Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
00-057 Blackberry Farm Green ReconstructionRECORDING REQUESTED BY
City of Cupertino
WHEN RECORDED MAIL TO
City Clerk's Office
City of Cupertino
10300 Torre Avenue
Cupertino, CA 95014-3255
DOCUMENT: 15335670 Titles~1 /Pages 3
Fees.... No Fees
Taxes...
^0015335670w Copies . .
AMT PAlD
BRf=NDA DAV 1 S RDE # 001 /016
SAPJTA CLARA COUNTY RECORDER 7/28/2000
Recorded at the request of 12 10 PM
C i 1' y
~a-~~ 1
;SPACE ABOVE THIS LINE FOR RECORDER'S USE)
NO FEE INACCORDANCE
WITH GOV. CODE 6103
CERTIFICATE OF COMPLETION AND N07'ICE OF ACCEPTANCE OF COMPLETION
BLACKBERRY FARM GRI.EN RECONSTRUCTION
PROJECT NCO.2000-105
Original
r
O For Fast Endorsement
Ct~-
~~n ~F
CUPEI~TINO
City Hall
10300 Torre Avenue
Cupertino, CA 95014-3255
Telephone: (408) 777-3354
FAX: (408) 777-3333
DEPARTMENT OF PUBLIC WORKS
CERTIFICATE OF' COMPLETION
ANI~
NOTICE OF ACCEPTANCE OF COMPLETION
BLACKBERRY FARM GR)E:EN RECONSTRUCTION
PROJECT N0.2000-105
NOTICE IS HEREBY GIVEN THA'C I, Bert J. Viskovich, Director of Public
Works and City Engineer of the City of Cupertino, California, do hereby certify that the
work and improvements hereinafter described., the contract for doing which was entered
into by and between the City of Cupertino and AMERICAN CONSTRUCTION
ENTERPRISES on July 7, 2000, in accordan<;e with the plans and specifications for said
work, have been completed to my satisfaction ~tnd acceptance is made as of July 18, 2000.
That said work and improvements consisted of furnishing all labor, materials,
tools, and equipment required to complete sari project, all as more particularly described
in the plans and specifications for said project.
Date: July 18, 2000
of the City of Cupertino
Printed on Recycled Paper
VERIFICATION
I have reviewed this Certificate of Completion and Notice of Acceptance of Completion.
To the best of my knowledge, the information contained herein is true and complete.
I verify under penalty of perjury under th~~ laws of the State of California, that the
foregoing is true and correct.
Executed on the 20th day of July 2000 at Cu~~ertino, California.
~. ~
Administrative Clerk
City Clerk's Office, City of Cupertino
E. CONTRACT FOR PUBLIC WORKS
This CONTRACT made on ~
_~ ~ by the CITY OF
CUPERTINO, a municipal corporation of the State of C ifornia, hereinafter called CITY, and
AMERICAN CONSTRUCTION ENTERPRISES hereinafter called CONTRACTOR.
IT IS HEREBY AGREED by CITY and CONTRACTOR as follows:
1. THE CONTRACT DOCUMENTS. The complete contract consists of the following
contract documents:
a. Notice to Contractors, Proposal, Time of Completion, Estimated Quantities, Noncollusion
Affidavit, Bidder Qualification Form, Subcontractors Form and Signature Form.
b. Standard Specifications, General Provisions acid Special Provisions.
c. Plans and Specifications for BLACKBERRY FARM GOLF COURSE GREEN
RECONSTRUCTION
d. Faithful Performance Bond and Materials Bond.
e. Insurance Agreement, Certificate of Insurance, Endorsement of Primary Insurance, Additional
Insured Endorsement, Endorsement of Aggre;;ate Limits of Insurance per Project, Waiver of
Subrogation Endorsement Worker's Com~~ensation Insurance and Notice of Policy
Cancellation Endorsement.
f. This Contract for Public Works.
