Loading...
HomeMy WebLinkAboutContracts & Agreements_71-1999_CCv0001.pdf AGREEMENT THIS AGREEMENT to furnish assessment district landscape maintenance service1999, s fond ontract o. 33-City o0 in the City of Redlands is made and entered into this 20th day of Ju y, Y ,hereinafter Redlands, a municipal corporation organized and exist d referred tooasthe Cant Stateocotor,aliwich t gether are the laws referred to as "City," and Campesino Landscape, he inaftersometimes referred to herein as the "Parties." RECD WHEREAS, Contractor has submitted to City a proposal to provide assessment district landscape maintenance services along public streets located within the city limits of City; and WHEREAS, the City Council of the City of Redlands has determined that it is in the best interest of City to enter into an agreement for said services on the terms and conditions hereafter set forth; NOW, THEREFORE, in consideration of the mutual promises contained herein, the City of Redlands and Campesino Landscape agree as follows: ARTICLE I TERM OF AGREEMENT AND SCOPE OF SERVICES 1.1 Term of Agreement. This Agreement shall be for a period of two (2) years commencing on October 1, 1999 and ending on September 30, 2441. The term may be extended by written agreement of both Parties on a year-to-year basis unless terminated pursuant to Article VI of this Agreement. 1.2 Contractor Duties and General ithte shall perform maintenance services in accordance whs specifications and special provisions for landscape maintenance, and ed herein by this reference described in the SPECIAL PROVISIONSkauttacmaterials, haetedhereto alrtached hereto and incorporated herein by rand erenceh Contractor's proposal,fact sheet, and p (collectively,the "Services")upon public rights-of-way located within the city limits of City. ts the 1.3 Contractor Familiarity with Scope of Services. By executing this Agreement, Contractor w�anit has following: (a) it has thoroughly investigated llbeeand rformed and fully considered acquainted himself with ththe Services to be enconditions there investigated the sites where Service P existing; (c) it has carefully considered how Services should be performed; and (d) it fully understands e facilities, difficulties, and restrictions attending conditions mate Tally different from thosece of Services under l inherent in Servicesor Contractor discover any latent or unknown as represented by City, Contractor shall immediately inform City of such fact and shall not proceed except at Contractor's risk until written instructions are received from the City's Public Works Director. ARTICLE II RESPONSIBILITIES OF CONTRACTOR r, equipment, 2.1 Equipment and Labor. Contractor shallpere and furnish at formance of Services. Co town ractpornshalllusebstandard equipmendt materials necessary for the satisfactory pyrma as necessary in order to perform landscape maintenance along City's Public rights-of-way in various areas as shown and specified. The machinery and equipment used by Contractor in the furtherance of this Agreement shall be clean and maintained in proper working conditions at all times. 2.2 Licenses and Permits. Contractor shall obtain, i Services ole cost and expense, all liceses, permits, and approvals required by law for its performance rovide City -tor shl 2 3 Performance Security. Concurrent with the execution of this Agreemnteeing Con ractor'spperformance withperformance Performance Bond and Payment Bond, satisfactory to City guaranteeing Services. ed has 2.4 Schedule. Contractor shall comply with the schedule for performan AREA MAPS and incorporated hereince bof Services attachy this reference. No landscapeereto LANDSCAPE MAINTENANCEstarted prior to 8:00 am (0800). Any schedule changes shall be as maintenance in residential areas shall be approved in writing by City's Public Works Director. which hauling is done, Contractor shall take care to prevent spillage on streets over 2.5 Spillage and Clean-up. ions shall be inimediately and any such spillage or debris deposited on streets due to Contractor's operat removed. se collected in its performance of Services and legally 2.6 Disposal of Refuse. Contractor shall dispose of all refu dispose of the same at Contractor's expense. Any transfer points for storage of refuse must be obtain ed by Contractor and approved by City's Public Works Director. In no case shall storage within City be in excess of one (1) week. cc Equipment. No preventativemaintenance other than 2.7 Maintenance and Parking of Landscape Maintenance is authorized within public right-of-way. Contractor's use of City-owned quick-fix(one hour or less)repairs is prohibited. Contractor shall provide its own cleanout/wash-down maintenance facilities and equipment area. its landscape maintenance program to include areas 2.8 Additional Work. In the event City desires to extend serves the right to increase, decrease, or constructed after the effective date of this Agreement, the City re maintain the bid price for additional services required of the Contractor. 