Loading...
HomeMy WebLinkAbout2003-03-31 City Council (3)TO: FROM: DATE: HONORABLE CITY COUNCIL CITY MANAGER MARCH 31, 2003 DEPARTMENT: UTILITIES CMR: 187:03 SUBJECT:APPROVAL OF CHANGE ORDER NO.1 TO SURE FLOW, INCORPORATED, DBA ROTO ROOTER IN THE AMOUNT OF $28,000 TO INCREASE THE TOTAL CONTRACT TO AN AMOUNT NOT TO EXCEED $328,000 RECOMMENDATION Staff recol-mnends that Council approve and authorize the Mayor to execute a change order to contract C1125879 with Sure Flow Inc. (d.b.a. Roto Rooter) in the amount of $28,000 for a total contract amount not to exceed $328,000. DISCUSSION The Utilities Department has a three-year services contract in the amount of $300,000 with Roto Rooter. This contract will expire in June 2003, but because of the unexpected large number of sewer lateral blockages and general breakdowns with the City’s inf~’astructure, the cost of Selwices of Roto Rooter exceeded the amount of the contract. Due to Roto Rooter’s billing process, there was a lag time of up to two months between the services being performed and the bills being submitted for payment to the City. This contributed to the Water-Gas-Wastewater staff exceeding the contracted amount with Roto Rooter. As soon as the impact was recognized, all use of Roto Rooter ceased. The City originally went to an outside contractor to provide sewer lateral maintenance and elner~ency response services because the volume of calls was very time intensive and the ~-ontractor was able to provide the service at a lower cost than City staff. However. staff found that by adding a contracted crew to perform sewer lateral installations (a low customer interaction process) and resuming lateral maintenance and emergency response services the City was able to provide a far superior level of service to the resident!customer while resolving most issues with one service call, thereby reducing the cost per service request. CMR: 187:03 Page 1 of 2 Staff is recommending a change order to the contract with Roto Rooter to authorize payment for work, which has been completed through January 15, 2003. Roto Rooter has been paid through November 30, 2002 but remains to be paid for services it provided during the month of December and the first half of January. The total amount outstanding is $28,000.Payment of this amount will allow the contract with Roto Rooter to be closed out. RESOURCE IMPACT ) . Funds for this project are included in the FY0_/0~ Water-Gas-Wastewater funds operating budget. POLICY IMPLICATIONS The approval of this change order is consistent with existing City policies. ENVIRONMENTAL REVIEW The recommended action does not constitute a project under the California Environmental Quality Act. ATTACHMENT Contract No. 1125879 PREPARED BY: DEPARTMENT HEAD: CITY MANAGER APPROVAL: BILL GR~Y -~ Manager, Water Gas Wastewater Operations JO~L~CI~ D~~rof Utilities EMILY HARRISON Assistant City Manager CMR: 187:03 Page 2 of 2 TO: PURCHASE ORDER VENDOR I.D.TERMS F.O.B. POINT SHIP VIA BUYER DELIVERY DATE ORDER DATE DEPT. / DIV.BID, REQUEST NUMBER PLEASE NOTE: TH S P.O: N~ST----~-~-EAR 0NAL~ INVOICES, PACKAGES. SHIPPING PAPERS AND CORRESPONDENCE PERTAINING TOTHIS ORDER ~ PURCHASE ORDER (P.O.) SHIP TO i City of Paio Alto Accounts Payable P.O. Box 10250 Paio Alto, CA 94303 TEM QTY. UNIT DESCRIPTION UNIT PRICE ORDER AMOUNTKEY CODE-OBJECT DIRECT ALL CITY OF PALO ALTO COlviMUNICATtON \PURCHASING DEPT. AND ,)P.O. BOX 10250 ACKNOW GEMEN PALO ALTO, CA 94303 (650) 329-227!/ DELIVERIES ACCEPTED ONLY BETWEEN 8:00 AM & 3:00 PM UNLESS OTHER ARRANGEMENTS ARE INDICATED HEREIN. DEPARTMENT/DIVISION NOT VAL D UNLESS S GNED CM PURCHASING MANAGER I Y -: ::~’: " THIS P,O, IS SUBJECT TO THE TERMS AND CONDITIONS STATED BELOW, AND ON THE REVERSE SPECIFICATIONS - Any specifications and!or drawings referred to and/or atiached hereto are expressly made a part this Purchase Order. DELIVERY - Please notify the City promptly if delivery cannot be made on or before the dale specified. ORDER IDENTIFICATION - Show the P.O. number on all shipping labels, packing lists, invoices, and communications. partial shipment is authorized, so indicate on all documents. Complete packing lists must accompany each shipment. INVOICE - A separate invoice is required for each order. Send to address indicated above. TAX - This Purchase Order is exempt from Federal Tax,, (Certificate furnished upon request) but is subject to sales ~x when appiicable. CONTRACT No. (Public W.ork) f This Contract, number ..~ ,//~,/Z.~,~,j’ dated ~//~.