All of the above documents are intended to cooperate so that any work called for in one and not
mentioned in the other, or vice versa, is to be e~;:ecuted the same as if mentioned in all of said
documents. The documents comprising the complete contract are sometimes hereinafter referred
to as the Contract Documents. In case of conflict between the Plans and the Specifications on the
one hand, and this Contract on the other, the Plans and Specifications shall prevail.
2. THE WORK. CONTRACTOR agrees to furnish all of the tools, equipment, apparatus,
facilities, labor, transportation and materials necessary to perform and complete in a good and
working order, the work of GREEN RECONSTRUCTION, as called for, and in the manner
designated in, and in strict conformity with, the Plans and Specifications prepared by the Engineer
and adopted by CITY, which Plans and Specifications are entitled, respectively, BLACKBERRY
FARM GOLF COURSE GREEN RECONSTRUCTION, PROJECT NO 2000-105 and
which Plans and Specifications are identified by the signatures of the parties to this Contract. It is
understood and agreed that said tools, equipment, apparatus, facilities, labor, transportation and
materials shall be furnished, and that said work shall be performed and completed as required in
said Plans and Specifications under the sole direction of CONTRACTOR, but subject to the
inspection and approval of CITY, or its representative.
Contract Page ] of 7
CITY hereby designates as its representative for the purpose of this Contract the Engineer, Mr.
Bert J. Viskovich.
3. CONTRACT PRICE. CITY agrees to pay, and CONTRACTOR agrees to accept, in full
payment for the work above agreed to be done, the sum of 48,000.00 (FORTY EIGHT
THOUSAND DOLLARS AND NO CENTS) sL~bject to additions and/or deductions as provided
in the Contract Documents, per Exhibit A attached hereto.
4. DISPUTES PERTAINING TO PAYMENT' FOR WORK. Should any dispute arise
respecting the true value of the work done, or any work omitted, or any extra work which
CONTRACTOR may be required to do, or respecting the size of any payment to
CONTRACTOR during the performance of this (~ontract, said dispute shall be determined either
by reference to the Unit Prices bid, if applicable, or in accordance with agreement of prices, if
applicable, or in accordance with the agreement ~~f the parties, or in accordance with Section 6,
paragraph "f' of the General Provisions.
5. PERMITS, COMPLIANCE WITH LAW. CONTRACTOR shall obtain and bear all
expense for all necessary permits, licenses and ea:>ements for the construction of the project, give
all necessary notices, pay all fees required by law, and comply with the laws, ordinances and
regulations relating to the work and to the preservation of the public health and safety.
6. INSPECTION BY THE CITY. CONTRACTOR shall at all times maintain proper
facilities and provide safe access for inspection by CITY to all parts of the work, and to the shops
wherein the work is in preparation. Where the Specifications require work to be specially tested
or approved, it shall not be tested or covered up without timely notice to CITY of its readiness
for inspection and without the approval thereof or consent thereto by CITY. Should any such
work be covered up without such notice, approv~il, or consent, it must, if required by CITY, be
uncovered for examination at CONTRACTOR'S expense.
7. EXTRA OR ADDITIONAL WORK AND (;RANGES. Should CITY at any time
during the progress of the work require any alterations, deviations, additions or omissions from
the Plans and Specifications or the Contract Documents, CITY shall have the right to do so, and
the same shall in no way affect or make void the Contract, but the cost or value thereof will be
added to, or deducted from, the amount of the Contract price, as the case may be, by a fair and
reasonable valuation, which shall be determined either by reference to the Unit Prices bid, if
applicable, the Standard Specifications, or in accordance with the agreement of the parties. No
extra work shall be performed or change be made except by a written order from CITY, duly
authorized by resolution of the City Council, and by all agencies whose approval is required by
law, stating that the extra work or change is authorized, and no claim for an addition to the
Contract sum shall be valid unless so ordered.
8. CHANGES TO MEET ENVIRONMENTAL REQUIREMENTS. CITY shall have the
right to make changes in this Contract during the course of construction to bring the completed
improvements into compliance with environmental requirements or standards established by .State
and Federal statutes and regulations after the (:ontract has been awarded or entered into.