2.9 Reports. Contractor shall prepare and submit on a quarterly basis during the term of this Agreement,reports g its performance of Services to City's Public Works Director. in duplicate concerning perform Services in a skillful and competent manner. 2.10 Standard of Care; Licenses. Contractor shall ermits, qualifications, and approvals of Contractor represents and warrants to City that it has all licenses, -p whatever nature that are legally required to perform Services. Contractor further repreof this Agreement.sents and warrants that is shall keep in effect all such licenses,permits, and other approvals during the term 2.11 Project Representatives. Contractor assigns LUIS ZERMENO as its representative who shall coordinate all aspects of Services. n chpresntaivesbeableoll reasonable times. Contractor may appoint another persoas its representative upon written notice to City. ARTICLE III CONTRACTOR EMPLOYEES AND AGENTS 3.1 Control and Payment of Subordinates. City retains Contractor on an independent basis, and Contractor is not an employee of City. The personnel performing Services on behalf of Contractor shall at all times be under Contractor's exclusive direction and control. Contractor shall pay all wages, salaries, and other amounts due such personnel in connection with their performance of Services as required by law. Contractor and obligations respecting such personnel, including,but not limited to: shall be responsible for all reports withholding; unemployment insurance; and workers' compensation social security taxes; income tax insurance. . (A)Employee Roster: Contractor shall maintain and provide to City's Public Works Director, 3.2 Employees e terms of this Agreement within City. The a current roster of all employees operating equipment under the Attire: At all roster shall include the names and social security numbers of the employees. (B) Employee Contractor shall require that all employees and agents of Contractor le to City's times during the term of this Agreement, rights-of-way be fully clothed in a manner acceptab actively engaged in the work upon public ight Public Works Director. ��RTICLE IV FEES AND PAYMENTS Compensation. Contractor shall receive compensation for Services rrendtwunder i this installments 4.1 Compe ent at the sum bid shall be paid rate stated in the bid proposal. The annual lump for all work satisfactorily completed as specified. working Compensation. Contractor shall provide to City a monthly statement within ten (10) g 4.2 payment of Compe hcompleted for which Services were rendered. City days following the close of each month indicating work comp all shall, within thirty (30) days of receiving such notify statement from Contractor, review the statement and pay approved charges thereon. City shall promptly Contractor of unapproved charges on the statements.enses which were not 4.3 Reimbursement of Expenses. Contractor shall not be reimbursed for any expenses previously authorized in writing by City. ARTICLE V INDEMNIFICATION AND INSURANCE by 5.1 Indemnification. All officers, agents, employees, subcontractors, and their agents, who are employed Contractor to perform Services shall be deemed officers, agents, and employees of Contractor. Contractor shall defend, indemnify, and hold City>its elected officials,officers,persons , hiding wrongfu, and agents �death,and �in any from any liability from loss, damage, or injury to property P out of or incidental to any acts, omissions, or willful misconduct of Contractor arising out manner arising iunder this Agreement, including without limitation the of or in connection with Contractor's performance payment of attorney's fees. 5.2 insurance. Contractor shall obtain, and shall require its subcontractors, if applicable, to obtain, insurance of the types and in the amounts described below and in a form satisfactory to City. commercial tain urrence version 5.2.1 Commercial General Liability Insurance. Contractor shall a combined single 1 mit of less than$1 000 per ith occurrence. If such insurance contains a g aggregate general liability insurance or equivalent form weneral a re ate limit, it shall apply separately to this Agreement or be no less than two times the occurrence limit. siness vehicle 5,2,2 Business Vehicle Liability Insurance. Contractor shall mainain le limit of not less than$1t0d0,u�0 Per occurrence. Su insurh insurance ce or equivalent form with a comburacombined single shall include coverage for owned, hired, and non-owned vehicle. with limits of not less than $1,000,000 Per accident. 