~’//z C’-’~, is entered into by and between the City of Palo Alto, a chartered city and a municipal corporation of the Sta’~e of California ("City"), and Roto-Rooter, an Ohio Corporation, ("Contractor"). For and in consideration of the covenants, terms, and conditions ("the provisions") of this Contract, City and Contractor ("the parties") agree: Term. This Contract shall commence and be binding on the parties on the Date of Execution of this Contract, and shall expire on the date of recordation of the Notice of Substantial Completion, or, if no such notice is required to be filed, on the date that final payment is made hereunder, subject to the earlier termination of this Contract. General Scope of Proiect and Work. Contractor shall furnish labor, services, materials and equipment in connection with the construction of the Project and complete the Work in accordance with the covenants, terms and conditions of this Contract to the satisfaction of City. The Project and Work is generally described as follows: Project Title:Sewer Lateral Cleaning Services, Invitation For Bid (IFB) Number 125879 Total Bid:$ 80,958.75 Contract Documents. This Contract shall consist of the documents set forth below, which are on file with the City Clerk and are hereby incorporated by reference. For the purposes of construing, interpreting and resolving inconsistencies between and among the provisions of this Contract, these documents and the provisions thereof are set forth in the following descending order of precedence. This Contract. Invitation For Bid. Project Specifications. Drawings. Change Orders. Bid. Supplementary Conditions. General Conditions. Standard Drawings and Specifications (1992). Certificate of Insurance, Performance Bond, Labor & Materials (Payment) Bond. Other Specifications, or part thereof, not expressly incorporated in the Contract Specifications or the Standard Drawings and Specifications (1992), Any other document not expressly mentioned herein which is issued by City or entered into by the parties. Compensation. In consideration of Contractor’s performance of its obligations hereunder, City shall pay to Contractor the amount set forth in Contractor’s Bid in accordance with the provisions of this Contract and upon the receipt of written invoices and all necessary supporting documentation within the time set forth in the Contract Specifications and the Standard Drawings and Specifications (1992), or, if no time is stated, within thirty (30) Days of the date of receipt of Contractor’s invoices. Insurance. On or before the Date of Execution, Contractor shall obtain and maintain the policies of insurance coverage described in the Invitation For Bid on terms and conditions and in amounts as may be required by the Risk Manager. City shall not be obligated to take out insurance on Contractor’s personal property or the personal property of any person performing labor or services or supplying materials or equipment under the Project. Contractor shall furnish City with the certificates of insurance and with original endorsements affecting coverage required under this Contract on or before the Date of Execution. The certificates and endorsements for each insurance policy shall be signed by a person who is authorized by that insurer to bind coverage in its behalf. Proof of insurance shall be mailed to the Project Manager to the address set forth in Secti’on 15 of this Contract. RAGE i OF 6 10. 11. Indemnification. Contractor agrees to protect, defend, indemnify and hold City, its Council members, officers, employees, agents and representatives harmless from and against any and all claims, demands, liabilities, losses, damages, costs, expenses, liens, penalties, suits, or judgments, arising, in whole or in part, directly or indirectly, at any time from any injury to or death of persons or damage to property as a result of the willful acts or the negligent acts or omissions of Contractor, or which results from Contractor’s noncompliance with any Law respecting the condition, use, occupation or safety of the Project site, or any part thereof, or which arises from Contractor’s failure to do anything required under this Contract or for doing anything which Contractor is required not to do under this Contract, or which arises from conduct for which any Law may impose strict liability on Contractor in the performance of or failure to perform the provisions of this Contract, except as may arise from the sole willful acts or negligent acts or omissions of City or any of its Council members, officers, employees, agents or representatives. This indemnification shall extend to any and all claims, demands, or liens made or filed by reason of any work performed by Contractor under this Contract at any time during the term of this Contract, or arising