Contract Page :~ of 7
CONTRACTOR shall be paid for such change:~ either by reference to the Unit Prices bid, if
applicable, or in accordance with the agreement of the parties.
9. TERMINATION, AMENDMENT OR MODIFICATION. This Contract may be
terminated, amended or modified, with the mutual consent of the parties. The compensation
payable, if any, for such termination, amendment or modification, shall be determined either by
reference to the Unit Price bid, if applicable, the Standard Specifications, or in accordance with
the agreement of the parties.
10. TIME FOR COMPLETION. All work under this Contract shall be completed in
accordance with the Time for Completion section in the Proposal and the Specifications of this
project. If CONTRACTOR shall be delayed in t:he work by the acts or neglect of CITY, or its
employees, or those under it by contract or otherwise, or by changes ordered in the work, or by
strikes, lockouts by others, fire, unusual delay in transportation, unavoidable casualties or any
causes beyond CONTRACTOR'S control, or b~~ delay authorized by CITY, or by any cause
which CITY shall determine justifies the delay, then the time of completion shall be extended
accordingly. This paragraph does not exclude the recovery of damages for delay by either party
under other provisions in the Contract Documents.
11. INSPECTION AND TESTING OF MATERIALS. CONTRACTOR shall notify CITY
a sufficient time in advance of the manufacture, production or testing of materials to be supplied
under this Contract, in order that CITY may arrange for mill, factory or laboratory inspection and
testing of same.
12. TERMINATION FOR BREACH OR INSOLVENCY. If CONTRACTOR should be
adjudged a bankrupt, or should make a general .assignment for the benefit of creditors, or if a
receiver should be appointed on account of insolvency, or if CONTRACTOR or any
subcontractor should violate any of the provisions of the Contract, CITY may serve written notice
upon CONTRACTOR and CONTRACTOR'S surety of its intention to terminate the Contract.
Such notice shall contain the reasons for CITY'S intention to terminate the Contract, and unless
within ten (10) days after serving of such notice, such violation shall cease and satisfactory
arrangements for corrections thereof be made, the Contract shall, upon the expiration of said ten
(10) days, cease and terminate. In the event of any such termination, CITY shall immediately
serve notice thereof upon CONTRACTOR'S surety and CONTRACTOR, and the surety shall
have the right to take over and perform the Contract; provided, however, that, if the surety within
fifteen (15) days after the serving upon it of notice of termination does not give CITY written
notice of its intention to take over and perform the Contract, or does not commence performance
thereof within thirty (30) days from the date of the serving of such notice, CITY may take over
the work and prosecute the same to completion by contract, or by any other method it may deem
advisable, for the account and at the expense of CONTRACTOR, and CONTRACTOR AND
CONTRACTOR'S surety shall be liable to CITY for any excess cost occasioned by CITY
thereby, and in such event CITY may, without liability for so doing, take possession of, and utilize
in completing the work, such materials, appliances, plant and other property belonging to
CONTRACTOR as may be on the site of the work and necessary therefor.
Contract Page 3 of 7
13. THE CITY'S RIGHT TO WITHHOLD CERTAIN AMOUNTS AND MAKE
APPLICATION THEREOF. In addition to amounts which CITY may retain under other
provisions of the Specifications until final completion and acceptance of all work covered by the
Contract, CITY may withhold from payment to CONTRACTOR such an amount or amounts as
in its judgment may be necessary to pay just claims against CONTRACTOR or subcontractors for
labor and services rendered and materials fizrnishe:d in and about the work.
City may apply such withheld amount or amounts to the payment of such claims in its discretion.
In doing so, CITY shall be deemed the agent of CONTRACTOR, and any payment so made by
CITY shall be considered as a payment made ur.~der the Contract by CITY to CONTRACTOR,
and CITY shall not be liable to CONTRACTOR for any payment made in good faith. Such
payment may be made without prior judicial determination of the claim or claims. With respect to
any retention of payment by CITY to ensure performance of the Contract, CONTRACTOR will
be entitled to substitute securities as provided in ~>ection 4590 of the California Government Code
as more fully described in CITY'S Notice to Contractors.