5.2.3 Workers' Compensation Insurance. Contractor shall maintain workers' compensation insurance with statutory limits and employers' liability insuranceemployees, and agents 5.3 Additional Insureds.with Theinsurance Contractor's performance oame City, its ff Services. Suchinsured status shall contain as additional insureds P be no special limitations on the scope of its protection to the bo covering insureds. lm All insurance fricials officers, primary with respect to any insurance or self insurance programs employees, and agents and shall contain standard separation of insured provisions. erly 5.4 Certificates of Insurance. Contractor shall, prior b commencementCcertified of ofeendorrsementsish to City and policies, executed certificates of insurance, and, if request y such insurance which shall clearly evidence all insurance required by this Section.t upon thirty shall not dayslprinor written notice to be canceled, expire, or be materially reduced in coverage excep Po to City. required b this Agreernent during the entire 5.5 Term of Coverage. Contractor shall maintain all insurance req Y term of this Agreement. 5.6 Licensed Contractor. Contractor shall place all business thetth Stat�e urofers California an A M Best Company rating of no less than A.VIII and licensed ARTICLE VI TERMINATION 6.1 Termination by City. City,by written notice to Contractor,may terminate this Agreement that any time,with te or without cause,by giving written notice to Contractor of such termination,and specifying e effective da thereof, at least thirty (30) days before the effective date of such termination. Contractor shall discontinue all Services on the effective date of termination- rough the date In the event of such termination by City, Contractor shall be paid for Services performed th of termination,upon receipt of written documentation by City. No amount shall be paid for anticipated profit on unperformed Services. Services,y immediately takes action 6.2 immediate Termination by City. if Contractor, during the course of performing which constitutes an immediate danger to the public health, safety and geneal welfare,City ma terminate this Agreement by serving written notice upon Contractorr. Contractor shall immediately discontinue all Services upon receipt of such notice. In the event of such termination byity, Contractor shall be paid for Services performed through the profit te of termination,upon receipt of written documentation by City. No amount shall be paid for anticipated pro on unperformed Services. 6.3 Contractor's Termination. Contractor may not terminate this Agreement except for cause. 6.4 Work Product. If this Agreement is terminated as provided in Article VI, or the time that Contractor completes the work required under this Agreement, City may require Contractor to provide all records prepared or retained by Contractor in connection with the performance of Services. ARTICLE VII GENERAL PROVISIONS 7.1 Contractor Performance Review. Contractor performance may be reviewed by City monthly during the first three(3)months of this Agreement and once quarterly thereafter. Contractor will be notified in writing of the scheduled review time not less than seven (7) calendar days prior to the review date. 7.2 Interpretation of Specifications. In the event that the work to be done or any manner relative thereto is insufficiently detailed or explained by the Specifications, Contractor shall apply to City's Public Works Director for fin-ffier explanation as may be necessary and shall conform to such explanation or interpretation as may be consistent with the intent of the original Specifications. and Unauthorized Work. All work which is deficient in any of the requirements of the Provisions 7.3 Deficient table manner at its own expense. and Specifications shall be remedied and redone by Contractor in an accep nd the Specifications and Provisions Works Direcbtestaor madlished. Upon No compensation will be allowed for forthwith with any order of the Public any work beyo e under failure on the part of Contractor to comply the Provisions of this Agreement, City's Public Works Director may cause the deficient work to be redone at the expense of Contractor. suspend the performance of the Services, 7.4 Temporary Suspension of Work. City shall have the authority to wholly or in part, for such period as City deems necessary, due to unsuitable weatherdconditions considered y eem n ss unfavorable for the execution of the Services, or for such time as City ma ece ary due to Contractor's failure to comply with any Provision of this Agreement. Contractor shall immediately comply suspend the work wholly or in part, and shall not resume the work anti ordered to do so in l with the written order of City to writing by City's Public Works Director. contains the entire Agreement of the Parties with respect to the subject Entire Agreement. This Agreement This 7.5 ns,understandings, and verbal or written agreements matter hereof, and supersedes all prior negotiations, Agreement led by a writing