Loading...
06-103, Ross Recreation Equipment A ./ >... .-, (.1 l!~ ~. ,: ~'i ..... I:;~ '.,....- ~ CONTRACT FOR PUBLIC WORKS P ()-# t'ZJD t;r 4- '7 / This CONTRACT made on November 1, 2006 by the CITY OF CUPERTINO, a municipal corporation of the State of California, hereinafter called CITY, and Ross Recreation Equipment hereinafter called CONTRACTOR. IT IS HEREBY AGREED by CITY and CONTRACTOR as follows: 1. THE CONTRACT DOCUMENTS. The complete contract consists of this contract and the following contract documents incorportated herein by reference: a. Request for Proposals (RFP) dated August 23,2006 attached b. General Provisions attached c. Proposal attached d. Faithful Performance Bond and Payment Bond. e. Insurance Agreement, Certificate of Insurance, Endorsement of Primary Insurance, Additional Insured Endorsement, Endorsement of Aggregate Limits of Insurance per Project, Waiver of Subrogation Endorsement Worker's Compensation Insurance and Notice of Policy Cancellation Endorsement. All of the above documents are incorporated into this contract by reference so that any work called for in one and not mentioned in another, is to be executed 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. 2. THE WORK. CONTRACTOR agrees to design and 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 installing play apparatus at Jollyman Park, as called for, and in the manner designated in, and in strict conformity with, the RFP and Proposal. 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 RFP and Proposal under the sole direction of CONTRACTOR, but subject to the inspection and approval of CITY, or its representative. CITY hereby designates as its representative for the purpose of this Contract the Bob Rizzo, Assistant Director of Public Works. 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 Seventy Three Thousand Nine Hundred Forty Eight Dollars and Eighty Eight Cents ($73,948.88) subject 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 1 CONTRACTOR may be required to do, or respecting the size of any payment to CONTRACTOR during the performance of this Contract, 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 of 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 easements 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, approval, or consent, it must, if required by CITY, be uncovered for examination at CONTRACTOR'S expense. 7. EXTRA OR ADDITIONAL WORK AND CHANGES. Should CITY at any time during the progress of the work require any alterations, deviations, additions or omissions from 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 Contract has been awarded or entered into. CONTRACTOR shall be paid for such changes 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 Contract Documents of this project. If CONTRACTOR shall be delayed in the 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 2 causes beyond CONTRACTOR'S control, or by 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 selVe 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 selVe 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 wor~ such materials, appliances, plant and other property belonging to CONTRACTOR as may be on the site of the work and necessary therefor. 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 these Contract Documents 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 selVices rendered and materials furnished 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 under 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 Section 4590 of the California Government Code as more fully described in CITY'S Notice to Contractors. 3 14. NOTICE AND SERVICE THEREOF. Any notice from one party to the other under this Contract shall be in writing, and shall be dated 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, 100 Brush Creek Road #100, Santa Rosa, Ca 95404, 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 sealed 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 SPECIFICATIONS OF MATERIALS. Whenever in the Contract Documents, any material or process is indicated 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. 17. WORKER'S COMPENSATION INSURANCE AND EMPLOYER'S LIABILITY INSURANCE. CONTRACTOR shall take out 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 site 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 latter'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 liability for worker's compensation or to undertake self insurance in accordance with the provisions of the Labor Code, and I will comply with such provisions before commencing the performance of the work of this Contract." 18. ACCIDENT PREVENTION. Precaution shall be exercised at all times for the protection of persons (including employees) and property. The safety provisions of applicable laws, building codes and construction codes shall be observed. Machinery, 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. 4 19. CONTRACTOR'S RESPONSmlLITY 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 construction and before acceptance. 20. CONTRACTOR'S GUARANTEE. CONTRACTOR 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 supplier 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 any 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. 