14. NOTICE AND SERVICE THEREOF. Any notice from one party to the other under
this Contract shall be in writing, and shall be d<<ted and signed either by the party giving such
notice, or by a duly authorized representative of such party. Any such notice shall not be effective
for any purpose whatsoever unless served in the following manner: (a) if the notice is given to
CITY, either by personal delivery thereof to the ]Engineer of CITY, or by depositing same in the
United States mails, enclosed in a sealed envelope, addressed to CITY OF CUPERTINO; 10300
TORRE AVENUE; CUPERTINO, CA 95014; postage prepaid and certified; (b) if the notice is
given to CONTRACTOR, either by personal delivery thereof to CONTRACTOR, or to
CONTRACTOR' S duly authorized representative at the site of the project, or by depositing same
in the United States mails enclosed in a sealed envelope, addressed to, AMERICAN
CONSTRUCTION ENTERPRISES. 37428 CE'NTRALMONT PL.. FREMONT. CA 94536
postage prepaid and certified; and (c) if notice is ;given to CONTRACTOR'S surety or any other
person, either by personal delivery thereof to CONTRACTOR'S surety or other person, or by
depositing
same in the United States mails, enclosed in a se;~led envelope, addressed to CONTRACTOR' S
surety or person, as the case may be, at the address of CONTRACTOR'S surety or the address of
the person last communicated by such person to the party giving the notice, postage prepaid and
certified.
15. ASSIGNMENT OF CONTRACT. Neither the Contract, nor any part thereof, nor
moneys due or to become due thereunder, shall be assigned by CONTRACTOR without the prior
written approval of CITY.
16. COMPLIANCE WITH SPECIFICATIIJNS OF MATERIALS. Whenever in the
Specifications, any material or process is indicatea~ or specified by patent or proprietary name, or
by name of manufacturer, such Specifications must be met by CONTRACTOR, unless CITY
agrees in writing to some other material, process or article offered by CONTRACTOR which is
equal in all respects to the one specified. It shall. be CONTRACTOR'S responsibility to prove
equality of any such material, process or article offered as a substitution to the one(s) specified.
Contract Page 4 of 7
17. WORKER'S COMPENSATTON INSURANCE AND EMPLOYER'S LIABILITY
INSURANCE. CONTRACTOR shall take aut and maintain during the life of this Contract
Worker's Compensation Insurance and Employer's Liability Insurance for all of
CONTRACTOR'S employees employed at the :>ite of the project. In case any work is sublet,
CONTRACTOR shall require any and all subcontractors similarly to provide Worker's
Compensation and Employer's Liability Insurance for all of the Tatter's employees unless such
employees are covered by the protection afforded to the CONTRACTOR.
In signing this Contract CONTRACTOR makes the following certification, required by Section
1861 of the Labor Code: "I am aware of the provisions of Section 3700 of the Labor Code which
requires every employer to be insured against liat~ility for worker's compensation or to undertake
self insurance in accordance with the provisions ~~f the Labor Code, and I will comply with such
provisions before commencing the performance o~Fthe work of this Contract."
18. ACCIDENT PREVENTION. Precautio~i shall be exercised at all times for the protection
of persons (including employees) and property. 7'he safety provisions of applicable laws, building
codes and construction codes shall be observed. rvlachinery, equipment and other hazards shall be
guarded or eliminated in accordance with the safety provisions of the Construction and Safety
Orders issued by the Industrial Accident Commission of the State of California.
19. CONTRACTOR'S RESPONSIBILITY FOR THE WORK. CONTRACTOR shall
not be responsible for the cost of repairing or restoring damage to the work caused by Acts of
God. NEVERTHELESS, CONTRACTOR shall, if the insurance premium is a separate bid item,
obtain the insurance to indemnify CITY for any damage to the work caused by Acts of God.