signed by the Parties. A may only be modified g 7,6 Successors and Assigns. This Agreement shall be binding on the successors and assigns of the Parties,and shall not be assigned by Contractor without the prior written consent of City. regiment without portion of the work 7.7 Subcontracts. Contractor shall not subcontract any po k required by this Agreement be accomplished by a written prior written approval of City. All approved subcontractstion byif ythe subcontractor of all conditions and instrument. Such instrument shall contain an express assume terms and covenants contained in this Agreement. rtunit e to er and shall 7.8 Equal opportunityEmployment. Contractor represents that it is an equal oppo Y Y not discriminate againston the basis of race, calor, employee or applicant for employment with Contractor religion, national origin, ancestry, sex, or age. an to ee of City shall have any personal interest, direct or indirect, in 7.9 Conflict of Interest. No officer or employ this Agreement in violation of any Federal or State law. Contractor warrants t it itin s not and shall not Pay or give any third party any money or other consideration for obtaining g 7.10 Attorney's Fees. If either party commences an action against the other party arising out of or in connection with this Agreement, the prevailing party in such litigation shall be entitled to have and recover from the losing party reasonable attorney's fees and any resulting costs. 7.11 Governing Law. This Agreement shall be governed by and construed in accordance i the laws of the State of California. 7.12 Delivery of Notices. All notices pernutted or required under this Agreement shall be given to the respective Parties at the following address, or at such other address as the respective Parties may provide in writing for this purpose: CITY: CONTRACTOR: CAMPESINO LANDSCAPE City of Redlands 13023 THICKET PL Public Works Department g 1719 35 Cajon Street, Suite 222 CORONA CA, P O Box 3005 Redlands CA 92373 forty-eight (48) hours after Such notice shall be deemed made when personally paimailed, deposit in the United States Mail, frst class postage orepd return rpt requested and addressed to the party at its applicable address. 7.13 Scope of Work. Contractor will furnish all materials and dwill perform made p art of Contractl work to No.per-form-200.Landscape Maintenance project, complete, all as shown, pec 7.14 Contract Documents. The complete contract includes and of Formsthe , d Bonedocuments set forth herein,Per,to wit; mance Notice Inviting Bids, Instructions to Bidder, Proposal Addenda thereto. Bond, Payment Bond, Specifications, all referenced specifications, and any City I an person 715 Defense Obligation. Contractor shall defends andlcausestooff action,including death brought byofficials,officers, agents, and l any form and against any and all claims,losses,damages, or persons for or on account of any wrongful or negligent act or omission of Contractor, its employees or agents in connection with the performance of Contractor's obligation under this contract. IN WITNESS WHEREOF, the parties hereto have executed this Agreement in duplicate on the date first hereinabove written. CITY'S SEAL MA�or,'City of Redlands County of San Bernardino, California ATTEST: City Cie , City of d Coo of San Ber m , California CAMPEST C LANDSCAPE ________-------- Name of Cont etor Ey: Agent s J PRESIDENT CONTRACTOR'S SEAL Signatory's Title Signature of Authorized Agent(if necessary) Signatory's Title (if necessary) CERTIFICATION OF CONTRACTOR'S NON-DISCRIMINATION f goods or services to the City of Redlands, the firm listed below certifies that it As suppliers o in its employment with regard to race, cdirrectivesand executive orders s not discriminate State, and lca origin; that it is in compliance with all Federal, regarding non-discrimination in employment; and that it agrees he City's ntracpNo. 331 reg g in employmento ty -2500. aggressively the principle of equal opportunity We agree specifically: for 1. To establish or observe employment policies which affirmatively promote opportunities minority persons at all job levels. including p employees, 2. To communicate this policy to all persons eo servviin,minority communities,land to the outside recruiting services, especially those g minority communities at large. the company 3. To take affirmative steps to hire minority anon avail bleoregarding yees equal opportunity employment 4. To include any additional inform programs now in effect within the company. 