5 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT ~~~~~~~~~~~~~~~.R~XL""7~~~~~~~ State of California County of .so tJo All A personally appeared before me, ~1lu-t~ Na~~f6ffiC~(~:-~t N!~P~i~(' - ~o ~ ~1 f.>. f t\: " . ~ ~a~s) of Signer(s) On No". Z{)TIt 2Dexp Date' ~MicHELE WETCH ~ COMM. #1616233 0 NOTARY PUBLIC - CALIFORNIA Al SONOMA COUNTY ~ My Comm. Expires Oct. 27, 2009 ( ~ ~ ~ ~ ~ ~ ~ ~ ~ o personally known to me ~ or proved to me on the basis of satisfactory evidence) to be the person(s1'whose name(g~re subscribed to the within instrument and acknowledged to me that he7@they executed the same in hi~their authorized capacity(iea1', and that by hi~heir signature(&yon the instrument the person(ey, or the entity upon behalf of which the person(g) acted, executed the instrument. WITNESS my hand and official seal. Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: ~ OrJ\'l2..A:ct ~ f d p, I C" vJD R-K S Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: D Individual o Corporate Officer - Title(s): D Partner - D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator o Other: Top of thumb here Signer's Name: D Individual D Corporate Officer - Title(s): D Partner - 0 Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: RIGHT THUMBPRINT OF SIGNER RIGHT THUMBPRINT OF SIGNER Top of thumb here Signer Is Representing: Signer Is Representing: ~~~~~~~~~~~~"'~;;'~,i~~~(';;'~~~~~~~~~~'~~~~<~=~V~~~~~~~~~~~ @ 2006 National Notary Association' 9350 De Soto Ave., P.O. Box 2402' Chatsworth, CA 91313-2402 Item No. 5907 Reorder: Call Toll-Free 1-800-876-6827 P.O. NO/J1Jl>~4-7 / 21. DEFERRED ALTERNATE SELECTION. The City reserves the right for the term of the Contract, the deferred selection of none, any 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 CUP RTINO: CONTRACTOR: ~ '7 j'C,l h OS S /4. lJU C1."1"U1r. 7 iY,U (h-rc:lt- f t.o . BY:pm~~ By: Dave Knapp, City M Attest: , f!vmiUL~ ,~-t1L City Cl Date: Ie;. - I '-I City Clerk , 20 D G Notary acknowledgment is required. If a corporation, corporate 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 J.D. # AP~~ City Attorney Contractor's License No. 0k'0 is 2-- Project Name: JoUyman Park Play Apparatus Contractor's Name & Address: Ross Recreation Equipment 100 Brush Creek Road #100 Santa Rosa, CA 95404 ct- ~1j) Contract Amount: $73,948.88 Account Number: 110-8315-9100 6 GENERAL PROVISIONS 1. ADOPTION OF STANDARD SPECIFICATIONS By this reference, the Standard Specifications of the State of California, 'Department of Transportation, dated July, 1992, (herein referred to as "Standard Specifications") is incorporated and adopted as the Standard Specifications and shall apply together with the modifications contained herein. 2. BEADING AND CITATIONS The section and other headings and citations to the State Standard Specifications are inserted solely as a matter of convenience and are not a part of the City's Standard Specifications. 3. DEFINITIONS OF TERMS The definitions and terms outlined in Section 1 of the State Standard Specifications shall apply with the following modifications: 1-1.10: "Contractor" means any person or persons, firm, partnership, corporation, or combination thereof as defined in the Standard Specifications and in Section 7026 of the California Business and professions Code. The term "Contractor" includes subcontractor and specialty contractor. 1-1.13: "Department" means the City of Cupertino (hereinafter referred to as "City"). 1-1.15: "Director" means the Director of Public Works or City Engineer, City of Cupertino (hereinafter referred to as "Engineer"). 1-1.18: "Engineer" means the Director of Public Works or City Engineer, City of Cupertino, or appointed agent(s) (hereinafter referred to as "Engineer"). 1-1.25: "Laboratory" means the City's approved testing laboratory. 1.1.32: "Proposal Form" means the form(s) provided by the City and provided in the Special Provisions of the Project Specifications and upon which the City requires formal bids be prepared and submitted for the work. 1-1.39: "State" means the City of Cupertino. 7 4. PROSECUTION AND PROGRESS OF THE WORK a. Hazardous Materials If the presence of asbestos or hazardous substances is disclosed in the Bid or Contract Documents, the Contractor, or the Contractor's designated subcontractor, shall be registered pursuant to Section 6501.5 of the Labor Code and certified in accordance with subdivision (a) of Section 7058.5 of the Business and Professions Code. In the event the Contractor encounters on the site asbestos or a hazardous substance that has not been disclosed in the Bid or Contract Documents, and the asbestos or hazardous substance has not been rendered harmless, the Contractor may continue work in unaffected areas reasonably believed to be safe, and shall immediately cease work on the area affected and report the condition to the owner, or the owner's representative, or Engineer in writing. b. Noise Control Grading, construction and demolition activities shall be allowed to exceed the noise limits of Section 10.48.040 of the Cupertino Municipal Code during daytime hours provided that the equipment utilized has high quality noise mumer and abatement devices installed and in good condition and the activity meets one of the following criteria: 1) No individual device produces a noise level more than eighty-seven (87) dBA at a distance of twenty-five (25) feet from said device. 