thereafter. To the extent Contractor will use hazardous materials in connection with the execution of its obligations under this Contract, Contractor further expressly agrees to protect, indemnify, hold harmless and defend City, its City Council members, officers and employees from and against any and all claims, demands, liabilities, losses, damages, costs, expenses, liens, penalties, suits, or judgments City may incur, arising, in whole or in part, in connection with or as a result of Contractor’s willful acts or negligent acts or omissions under this Contract, under the Comprehensive Environmental Response, Compensation and Liability Act (42 U.S.C. §§9601-6975, as amended); the Resource Conservation and Recovery Act (42 U.S.C. §§6901- 6992k, as amended); the Toxic Substances Control Act (15 U.S.C. §§2601-2692, as amended); the Carpenter-Presley-Tanner Hazardous Substance Account Act (Health & Safety Code, §§25300-25395, as amended); the Hazardous Waste Control Law (Health & Safety Code, §§25100-25250.25, as amended); the Safe Drinking Water and Toxic Enforcement Act (Health & Safety Code, §§25249.5-25249.13, as amended); the Underground Storage of Hazardous Substances Act (Health & Safety Code, §§25280- 25299.7, as amended); or under any other local, state or federal law, statute or ordinance, or at common law. Assumption of Risk. Contractor agrees to voluntarily assume any and all risk of loss, damage, or injury to the property of Contractor which~may occur in, on, or about the Project site at any time and in any manner, excepting such loss, injury, or damage as may be caused by the sole willful act or negligent act or omission of City or any of its Council members, officers, employees, agents or representatives. Waiver. The acceptance of any payment or performance, or any part thereof, shall not operate as a waiver by City of its rights under this Contract. A waiver by City of any breach of any part or provision of this -Contract by Contractor shall not operate as a waiver or continuing waiver of any subsequent breach of the same or any other provision, nor shall any custom or practice which may arise between the parties in the administration of any part or provision of this Contract be construed to waive or to lessen the right of City to insist upon the performance of Contractor in strict compliance with the covenants, terms and conditions of this Contract. ComDliance with Laws. Contractor shall comply with all Laws now in force or which may hereafter be in force pertaining to the Project and Work and this Contract, with the requirement of any bond or fire underwriters or other similar body now or hereafter constituted, with any discretionary license or permit issued pursuant to any Law of any public agency or official as well as with any provision of all recorded documents affecting the Project site, insofar as any are required by reason of the use or occupancy of the Project site, and with all Laws pertaining to nondiscrimination in employment and hazardous materials. Bonds. As a condition precedent to City’s obligation to pay compensation to Contractor, and on or before the Date of Execution, Contractor shall furnish to the Project Manager the Bonds as required under the Invitation For Bid. ReDresentations and Warranties. In the supply of any materials and equipment and the rendering of labor and services during the course and scope of the Project and Work, Contractor represents and warrants: Any materials and equipment which shall be used during the course and scope of the Project and Work shall be vested in Contractor; PAGE 2 OF 6 12. 13. 14. 15. Any materials and equipment which shall be used during the course and scope of the Project and Work shall be merchantable and fit to be used for the particular purpose for which the materials are required; Any labor and services rendered and materials and equipment used or employed during the course and scope of the Project and Work shall be free of defects in workmanship for a period of one (1) year after the recordation of the Notice of Substantial Completion, or, if no such notice is required to be filed, on the date that final payment is made hereunder; Any manufacturer’s warranty obtained by Contractor shall be obtained or shall be deemed obtained by Contractor for and in behalf of City. Any information submitted by Contractor prior to the award of Contract, or thereafter, upon request, whether or not submitted under a continuing obligation by the terms of the Contract to do so, is true and correct at the time such information is submitted or made available to the City; Contractor has not colluded, conspired, or agreed, directly