2Name AMPESINO LANDSCAPE ontractor B Signature Authorized Agent PRESIDENT Signatory's Title I woRKE RS' COMPENSATION INSURANCE STATEMENT I, the undersigned and authorized agent for the Contractor, am aware of the provisions of to be ty Section 3700 of the Labor Code which requires every employer accordance against ovisionsof for workers' compensation or to undertake self-insurance to acco that code, and I will comply with such provisions before commencing the performance of the work under the City's Contract No. 33-2500. CAMPESINO LANDSCAPE Name of C Ltractor By: u on Agent PRESIDENT Signatory's Title .I Issued in two original counterparts Bond#CB027637 pERFORMA.l°+TCE BOND premium$896.00 WHEREAS, the City Council of the City of Redlands, State of Californiaenter (hereinafter designatedbas yiPrinc pal Campesino Landscape (hereinafter designated as Principal ) have, agrees to install and complete certain designated public improvements,which by said agreement dated July 20, 1999, and identified as Contract No. 33-2500, is hereby referred to and made a part hereof; and WHEREAS, under the terms of said agreement, Principal is required before entering upon the performance of the work, to furnish a good and sufficient faithful performance bond with the City. NOW, THEREFORE, said Principal and the undersigned as corporate surety, are held and firmly bound unto the City in the sum of forty four thousand,eight hundred nine dollars and ninety two cents. dollars ($ 44,809.92 ) for the payment of which sum well and truly to be made, we bind ourselves, our heirs, successors, executors and administrators,jointly and severally, firmly by these presents. The condition of this obligation is such that if the above bounded Principal, his or her heirs, executors, k administrators,successors or assigns, shall in all things stand to and abide by, and well and truly eep pc the covenants, conditions,and provisions in the said agreement and any alteration thereof made as therein provided, or his or her part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall defend, indemnify and save harmless the City, its elected officials, officers, agents, and employees, as therein stipulated, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. As a part of the obligation secured hereby and in addition the face amount specified therefor,there shall be included costs and reasonable expenses and fees, including attorney's fees incurred by the City in successfully enforcing such obligation,all to be taxed as costs and included in any Judgement rendered. The surety hereby stipulates and agrees that no change, extension of time, alteration o nadditi an to shall termsthe anywOf ise agreement or to the work to be performed thereunder or the specifications accompany' g theaffect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the agreement or to the work or to the specifications. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and surety named, on August 30, _____ , 1999. :C:ampr:esino, dscape (S ) National American Insurance C pSurety Princpal I BBy rge c ie,Attorney in Fact Y Signatu Sgnature Address: 1010 Manvel,Chandler,Ok 74834 Telephone: 2!8 l 877-9393 {Notarial Acknowledgments of Contractor and Surety, STATE OF CALIFORNIA SS COUNTY OF RIVERSIDE on AUGUST 30, 1999 ,before me, VERONICA L. PRATT NOTARY PUBLIC PERSONALLY APPEARED GEORGE J. BURCHFIEL , ATTORNEY IN EACs - 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 acknowl- edged to me that he/she/they executed the same in his/ her/their authorized eapacity(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. WITNESS my hand and official seal. This area fcrrtetru �. Signature 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 MLE(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{TES} SIGNER(S)OTHER THAN NAMED ABOVE ID-081 Rev.6/ ALL-PURPOSE ACKNOWLEDGEMENT Issued in two original counterparts Bond#CB027637 PAYWNT BOND premium included WHEREAS, the City Council of the City of Redlands, State of California(hereinafter designated as 'City"),and Campesino Landscape (hereinafter designated as "Principal") have entered into an agreement whereby Principal agrees to install and complete certain designated public improvements,which by said agreement dated July 20, 1999, and identified as Contract No. 33-2500, is hereby referred to and made a part hereof; and WHEREAS, under the terms of said agreement, Principal is required before entering upon the performance of the work, to furnish a good and sufficient labor and materials payment bond with the City to secure the claims to which reference is made in Title 15 (commencing with Section 3082) of Part 4 of Division 3 of the Civil Code of the State of California. NOW, THEREFORE, said Principal and the undersigned as corporate surety, are held and firmly bound unto the City and all contractors, subcontractors, laborers, materialmen, and any other persons employed in the performance of the aforesaid agreement and referred to in the aforesaid Civil Code of the State of California in the sum of forty-four thousand,eight hundred nine dollars and ninety two cents dollars (S 44,809.92 ) for materials furnished or labor thereon of any kind, or for amounts due under the Unemployment