthodked capacity(ies), and that by histherAheir signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s)acted,executed the instrument. WITNESS my hand and official seal. ........................................ ..... SHELLY DEMARAY Signature (SEAL) Notary Public-State of Nevada F Appointment Recorded is Was4w County No 22.8289-02.Exp,res January t6,2fiQ6 This area for Official Notarial Seal {'{ OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER _ TITLE OR TYPE OF DOCUMENT rrrLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY-IN-FACT NUMBER OF PAGES LL ❑ TRUSTEE(S) ❑ GUARDIANICONSERVATOR ❑ OTHER: DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S)OR ENMY(3ES) SIGNER(S)OTHER THAN NAMED ABOVE ID-1232(REV.5109) ALL-PURPOSE ACKNOWLEDGEMENT Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company __A. TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY 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 corporations duly organized under the laws of the State of Connecticut (herein collectively called the"Companies").and that the Companies do hereby make,constitute and appoint Andrea Cantlon of RENO . Nevada , their true and lawful Attomey(s)-in-Fad to sign, execute, seal and acknowledge any and all bonds, recognizanoes, 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 permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 21st day of April, 2021. 8.QyLR Stale of Connect<cut By. City of Hartford ss. Robert L.Raneyr, for vice President On this the 21st day of April. 2021. before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF.I hereunto set my hand and official seal. /g,,_C2NJE-f)My Commission expires the 30th day of June,2026 r Anna P.Nowik,Notary Public This Power of Attorney is granted under and by the authority of the fallowing resolutions adapted by the Boards of Directors of each of the Companies.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 Attomeys-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 at the Secretary;and tt 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 Attomeys-in-Fad 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 mitten 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,arty 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 Attomeys-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, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attomey executed by said Companies.which remains in full force and effect. Dated this 9th day of July 2024 pOfwp} s'`'r 1y0. SIM Kevin E.Hughes,Assistant Secretary To verify the audhentiafy of this Power ofAttorney,pfease call his at f-811 0.421-38Ba7 Please refer to die above-named Attiorney(s)lir-Fact and eke details of the band to which ffrw Power ofAttorney is attached.