2) Noise levels created do not exceed seventy (80) dBA on any nearby property. It is a violation of this chapter to engage in any grading, street construction or underground utility work within seven hundred fifty (750) feet of a residential area on Saturdays, Sundays, holidays and during the nighttime period except as provided in Section 10.48.030, emergency exception. Grading, construction or demolition occurring during nighttime periods shall not be allowed unless they meet the nighttime standards of Section 10.48.040, daytime and nighttime maximum noise levels. c. Progress of the Work The Contractor shall begin work within fifteen (15) days after receiving notice that the contract has been approved, or upon receipt of notice to proceed, and shall diligently and continuously prosecute the same to completion within the number of working or calendar days as shown in the Special Provisions. d. Record Drawings The Contractor, upon completion of this project shall furnish and submit a set of accurate "Record Drawing" plans to the Department of Public Works. Five (5) sets of "Electrical Schematics" of the traffic signal cabinet and service equipment enclosure shall be provided by 8 d. Record Drawings (continued) the Contractor on projects where traffic signals are constructed or modified in any way. These plans shall show all contract change order work and all variations in the construction from the plans provided to the Contractor by the City. e. Right of Way The right of way for the work to be constructed will be provided by the City. The Contractor shall make arrangements and pay all expenses for additional area required outside of the limits of right of way. f. Suspension of the Contract If, at any time, the City determines that the Contractor has failed to supply an adequate working force or material of proper quality, has failed in any other respect to prosecute the work with the diligence and force specified and. intended in and by the terms of the contract, or has failed to comply with any of the terms of the State Public Contract Code, written notice to correct any such deficiencies shall be served to the Contractor. Should the Contractor neglect or refuse to provide means for a satisfactory compliance with the contract as directed by the Engineer, within the time specified in such notice, the City shall have the power to suspend the operation of the Contractor. Upon receiving notice of such suspension, the Contractor shall discontinue said work, or such parts of it as the City may designate. Upon such suspension, the Contractor's control shall terminate, and thereupon the City or its duly authorized representative may take possession of all or any part of the Contractor's materials, tools, equipment and appliances upon the premises, and use the same for the purpose of completing said contract. The City may employ other parties to carry the contract to completion, employ the necessary works, hire equipment, substitute other machinery and materials, purchase the materials for, and buy such additional materials and supplies at the Contractor's expense as may be necessary for the proper conduct of the work and for the completion of the contract. The City may annul and cancel the contract and re-let the work or any part thereof. Any excess of cost arising therefrom over and above the contract price will be charged against the Contractor and the Contractor's sureties, who will be liable therefore. In the event of such suspension, all money due the Contractor or retained under terms of this contract shall be forfeited to the City. Such forfeiture will not release the Contractor or sureties from liability for failure to fulfill the contract. The Contractor and the Contractor's sureties will be credited with the amount of money so forfeited toward any excess of cost over and above the contract price, arising from the suspension of the operations of the contract and the completion of the work by the City as above provided, and the Contractor will be so credited with any surplus remaining after all just claims for such completion have been paid. In the determination of the question whether there has been any. such non-compliance with the contract as to warrant suspension or annulment thereof, the decision of the City Council of the City of Cupertino shall be binding on all parties to the contract. 9 g. Time of Completion and Liquidated Damages The work to be performed under this contract shall be completed in accordance with Section B, paragraph 4c, above. It is agreed by the parties to the contract that in case all the work called for under the contract, in all parts and requirements, is not finished or completed within the number of days as set forth in the Special Provisions, damage will be sustained by the City. It is further agreed that it is and will be impracticable and extremely difficult to ascertain and determine the actual damage which the City will sustain in the event of or by reason of such delay. It is therefore agreed that the Contractor will pay to the City, the sum set forth in the . Special Provisions, per day for each and every day of delay in finishing the work in excess of the number of days prescribed. The Contractor