Insurance Act with respect to such work or labor, that said surety will pay the same in an amount not exceeding the amount hereinabove set forth,and also in case suit is brought upon this bond,will pay, in addition to the face amount thereof, costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation,to be awarded and fixed by the court, and to be taxed as costs and to be included in the judgement therein rendered. It is hereby expressly stipulated and agreed that this bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Title 15 (commencing with Section 3082) of Part 4 of Division 3 of the Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond. Should the condition of this bond be fully performed, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. The surety hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the agreement or to the work to be performed thereunder or the specifications accompanying the same shall in agnosia affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the agreement or to the work or to the specifications. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and surety named, on August 30 1999. Campesino Lan6 cape (SEAL) National American Insurance Comp�my (SEAL,,) iTincipaI Surety Principal By' Y. Sig remerge ie ttomey in Fact 1pature S Address: 1010Manve1,Chandler,Ok74834 (Notarial Acknowledgments of Contractor and Surety) Telephone: 28 1_) 877-9393 STATE OF CALIFORNIA SS. COUNTY OF RIVERSIDE On AUGUST 30, 1999 before me, VERONICA L. PRATT NOTARY PUBLIC PERSONALLY APPEARED GEORGE J BURCHFIEL . ATTORNEY IN FACT personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(-} is/are subscribed to the within instrument and acknowl- edged to me that he/she/they executed the same in his/ her/their authorized capacity(ies), and that by his/her/ iY their 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. This <2 area for Officio!Notarial Seat Signature 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 mi.E(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 EWVY(IES) SIGNER(S)OTHER THAN NAMED ABOVE 10-081 Rev.6/94 ALL-PURPOSE ACKNOWLEDGEMENT NATIONAL AMERICAN INSURANCE COMPANY POWER OF A'rT0RN'FN' OMAHA, I A KA Ca �oirio Landscape r.,t �, 03f30/99 rt PRINCIPAL p EFFECTIVE� I ATP — 1.3023 Thicket Place, Co ono Ca 91719 CONTRACT AKAOUNT forty your thousand, eight hundred nineA O T P BONO 44,509.92 dollars and ninety two cents *13 027637 POWER NO. k4NO'AALL MFIN B1r,THESE PR `,L N S,. I!T It ,. e National '—Mcr.i�:jp; Mjtan,2 Co <p a. .. a corporation ul ,r+ iF //,'d Tinder the Saks of tt,e State cit 'Ne-braska,hair -lg its r E incinal ofti,'d .,1"he C:!"' t(`t the following rt'4t}i fEr `Sl.dtl t) teal( ' the Board ot' Directors of the said Con t`t1 y on the kt h dav of 'r t 1981, , _t il,= <�i'.es(3lVed. that .an officer of 11he f..Jt71�at-x 4?,tall ;_.3-,-.i �L>�?C:f.* ,-7 Y.�.kc., e%e'cute mid &li '�T � Power �� -°ia J,.h; - S'.11St<�tl� `. Ottornev-7.P I`act. Such persons, firms, or corp),t,i101,11, d 1=":14' hc w!c'C1eLJ it'7ST1 Till-je !o fiirne BeIt Further Resolved.that the sigyl titin'of aw, orTice ,"1 nd ,'e Su ct c,; ?,,s c o pa E ni i, h ?f¢Iced to any Such Pok r c) �ilt7r tti{7r any Ce2"Iif2 ate [ f i ISf?thereto h-f1,iS'-€x121 lit al 'u'An ,`-rt C7} °'x to e,'of e r `.` Iic t) art g h fac�E€ ile f��.aSF41t oT t c simile meal ,,hail he valid and Midi g tetrion.he C{)rnp,.S __nd 111" `t Ic po"k_ '4.o e i ant c rt _c, i t, t ,it.:le r lai' re and i 1 tI I;l ce 31 "11 tit f c -alid and binding upon the Company � The rt,,.r� %ii T-11c' ° ,_� a tt l( 1d 1 r , � �t1 �Ir€nvan �. G OR s.�6yi& ca Insurance Company do-s herebymake, ,,:'T _<.nd a.,117.1.1 OR CALIFNIA OR SUZZANI NE D. BURCHFIEL _Mate of- -- _ It5 11 true a-nd 1.11 a,*�t11 _2'toI'ney(si in ict-t:`i., "ith full poser 'Und-_a th€}r; t h reli ,. ,..:tired in its name, place and stead, 'to sign, exectite, acknowledge and deliver in its behalf, and its act and deed. a,� follws,: The obligation of the Company shall no, exceed' one million n { I,oE}ft o00,#„d>lIt rs And to hind National American It7s_t ante('oTymowe t, erch a.t`ulk and to the same,extent as if such bond or under tking"as signed b� the duiv authorized officer of ihl- atimial American Iw uTanz; C'f�ntpan,, an i ail th a�,s ct 4d �tti me (�) put-scant to the authority herein given, are hereby ratified and cont'inned, IN WITNESS WHEREOF, the National Arrieri€an Insurance (-ompan% has caused these presents to be signed by anw officer of the. Company and its €orporate Seal to be hereto affixed. A'1-10 AI, AMERICAN INSURA CE COMPANY r f rj it 1N', Bren! J,a(;ere,Chairman&Chief Exec fire Officer i Z A f s f ^1e'rk;SuP STATE OF O LAHO IA ) COUNTY OP LI SCOL ) On this$tit day of July,A.D. 1987,before me perstpnf it came`iN`. Brent I.aGere,if)me Ittt€von,who beim by me duly sworn,did depose and say, that he resides in the County of Lincoln, State