or indirectly, with any person in regard to the terms and conditions of Contractor’s Bid, except as may be permitted by the Invitation For Bid; Contractor has the power and authority to enter into this Contract with City, that the individual executing this Contract is duly authorized to do so by appropriate resolution, and that this Contract shall be executed, delivered and performed pursuant to the power and authority conferred upon the person or persons authorized to bind Contractor; Contractor has not made an attempt to exert undue influence with the Purchasing Manager or Project Manager or any other person who has directly contributed to City’s decision to award the contract to Contractor; There are no unresolved claims or disputes between Contractor and City which would materially affect Contractor’s ability to perform under the Contract; Contractor has furnished and will furnish true and accurate statements, records, reports, resolutions, certifications, and other written information as may be requested of Contractor by City from time to time during the term of this Contract; Contractor and any person performing labor and services under this Project are duly licensed by the State of California as required by California Business & Professions Code Section 7028, as amended; and Contractor has fully examined and inspected the Project site and has full knowledge of the physical conditions of the Project site. Assiqnment. This Contract and the performance required hereunder is personal to Contractor, and it shall not be assigned by Contractor. Any attempted assignment shall be null and void. Claims of Contractor. All claims pertaining to extra work, additional charges, or delays within the Contract Time or other disputes arising out of the Contract shall be submitted by Contractor to City in writing by certified or registered mail within ten (10) Days after the claim arose or within such other time as may be permitted or required by law, and shall be described in sufficient detail to give adequate notice of the substance of the claim to City. Audits by City. During the term of this Contract and for a period of not less than three (3) years after the expiration or earlier termination of this Contract, City shall have the right to audit Contractor’s Project-related and Work-related writings and business records, as such terms are defined in California Evidence Code Sections 250 and 1271, as amended, during the regular business hours of Contractor, or, if Contractor has no such hours, during the regular business hours of City. Notices. All agreements, appointments, approvals, authorizations, claims, demands, Change Orders, PAGE 3 OF 6 16. 17. consents, designations, notices, offers, requests and statements given by either party to the other shall be in writing and shall be sufficiently given and served upon the other party if (1) personally served, (2) sent by the United States mail, postage prepaid, (3) sent by private express delivery service, or (4) in the case of a facsimile transmission, if sent to the telephone FAX number set forth below during regular business hours of the receiving party and followed within two (2) Days by delivery of a hard copy of the material sent by facsimile transmission, in accordance with (1), (2) or (3) above. Personal service shall include, without limitation, service by delivery and service by facsimile transmission. To City:City of Palo Alto City Clerk 250 Hamilton Avenue P.O..Box 10250 Palo Alto, CA 94303 Copy to:City of Palo Alto Utilities Department 250 Hamilton Ave P.O. Box 10250 Palo Alto, CA 94303 Attn: Michael Haynes, Project Manager To Contractor:Roto-Rooter 1205 Chrysler Drive Menlo Park, CA 94025 Attn: Bill Foley Aooropriation of City Funds. This Contract is subject to the fiscal provisions of Article III, Section 12 of the Charter of the City of Palo Alto. Any charges hereunder for labor, services, materials and equipment may accrue only after such expenditures have been approved in advance in writing in accordance with applicable Laws. This Contract shall terminate without penalty (I) at-the end of any fiscal year in the event that funds are r{ot appropriated for the following fiscal year, or (ii) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Contract are no longer available. This Section 16 shall control in the event of a conflict with any other provision of this Contract. Miscellaneous. Bailee Disclaimer. The parties understand and agree that City does not purport to be Contractor’s bailee, and City is, therefore, not responsible for any damage to the personal property of Contractor. Consent. Whenever in this Contract