"Acts of God" shall include only the following occurrences or conditions and effects: earthquakes
and tidal waves, when such occurrences or conditions and effects have been proclaimed a disaster
or state of emergency by the President of the United States or by the Governor of the State of
California, or were of a magnitude at the site of the work sufficient to have caused a proclamation
of disaster or state of emergency having occurred in a populated area. Subject to the foregoing,
CITY shall not, in any way or manner, be answerable or suffer loss, damage, expense or liability
for any loss or damage that may happen to said building, work, or equipment or any part thereof,
or in, on, or about the same during its constructior- and before acceptance.
20. CONTRACTOR'S GUARANTEE. C;ONTRACTOR unqualifiedly guarantees the
first-class quality of all work and of all materials; apparatus and equipment used or installed by
CONTRACTOR or by any subcontractor or sup~~lier in the project which is the subject of this
Contract, unless a lesser quality is expressly authorized in the Plans and Specifications, in which
event CONTRACTOR unqualifiedly guarantees such lesser quality; and that the work as
performed by CONTRACTOR will conform with the Plans and Specifications or any written
authorized deviations therefrom. In case of amy defect in the work, materials, apparatus or
equipment, whether latent or patent, revealed to CITY within one (1) year of the date of
acceptance of completion of this Contract by CITY, CONTRACTOR will forthwith remedy such
defects without cost to CITY.
Contract Page $ of 7
P.O. No.
21. DEFERRED ALTERNATE SELECTION. The City reserves the right for the term of
the Contract, the deferred selection of none, an}~ or all alternate bid items at the bid price. The
alternates chosen would be for any sites currently under construction or to be constructed in the
future.
IN WITNESS WHEREOF, the parties have executed this Contract, in duplicate, the day and
year first hereinabove written.
CITY OF CUPERTINO:
B
ayor
Attest: ~~~ ~~~~~
City erk
Date: ~ 20©~
APPROVED AS TO FORM•
> ~
/ /~ ~~~
City Attorney
CONTRACTOR:
By:
N~~.'~a~~owt~ent is required. If a
c rat n, Corp rate seal and corporate
notary acknowledgment and Federal Tax
I.D. are required. If not a corporation a
Social Security No. is required.
Social Security #
~~
Federal Tax I.D. #
Contractor's License No.
Project Name & Number: Blackberry Farm Golf Course Green Reconstruction, Project No.
2000-105
Contractor's Name & Address: American Constiruction Enterprises
37428 Centralmont Place
Fremont, Ca 94536
Contract Amount: $48,000.00
Account Number: 560-9105
File No: 92,065
Contract Page 6 of 7
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMEINT
State of California
County of Santa Clara
On June 21, 2000, before, me, Roberta Ann
RQRERiAANN "v1'Qi.FE
.- ~ Cc~rnm. No. 1147769 p
V " Nt}7A~2Y f~U~IJC- CALEFOANIA Cla
`~ ~°~, SANTAC~ARACQUNTY n
My Commission Expires
July 21, 2001
~oa~aooc~esxxxra~o
WoffE:, Notary Public, personally appeared Joseph Da
Silv~~, proved to me on the basis of satisfactory
evidence to be the person whose name is subscribed
to the within instrument and acknowledged to me that
he executed the same in his authorized capacity and
that by his signature on the instrument the person, or
the entities upon behalf of which the person acted,
executed the instrument.
WITI~E~SS my hand and official seal.
r/
i,
oberta Ann Wolfe, Notary Public
OPTIIONAL
Though the data below is not required by law, it mad/ 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
Contract for Public Works
TITLI= OR TYPE OF DOCUMENT
^PARTNERS ^LIMITED
^GENERAL
ATTORNEY-IN-FACT
^TRUSTEE(S)
^GUARDIAN/CONSERVATOR Seven
^OTHER NUMBER OF PAGES
SIGNER IS REPRESENTING:
NAME OF PERSON OR ENTITY:
American Construction Enterprises
June 21, 2000
DATE OF DOCUMENT
Mayor, City Clerk, City Attorney
SIGNER(S) OTHER THAN NAMED ABOVE
~~
TY C)
CUPEI~TINO
INSURANCE FORMS INSTRUCTIONS
FOR ITEMS 3, 4, 5 AND 6, THE FORMS PROVIDED BY THE CITY OF CUPERTINO
MUST BE USED. FORMS OTHER THAN THESE WILL NOT BE ACCEPTED.