of Oklahoma; !hat he is the Chairman and Chief Executive Officer of the National American Insurance Compari, the corporation describ d in ;arid which ex cut d the above insirt� ent; that he know flit sial of said ccar- poration; that the seal affixed to the said in."rument is such corporate seals that it was sot affixed 17�order of the Roard of Directors of said corporation and that he signed his name, thereto h% like order, f Jti A PUBUC Ncita%i Public Pit;C? anis pion Expires August 31, € 99 STATE OF OKLAHOMA ) SS: CI)I IT OF IA SCOLN I 1, the undersigned, Assistant 5ecretar ()f ttie National American Insurance C c> p n%, a ettras .a Corporation IAC) HEREBY:Iii' C`f:IZ- TIFY that the foregoing and attached POIA ER OF AT TORNEN refrains in full force. Signed and Sealed at the Cit- of Chandler, I ted the 30th da, €af August Iq99 n� s WA sjfre(i F. Mieptierthall As,isSE ea�al lam 'f� �s RttFFR'T F 14ARRTC rtf:: it'S. c�cl ri Sa-rtR a�`StlS7 171 1 1 i VO,'vJl vv 1.::9:i -&wa%v 4 t 4 diol y�V�L..CIl Jc. n.+n+«•� ill .v f Zi,4t {RtY,IVNw}... w',>,: .may «s.V n 9GRTiT1GAlE 13 IS vv, / ; A MIIATMrt C1' IxFG1RLtA-nom .neeuarss«,. ONLY AND rONFERS NO -Utj:4TS t3pgN T"E GER11171CA'TZ ND OR ROBERT E. fiAKF:i B �LU THg�t pVgRAGIEA F1''itS CE FlI+�D ES 8Y THE POUC�BELOW. , $ 5.SANL}FRS CC�:4P� rx,arraarti; A. a�tisatxG: CO�VBiAllr- ARCAD IA f CA 91719 �,rr` LLOYDS CSF �t3Uitf0 w COMPANY CAM ESINO i,1 rSI�3CAPE _r- sc�s2�7' zLrRabT�a74 I�JA r ae.a".."� CORONA, CA. 91{x.719 -75 (,1eJI�i..�..Y7,•xt.t 1..' -y`^_." u-? r'X IsS'•t i - Y SCLIJ t'3CUC0 To TMrs jm1;U &,lU a�tsu nttC3UFi FUS tiic PC ICY v�Rlnn CH THIS T IS IS TO CEFITIFY TMAT IME Putt:IIS pF it$SttRANGC l tS1LI}IICt+�W File Cwffm SIMECT TO MICAM, N01WITIltVANCIM2 Al Mit coo"`A N�7ttE�DiSUFtAl9 N QE13 8Y TtiE PO E Di BCftiBED:1 VIN IS USJECT T6 U THE t TERM&S. r.GttllFlt'APF MAY d!• IS8t15t3{lA a.na_ ..,..,,... .. ..,. .... .. ._, .,.. e=.r�,�tira�+n•,r r,,Is t+ vv,sar,+�v-v Y " -- '¢pl,I�T EPFiGCiYE�pt?�Y T� t!<tt7'S ! 1`Mf+E OF QtSt31tA �CTi MRIIM OATY t#eM+ dA t�1 vm sWO a nd,Jrl�. 4Q tlti C5 1Ofl _31i8:uLLG� _-` Q20-0--Co aF,.�,a......,.o..•..- »• gat,.-'rs-Gnua,.-,D xr_r_1 sl , t7?�fl , C�it i`� co«s*..a+-rc,rs.�w•rrrx� >>awu m " „ lcj� �, 00Cr7fl0 + vn CWA9"It no-mvo � �� ` 000 WNSMS t CONTRACTOW3 0140* -41 a so 000 . cp emperwl S5 , 000 tAM AUTOMOU"urs c.►o:iM SIN=LIMIT �a ,1NY hltT'© t — 1 A [lit-r outlay s uL bVtbt'21 aIPM'Mb � 1 C;-r D!ro+l j ISGiEt um AUTOS 4 s ntt.v vuusY rnnea-'u+'91s � {(+r m:etOenQ NON-OWN90 AUTOS _ �P ztIF E'itTY t»fi S tY•arran� t,taa,uT* UU rI f tt� C_-I uLY` t-)"m Atm Oti "�t{� ANY AUTO jfilc� � aT,. _. --I rrn*-- t 7 I I. Ajtl AdGArGATE;s C CXWS UASSMM i t t1M811E21 A FORM ••"'�`pni£R TMAtI LQt$RELLA FORM � _,�"�„"�"—•"� _ jj L aTA?U'rC3liY urrl'� S .. i woman coupilvem"i AM fT I ma NMIvNrNwsv=UTrft "I 1! !.fr•s� SACH.rxP�cYuc�i OT"l 1 n oc cs3 +Aln ct�t�a+�s e1td �MsAs ttra Tj C 'RT. giCL ER, TS s ,ECTED OFFICIALS,CFF CE'RS,Emp'OYES AN i :kGEN"'S ARE ADD' �SU? E,. A RFSPECT3 4FE: ATC? S OF THE NA'�T� INSURED. �N IS Pie��Y rt rr ICN �, IBt]TC�Ffst 'QR O.Nj PAYMzNT OF t1CDAYS NOTICE ANY li�.at►. � ,ya. �. y zT. Y n .. ...,. x� .: 1§PULS}" CW Ykr A86 De lill 041.!0"1 $fi Ctti r` D 'tt CITY OF RE'OTI%TS rJp"TION PATE Timor, rANY mi oftcivon 7o WIL n-` ' CSF PLSAZ C WORKS �* s�Ars W rMi r+ortat To 'Yl.=MWAn t�tot.i MAM to Tt t Li ,..P rt TY �C $�� 3005 lttcrt FAM.tidt n!, - * t!��turosr rw c!al.lcATSbN ort t2A$!! RE L�S. CA 92373 A* upi rw ro. s trs A Dort l nes rsATrj" wfIasA AW ,.. ...�.. ..—�"W^'�N h ti4,y�'iM���iii„wH�.a,±"i • kK` w�'w�sau'+t11«f 'y�.seSraV+r'ar'.%.x !:' � � _ _ w i AI:f11:11. 2, 1999 CERTIFICATE_ OF INSURANCE . _ ! PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE John G. Campbell HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 32475 Clinton Keith Rd. #114 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Wildomar, CA 92595 COMPANIES AFFORDING COVERAGE _ CA Lic#OB11454 COMPANY A ALLSTATE INSURED I COMPANY John Zermeno e DBA: Campesino Landscape COMPANY j 13023 Thicket Place I Carona, CA 91719 ' COMPANY D COVERAGES ,, j THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PER'sOC INDICATED,NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBIECT TO ALL THE TERMS } EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY EFFECTIVE POUCY EXPIRATIGN TYPE OF INSURANCE POLICY NUMBER I UMdiTS CTR,.. ( � DATE(MMtDfltYY) DATE{MML'DO�YY} j GENERAL UABILRY GENERAL AGGREGATE S I II COMMERCIAL GENERAL LIABILITY ( PRODUCTS-COMPR?P AGO $ PERSONAL 3 ADV INJURY S ^!CLAIMS MADE OCCUR 1 EACH OCCURRENCE OWNER'S 8 CONT PROT --- i 1 FIRE DAMAGE{Any one hre) S i 'MED EXP(Any one Persons S AUTOMOSILE LIABILITY I - I 1 COMBINED SINGLE LIMIT $1 , 000, 000 ^I ANY AUTO � �DILY INJURY ALL OWNED AUTOS $ (Per person) SCHEDULED AUTOS HIRED AUTOS ; BODILY INJURY x NON OWNED AUTOS 048036404 17/l /19991 7/1 /2000 (Per acceent) $ -- ! i PROPERTY DAMAGE -$ I ! i AUTO ONLY-EA ACCIDENT GARAGE LIABILITY S ANY AUTO ! I OTHER THAN AUTO ONLY EACH ACCIDENT $ AGGREGATE _$ EXCESS LIABILITY j I EACH OCCURRENCE S — ' AGGREGATE $ UMBRELLA FORM i I $ !