the approval or consent of a party is required, such approval or consent shall be in writing and shall be executed by a person having the express authority to grant such approval or consent. Controlling Law. The parties agree that this Contract shall be governed and construed by and in accordance with the Laws of the State of California. Definitions. The definitions and terms set forth in Section 1 of the Standard Drawings and Specifications (1992) of this Contract are incorporated herein by reference. Force Majeure. Neither party shall be deemed to be in default on account of any delay or failure to perform its obligations under this Contract which directly results from an Act of God or an act of a superior governmental authority. Headings. The paragraph headings are not a part of this Contract and shall have no effect upon the construction or interpretation of any part of this Contract. PAGE 4 OF 6 Incorporation of Documents. All documents constituting the Contract documents described in Section 3 hereof and all documents which may, from time to time, be referred to in any duly executed amendment hereto are by such reference incorporated in this Contract and shall be deemed to be part of this Contract. Integration. This Contract and any amendments hereto between the parties constitute the entire agreement between the parties concerning the Project and Work, and there are no other prior oral or written agreements between the parties that are not incorporated in this Contract. Modification of Agreement. This Contract shall not be modified or be binding upon the parties, unless such modification is agreed to in writing and signed by the parties. Provision. Any agreement, covenant, condition, clause, qualification, restriction, reservation, term or other stipulation in the Contract shall define or otherwise control, establish, or limit the performance required or permitted or to be required of or permitted by either parb,. All provisions, whether covenants or conditions, shall be deemed to be both covenants and conditions. Resolution. Contractor shall submit with its Bid a copy of any corporate or partnership resolution or other writing, which authorizes any director, officer or other employee or partner to act for or in behalf of Contractor or which authorizes Contractor to enter into this Contract. Severability. If a court of competent jurisdiction finds or rules that any provision of this Contract is void or unenforceable, the provisions of this Contract not so affected shall remain in full force and effect. Status of Contractor. tn the exercise of rights and obligations under this Contract, Contractor acts as an independent contractor and not as an agent or employee of City. Contractor shall not be entitled to any rights and benefits accorded or accruing to the City Council members, officers or employees of City, and Contractor expressly waives any and all claims to such rights and benefits. Successors and Assigns. The provisions of this Contract shall inure to the benefit of, and shall apply to and bind, the successors and assigns of the parties. Time of the Essence. Time is of the essence of this Contract and each of its provisions. In the calculation of time hereunder, the time in which an act is to be performed shall be computed by excluding the first Day and including the last. If the time in which an act is to be performed falls on a Saturday, Sunday, or any Day observed as a legal holiday by City, the time for performance shall be extended to the following Business Day. Venue. In the event that suit is brought by either party hereunder, the parties agree that trial of such action shall be vested exclusively in the state courts of California in the County of Santa Clara in the City of San Jose or in the United States District Court for the Northern District of California in the City of San Jose. Recovery of costs. The prevailing party in any action brought to enforce the terms of this Contract or arising out of this Contract may recover its reasonable costs, including reasonable attorney’s fees, incurred or expended in connection with such action against the non-prevailing pa~,. IN WITNESS WHEREOF, the parties have by their duly appointed representatives executed this Contract in the city of Palo Alto, County of Santa Clara, State of California on the date first stated, above. ATTESR APPROVED AS TO FORM: Clerk ,/ CITY OF PASO ALTO Its May6r Senior Assistant City Attorney PAGE 5 OF 6 APPROVED: Assistan / Services Contract fvlanatge~ (Insurance Review) CONTRACTOR: By: Name: Title: By: Name: Tile: (Compliance with California Corporations Code § 313 is required if the entity on whose behalf this contract is signed is a corporation. In the alternative, a certified corporate resolution attesting to the signatory authorit3’ of the individuals signing in their respective capacities is acceptable) CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1 !89) STATE OF .) COUNTY OF ~~ ~.’