ALL DOCUMENTS MUST BE ORIGINALS - SUBMIT IN TRIPLICATE
1. Insurance Agreement -Must be signed by Contractor.
2. Certificate of Insurance to the City of CuI-ertino -must be completed by the insurance
agent or must provide a certificate on the company's form. They must contain the same
information.
3. Endorsement of Primary Insurance -must be ~;igned by the insurance agent for general liability
and automobile liability only.
4. Additional insured endorsement -must be sil;ned by the insurance agent for general liability
and automobile liability only.
5. Comprehensive general liability/commercial general liability endorsement of aggregate limits of
insurance per project -must be signed by the insurance agent for general liability only.
6. Waiver of subrogation endorsement worker's ~;,ompensation insurance -must be signed by the
insurance agent for worker's compensation only.
7. Notice of policy cancellation endorsement -must be signed by the insurance agent or must be
on the company's certificate of insurance form for all insurances.
Contract Page 7 of 7
~:
Cori ii '
CUPER,TINt)
INSURANCE E~GREEMENT
A. Contractor is aware of the provisions of Section 3700 of the Labor Code, which requires
every employer to be insured against liability for worker's compensation or undertake self-
insurance in accordance with the provisions of that Code, and will comply with such provisions
before commencing the performance of the work of this Contract.
B. Contractor and all subcontractors will carry worker's compensation insurance for the
protection of its employees during the progress of the work. The insurer shall waive its rights of
subrogation against the City, the City's officers, agents and employees and shall issue an
endorsement to the policy evidencing same.
C. Contractor shall carry at all times, ~~n all operations hereunder, commercial or
comprehensive general liability insurance, automobile liability insurance and builder's all risk
insurance. All insurance coverage shall be in amounts required by the City and shall be evidenced
by the issuance of a certificate in a form prescribed by the City and shall be underwritten by
insurance companies satisfactory to the City fon• all operations, sub-contract work, contractual
obligations, product or completed operations, all owned vehicles and non-owned vehicles. Said
insurance coverage obtained by the Contractor, excepting worker's compensation coverage, shall
name the City, its engineer, and each of its directors, officers, agents and employees, as
determined by the City, as additional insureds ors said policies. Insurers must be licensed to do
business in the State of California. The Insurers must also have an "A" policyholder's rating and a
financial rating of at least Class VII in accordance with the current Best's Guide Rating.
D. Before Contractor performs any work at, or prepares or delivers materials to, the site of
construction, Contractor shall furnish certificates of insurance evidencing the foregoing insurance
coverages and such certificates shall provide th~~ name and policy number of each carrier and
policy and that the insurance is in force and will not be canceled or modified without thirty (30)
days written notice to the City. Contractor shall maintain all of the foregoing insurance coverages
in force until the work under this Contract is fully completed. The requirement for carrying the
foregoing insurance shall not derogate from the: provisions for indemnification of the City by
Contractor under this Contract and for the duration of the warranty period. Notwithstanding nor
diminishing the obligations of Contractor with re;:pect to the foregoing, Contractor shall maintain
in full force and effect during the life of this Contr. act, the following insurance in amounts not less
than the amounts specified and issued by a company admitted in California and having a Best's
Guide Rating of A, Class VII or better.
Worker's Compensation Liability In accordance with the Worker's Compensation
Act ~~f the State of California - $1,000,000 per
occurrence.
Insurance Agreement Page 1 of 2
Public Liability -either commercial general liability Combined single limit of $1.0 million per
or comprehensive general liability; including occurrence; $2.0 million in the aggregate.
provisions for contractual liability, personal injury,
independent contractors and property damage
coverages.
Automobile Liability -comprehensive covering
owned, non-owned and hired automobiles.
m t.-~~C
~ ~~
(Contractor's Name)
Combined single limit of $1.0 million per
occurrence.
Insurance Agreement Page 2 of 2