--I OTHER THAN UMBRELLA FORM - STATUTORY LIMITS WORKERS COMPENSATION AND � I EACH ACCIDENT 5 EhWLOYERS'UABIUTY 1 i THE PROPHIE7OR1 r-�INCL i PDISEASE EASELICY LIMIT $ PARTNERStEXECUTTVE CH EMPLOYEE S y OFFICERS ARE: EXCL OTHER I DESCRWII Ni OF.OPEftATX7N'.r`LOCA� 'EMAIL ITEMS Landscape Services CERTIFICATE HOLDER W-Z— � , s���e�:z '� CANCELLATiONy S"(X" ANY OF THE ABOVE DESCMED POUCtFS BE CANCELLED BEFORE THE Additional Insured: EXPIRATION DATE THEREOF, THE MSLwmG COMPANY WILL ENDEAVOR TO "L city� of Redlands C DAYS w N NOTICE TO THE CoTnFr-ATE HOLDER NAMED TO THE LEFT, X 3005 BUT FAILURE TO MAIL SUCH 3NALL E NO OBLIGATION OR LIABILITY P,Q.t�C? Redlands, 92373 OF ANY KIND UPON THE COMPANY, ITS COMPANY, OR REPRESENTATIV€S, AUTHOiiiZED REPR,#SWTATTVE .,,,.•"' �..-.�'` A4AD �RORPORATiONS993 :-- f� �! f ACORD 25-S(31 )'} � r UATE 04101=)M OF MODU--ER , .. .. THIS CERTWICATE IS IS I3(:i3 .9 A 114I1 _ - 517 INFORMATION RCBER- E. ,GRI ' ONLY AND CONFERS NC RxwTS UPON THE CHRTIFICATE MOLOVA 7`FT'? DOW NOT AMEND, EXTEND O Z NS'7R..ANC AGE NC's', TNC. ALTER THI.COVERAGE AIS' ELI RV THE int uces at-Low. ' Ox ?915 9 j COMPANIES 0 DRM40 EFLWE ZIiE, CA 926523- 259 resms�arv, L, '" A' CAOM IN�;,PIEG t.TOHN Z», ANO 08A: EA 1v 1 023 THICKET PLACE 1C _ #wr y yw C J 3A, CA 91719 .tit i i ry _ THI,5,IS TO OCRTIFY TIHAT THE PM MES OF INSURANCE LISTED 8 LCAT HAVc BEEN ISSUED TG THE IN;:rUA80 NAVEID ASOtE TK Policy PERICO NDJCATRD,r OrWrTHSTANUM AIS;-JRSOUIREMeNT,TETIM OR SC#NIrr;oN OF ANY CCsNYRACT OR OTHER I t p�N,T'VITH"ESPECT 70 WHICH THis CERTIFICATE MAY$E CONDITIONS OF I.IAY PVATAIN,THE INSURANCE AFFORDED by THE y�PCOi�iLY�I,C�a�IES ISESCRISSO I EAZIN IS WRJEC'T TO ALL TF!E T t�IATi, EXCLI SIC1,N8 AND DITI NS OF SIUC�H FOLICIt S. UJV ITS SHOWN MAY HAVE SEES A DUCEO V PAIL}CLA1Ii _ POLICY EFFECTIVE POLICY EXPMATICW, rxr+rt P# NtIMBET! 3 VAIIS#JU1W1YYi UA7E tM"*/YYILmm .E �a.# i j NE1i15i LiAI}rLrTY S,a';�IER&#a1?+a TSCIAT£ E __!G0MMFtk,JAL GENS UAMUTY i I „ mac,A ... -- � i I eiw0.lM>;MAUL_ �oGctA: ( c 5 3 aT CONTr A07*14 s MROrl JDAMAW INV am Ila) 3 Mi.V V iP r ow Win;_ g LAUTOMttRU LIARAffY ii c4 1Nm�i�IA#NT t ANY AU-01 ALL OWMD Au-Os m eta 1 css j e€•env 94444 v Ip _ HIAEbA4T03I , 1 ON--vA A1JT ddaiit E i GAARAGE UA8l JrT AL-0 C:WL.Y•SA Acc d _ y 1 ANY AUTO r AFaC409NT'S ,�. Are; TE�s _XCF-SS UADLITY � f EA+fir r{�If S �!UMBRELLA FORM OT14CA T-AN LMR$U,A fmGflM WORK=0131PISN91MU AND I V'9 9 3 919 2} ,f f C �; $a1A'US6F�P LOA" ?� UVLOYEAS'Li ( '+t =lMC1I'P11C'T 1 I ,AI A};,GIlk aeT E S -r O C r 3 '51, 0QC,, O v C FJ1 CC I AEPE'�L rF i E I I3I .ASE-� YEE 41 t 000, 00 i I I oE.�crrlPTrtsu��CIPECiAti'3 � . C *P^r HOLDER JTS .OFF 11Cl :,S,O7rjCZjZS, EMP,CY'EES �NTn AEYT5 R- :11, INSUzRZ-r AS RESPR=S TRE OP'E TIOI OF THE NAMCV TlnS RED. *EXC:PT FOR 10 TRAYS " OT!= OR -NO-V PAYMEINT OF PR&jIUM SHOULD ANY Or IM A4CVf D .,LIM POLvNES ON C,... L n liVon@'fI-IE�. CTTY OF REDL AiUJ S F bT#C?ri r3ATi I tsF Trixrium c ANY w>Lr EA-VAM TO MAX DEPT. CF PL,JELT:� WORK'S * DAYS WIMTEN NOTICE TO^ice:. .> "HOUM tuMAv acs Y scc�r, PO BOX 3 0SIre r 'to OUCH NO tea t 104 04 UASI IrY R E :L ANDS, C'A92373 es ANY x Isi upom F- Is+t.11r, rM A imitrinxtummus, All 7 Ot?ap"R>kROht>sS9�i i t~ • 3 :f3 — C y} J W se h -ri 3 N C � ��� Cp.c1 14 M ZD - - - r t CENSE NO. STATE OF CALIFORNIA ,<< DEPARTMENT OF PESTICIDE REGULATION 1507 00000 $30 K STREET � ��o f SACRAMENTO,CALIFORNIA 95614 _.•,* (916)445-4436 PEST CONTROL BUSINESS LICENSE THIS LICENSE EXPIRES December 31, 2000 )hn Zermeno dbal Campesino Landscape 3023 Thicket Place Drona CA 01719 POST THIS LICENSE PROMINENTLY IN PUBLIC VIEW THIS LICENSE IS NOT TRANSFERABLE-ANY CHANGE IN OWNERSHIP REQUIRES A NEW LICENSE. t y Y 1 � YZ � '- LL �,.� ,�„ •.-:ori ` r rYF `1 'ifCafe of QTall-f 0 rill-�t Pursuant to Chanter 9 of Division 3 of the Business and Professions Code and the Rules and Regulations of the Contractors State License Board, the Registrar of Contractors does hereby issue this license to: CANIPESINO LANDSCAPL �,� �• 4�ara4 •�F� A to engage in the business or act in the capacity of a contractor w a ., in the following classification(s): _ it % O� O 9 Stale of C27 - LANDSCAPING GOi111orn1' . / eperlmeM of C msumer Affairs C TC IF0VAA' Witness my hand and seal this day, i Nlay 8, 1998 1 1 Issued May 7, 19911 lien, � IQYSigt < lulcensee Lance 13arncn, I'If.D. Itcgisuar of Confraclrtts Tllis license is the pnerly of the Kegislru of Conlrackxs, is rn71 749122 �IgtlalUre of e QUahfler Ilansferrable, and shall he rehuned to the Registrar upon demand when suspended,invoked,or invalidated for any reason. It becomes Im cnse Number void if not renewed. 13424 tREV 4111 91 62972