-~c.-~:’---") /..-~/ ..-~--. On ..->~...4~.~ ...................~.? ~. ~ ~ , before me,~:, 27] ,~z.,~ , , a notary public in and for said County, personaBy appeared ~:Z~]~~-~ ~ ~.~ , personally known to me (or proved to me on the basis of satisfacto~ evidence) to be the person(~ whose name~ i~/are subscribed to the within instrument and acknowledged to me that h~/shelthey executed the same in hi~/her/their authorized capacity(~, and that by hi~/her/their signature(~) on the instrument the person(~), or the entity upon behalf of which the person(~) acted, executed the instrument. WITNESS my hand and official seal. Signature (Seal) PAGE 6 QF 6 Rick L. Arquilla PLUNiBERS Roto-Root.er Services Company 2500 Chemed Center 255 East Fifth Street Cincinnati, Ohio 4.~2.02-4725 5i~.762.6190 September 18, 2000 Senior Assistant City Attorney City of Palo Alto, California Public Work Contract Executed by Roto-Rooter Services Company, an Iowa Corporation, for Sewer Lateral Cleaning Services Invitation for Bid No. 125879 Dear Sir or Madam: This letter will certify that Bill Foley of Roto-Rooter Services Company is fully authorized to execute the above-referenced Bid in the amount of $80,958.75. Roto-Rooter Services Company Rick L. Arquiy PART II -PERFORMANCE BOND City of Pale Alto Contractor’s Performance Bond Rote WHEREAS, the City Council of the City of Pale AJto, Stme of California ("City") and ~. 205 have entered into an agreement dated 6/27/00 , and identified as SECTION 610 Bond # 103327365 Rooter Services Co. Chrysler Dr , ("Pnncipal") ,.which is hereby referred to and made a part hereof whereby Prindpal agrees to install and complete certain designated public improvements: and WHEREAS, Principal is required under the terms of said agreement to furnish a bond for the faithful performance of said agreement. Travel~rs Casualty NOW, THEREFORE, Principal and & ~ure~y Compan, ~’s Sure~, incoq~orated under ~he laws of the Sate of Connecticut, and duly authorized to transact bpsiness as an admitted surety, under the Laws of the State of California, are held and firmly bound unlo Ci~ in the penal sum of Fortz Five Hundret~liars($4,500.00 ), for the payment whereof Prin~pal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, )ointly and severally, firmly by these presents. The condition of this obligation is such that if the Pdndpal, Principal’s heirs, executors, administrators, successors or assigns shall promptly and faithfully keep and perform the c~venants, conditions and provisions of the above-mentioned agreement and any alteration thereof, with or without notice to the Surety, and if Principal shall satisfy all claims and demands incurred under such agreement and shall fully prote~, indemnify, defend and hold harmless City, its officer~, agents, and employees from all rJaims, demands or liabilities which may arise by reason of Principal’s failure to do so, and shall reimburse and repay City all outlay and expenses which City may incur in making good any default, lhen this obligation shall be null and ¥oid; otherwise, it shall remain in full force and effect. A~ part of the obligations secured hereto, and in addition to the face amount specified therefor, Lhere shall be included cesta and reasonable e.~penses and fees, including reasonable atkorney’s fees incurred by City in successfully enforcing such obligations, all to be ta×ed as costs and included in anyjudgmenl rendered, Surety shall be liable for any liquidated damages for which the Principal may be liable under its agreement with the City, and such liquidated damages shall be part of the obligalions secured hereto, and in addition to the face amount specified therefor. The Surety hereby stipulal~s 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 any way 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 Surety above named on June 23 SURETY, Travelers Casualty & Surety Co.(Type CompanyName) PHON~,. NUMBER; 614-798-:7883 Its: Attorney in Fact CERTIFICATE OF ACKNOWLEDGI~ENT (Civil Code § 1189) STATE OF Ohio ,) COUNTY OF .....Hamilton ) On .7~ne 23, 2000 ,before me, Cathy L. Evans Counb/, personally appeared Anne M. Mulholland , a notary public in and for said , personally known to me (or proved to me on the basis of satisfactory evidence) to be lhe person(s) whose name(s) is/are subscribed to the wilhin instrumentand acknowledged to me that helshe/they executed the same in his/herltheir authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behall= of which the person(s) acted, executed lhe instrument. WITNESS my hand and o,~cial seal. CITY.,,OF PALe ALTO IFB ~5879 [Seal) PAGE 1 OF 1 TIk~_VELERS CASU.4_LTY A~hq3 SURETY COMI~ANY OF A2~EtLICA TRAVELERS CASU.4-LTY AND SURETY COMPANY Fi~,_M~ GT ON CASUALTY Hartford, Connecticut 06183-9062 TRA~,rELERS CASUALTY AND SURETY CO1VIPANY OF ILLINOIS Naperville, Illinois 60563-8458 POWER OF ATTORNEY A_NI) CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-LN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY CONPANY OF .4.5IERICA. TRAVELERS CASUALTY ANI) SURETY COM~PA-N~Y and FARM~-GTON CASUA_LTY CO-~’~AiN~Y, corporations duly organized under the laws of the State of Connecticut, and having their principal offces in the City of Hartford, County of Hartford, State of Connecticut, and TRAVELERS CASUALTY AND SURETY COMI~ANY OF ILLL-NOIS, a corpo;ation duly orgamzed under the laws of the State of I~inois, and having its principal office in the City of Napervilte, County of DuPage, State of Illinois, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presems make, constitute and appoint: Thomas E. Purtell, Anne .,YL Mulholland, Edward T. Harris, Cathy L. Evans, Ralph E. ]Kodges, Jerrold J. Renske, Richard l. Zuber, Cinda It. Main, Carol A. Rodgers, John .4. Stough, Douglas A. Stough, Jacinta M. Goetz, Rita R. Thevenot, Jeffrey A. Brown, Rubyanne O’Br3’an or Suzanne Reed * * of Cincinnati/Columbus, OH: Louisville, KY, their true and la~ful Attorney(s)-in-Fact, ~vith full power and authority hereby conferred to sign, execute and acknowledge, at an) place within the United States, or, if the follo~5_ng line be filled in, within the area there desig-nated the following instrument(s): by his/her sole sig~aature and act. any and all bonds, recog-nizances, contracts of indemnity’, and other ~tmgs obligatory, in the nature of a bond, recognizance, or conditional undertaking and any and al! consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein Wen, are hereby ratified and confirmed. This appointment is made under and by authority of the follo~4ng Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: -Faat the Chairman, the President, any Vice Chairman, any Executive Vice Presidem, any Senior Vice President, an)’ Vice President, any Second Vice President,. the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-if-Fact and Agents to act for and on behalf of the company and may give such appoiftee such authority as his or her certificate of anthority may prescribe to si~ with the Company’s name and sea! ~4th the Company’s seal bonds, reco~ances, contracts of indenmiw, and other xmtings obligatory ha the r~arure of a bond, "recogmzance, 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. VOTED: "Faat the Chairman, the President, an), Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoifg authori%’ to one or more o~cers or employees of this Company, pro~4ded that each such delegation is if writing and a copy thereof is filed in the o~ce of the Secretary. VOTED: That any bond, reco_mMzance, contract of indemnity, or writing obligatory in the nature of a bond, reco~mxizance, or conditional undertaking, shall be valid and bifdifg upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any’ Senior Vic~ 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 sea~ed ~4th the Company’s seal by a Secretary. or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Atlomeys-ir~-Fact and Agents pursuant to the power prescribed if his or her certificate or their certificates of authority or by one or more Company officers pursuant to a ~Titten delegation of authorib’. This Power of Attorney and Certificate of Authority is sig-ned and sealed by facsimile under and by authority of the following Standing Reso.~.ution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY CO1KP.kNY OF A.MSERICA. TRAV-ELERS CASUALTY AND SURETY CObIP.4aNY, FAtLMINGTON CASUALTY COMI~AIN~’ and TRAVELERS CASUALTY ANI) SIJRETY COM~PANY OF ILLL-NOIS, which Resolution is now in full force and effect: VOTED: That the signature of each of the follo~4ng officers: President, any Executive Vice President, any Senior Vice President, any’ Vice President~ any Assista~tt Vice President, any Secretary, any Assistant Secreu~ry, and the seal of the Company may be affixed by facsimile to any ~ower of attorney or to any certificate relating thereto appo~.ting Resident Vice Presidents, Resident Assis ,rant Secret.a_des or Attomeys-if-Yact for ~uraoses only of executing, and attesting bonds and undertakdngs and other w-rifinzs obkigatory m the nature "~her or, and an.v such power of attorney ~r dertificate bearin.~ suct~ facsimile si~arare or facsimile seal shall be valid and bifdifg upon the Company and any such power so executed and certified by such facsimile si~am~e ~d facsimile seal shall be valid and binding upon the Company in the furare with respec~ to my bond or andertaking to ~;nich it is attached. (8-97) LN WITNESS WHEREOF, T1LAVELERS CASUJ~LTY .4~ND SURETY CO.M~PA_NY OF AMERICA, TRAVELERS CASUA_LTY AND SURETY COM.P.~NY, FA_R_MENGTON CASU.~LTY COM2PANY and TRAVELERS CASUA-LTY .AND SURETY COMPANY OF ILLh-NOIS have caused this insr_rument to be si~ed by their Senior Vice President, and their corporate seats to be hereto affixed this 6th day of March, 2000, TRAVELERS CASUALTY AND SURETY COMPANY OF A1V£ERICA TRAVELERS CASUALTY .aN’I) SIYRETY COMPANY FARM~GTON CASUALTY COMP.~ TIL&~v~ELERS CASU.a~LTY AND SURETY COMPANY OF ILLINOIS IEAL I-~I By. George W. Thompson Senior Vice President On t~s 6th day of March, 2000 before me personally came GEORGE W. TttOMPSON to me known, who, being by me d~y sworz~, did depose and say: that he/she is Senior Vice President of TRAVELERS CASU.~LTY .4~NI) SURETY COMPANY OF A_MERICA, T1L~VELERS CASUASbTY .AND SURETY COMP.M’q-Y, F.~tMINGTON CASUA-LTY COMP-ALN~/ and TIL~rELERS CASUALTY AND SUILETY COMPA2q-Y OF ILLLNOIS, the corporations described in and wkich executed the above instrument: that he!she knows the seats of said corporations; that the seals a£fixed to the said instrument are such corporate seats; and that h~!she executed the said instrument on behalf of the corporations by authorib’ of his/her office under the Standing Resolutions thereof. My commission expires June 30, 2001 Notary Public Marie C, Tetreault CERTWICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS C.MSUALTY .AND SURE’i~Y CONIPA-N~Y and F#d{MINGTON CASUALTY COMSP.~N~Y, stock corporations of the State of Connecticut, and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, stock corporation of the State of Illinois, DO HEREBY CERTINY that the foregoing and attached Power of Attorney and Certificate of Authority remains in fLfll force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Signed and Sealed at the Home Office of the Company, in the Cib’ of Hartford, State of Connecticut. Dated this ~.day of Kori M. Johanson PRODUCER Aon Risk Services,Inc. of Ohio 250 E 5th Street Suite 1600 Chiquita Center Cincinnati, OH 45202-4157 5!3-62i-0130 INSURED Roto-Rooter Services Co. 1205 Chrysler Drive Men!o Pa~k, CA 94025-1134 #193 DATE fl’~ M/D D/YY) 410!100 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIESBELOW. I COMPANIES AFFORDING COVERAGE COMPANY A Continenta! Casualty Company COMPANY B National Union Fire Ins Co COMPANY c COMPANY D THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD 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 ~S SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO i POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR !TYPE OF INSURANCE POLICY NUMBER DATE (MM/DD/’YY)DATE (MM/’DD/Y¥) GL189153503 4/01/00 4/01/011 GENERAL LIABILITY ~ COMMERCIAL GENERAL LIABILITY ~ CLAIMS MADE ~L~ OCCUR i OWNER’S & CONTRACTOR’S PROT i AUTOMOBILE UABILITY ~ ANY AUTO~..ALL OWNED AUTOS .,~ SCHEDULED AUTOS -~ H,RED Amos ~ NON-OWNED AUTOS ~ Self Insured I for Phy Damage I GARAGE LIABIUTY~ANY AUTO i EXCESS LIABILB’Y ~UMBRELL~ FORM OTHER THAN UMBRELLA FORM I WORKERS COMPENSATION AND EMPLOYERS* LIABILITY = PROPRIETOR/INCLPARTNERS/EXECUTIVE OFFICERS ARE:EXCL OTHER BUA!89153419 WC189153467 4/o!/oo 4/oz/oz 4/0t/01 ¯ GENERAL AGGREGATE PRODUCTS - COMP/OP AGG I PERSONAL & ADV INJURY EACH OCCURRENCE FIRE DAMAGE Any ane fire) I MED EXP (Any one parson) COMBINED SINGLE LIMIT BODILY INJURY (Par parson) BODILY INJURY (Per accident) PROPERTY DAMAGE AUTO ONLY - EA ACCIDENT OTHER THAN AUTO ONLY: 5,000,000 4,000,000 2,000,000 2,000,0.00 2,000,000 5,000 2,000,000 EACH ACCIDENT i $ AG’GREGATE i S EACH OCCURRENCE I S ’, WC STATU-OTH- ::::::: ::::::: :::::::::::::::::::: :i))::X i TORY LIMITS ER :::::::::::::::::::::::::::::::::::::::::::::::::::::: EL EACH ACCIDENT I S 2 , 0 00 t O 00 EL DISEASE - POLICY LIMIT i "~2., 000, 000 ELDISEASE-EA EMPLOYEE i S 2, 000t 000 DESCRIPTIONDFOPERATIONS/LOCATIONSNEHICLES/SPECtAL1TEMS The Certificate Holder is listed as Additional Insured under General Liability but only as respects the operations of the Nax~ed Insured. City of Pa!o A!to Attn: Utilities Department 250 Hamilton Avenue, 2nd Floor Palo Alto, CA 94301 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 3 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE 2{ II /~ ~ I00067100