agrees to pay said liquidated damages herein provided for, and further agrees that the City may deduct the amount thereof from any moneys due or that may become due to the Contractor under the contract. It is further agreed that in case the work called for under the contract is not finished and completed in all parts and requirements within the number of days specified, the Engineer shall have the right to increase the number of days or not, as may be deemed in the best interest of the City. If the Engineer decides to increase the said number of days, the City shall further have the right to charge to the Contractor, the Contractor's heirs, assigns or sureties the actual cost of engineering, inspection, superintendence, and other overhead expenses which are directly chargeable to the contract, and which accrue during the period of such extension. The cost of final surveys and preparation of final estimate shall not be included in such charges. The Contractor will be granted an extension of time and will not be assessed with liquidated damages or the cost of engineering and inspection for any portion of the delay in completion of the work beyond the time named in the Special Provisions for the completion of the work caused by acts of God or of the public enemy, fire, floods, tidal waves, earthquakes, epidemics, quarantine restrictions, strikes, labor disputes, shortages of materials and freight embargoes, provided that the Contractor shall notify the Engineer in writing of the causes of delay within fifteen (15) days from the beginning of any such delay. The Engineer shall ascertain the facts and the extent of the delay. The Engineer's findings thereon shall be final and conclusive. No extension of time will be granted for a delay caused by a shortage of materials unless the Contractor furnishes to the Engineer documentary proof that every effort has been made to obtain such materials from all known sources within reasonable reach of the work in a diligent and timely manner. Further proof in the form of supplementary progress schedules, as required in Section 8-1.04 of the State Standard Specifications ("Progress Schedule"), that the inability to obtain such materials when originally planned did in fact cause a delay in the final completion of the entire work, which could not be compensated for by revising the sequence of the Contractor's operations, shall be required. The term "shortage of materials", as used in this section, shall apply only to materials, articles, parts or equipment which are standard items and are to be incorporated in the work. The term "shortage of materials", shall not apply to materials, parts, articles or equipment which are processed, made, constructed, fabricated or manufactured to meet the specific requirements of the contract. Only the physical shortage of material will be 10 g. Time of Completion and Liquidated Damages (continued) considered under these provisions as a cause of extension of time. Delays in obtaining materials due to priority in filling orders will not constitute a shortage of materials. If the Contractor is delayed in completion of the work by reason of changes made under Section 4-1.03 of the State Standard Specifications ("Changes"), or by failure of the City to acquire or clear right of way, or by any act of the City, not contemplated by the contract, an extension of time commensurate with the delay in completion of the work thus caused will be granted and the Contractor shall be relieved from any claim for liquidated damages, or engineering and inspection charges or other penalties for the period covered by such extension of time. The Contractor shall notify the Engineer in writing of the causes of delay within fifteen (15) days from the beginning of any such delay in order to be relieved of said liquidated damages or other penalties. The Engineer shall ascertain the facts and make findings regarding the extent of delay. The Engineer's findings shall be final and conclusive. Except for additional compensation provided for in Section 8-1.09 of the State Standard Specifications ("Right of Way Delays"), and except as provided in Public Contract Code Section 7102, the Contractor shall have no claim for damage or compensation for any delay or hindrance. It is the intention of the above provisions that the Contractor shall not be relieved of liability for liquidated damages or engineering and inspection charges for any period of delay in completion of the work in excess of that expressly provided for in this section. [See Section 8- 1. 07. ] 5. CONTROL OF THE WORK a. Authority to Deviate from the Approved Plans In addition to the provisions of Section 5-1.03 of the State Standard Specifications, deviations from the approved plans or specifications for the project must be authorized in writing by the Engineer. b. Dust Control The Contractor shall, at all times during construction and until final completion and acceptance, prevent the formation of an air-borne nuisance by watering with non-potable water, or by other satisfactory method, as required by the Engineer. The Contractor shall treat the site of the work in such a manner that will confine dust particles to the immediate surface of the work. The Contractor shall perform such dust control measure within two (2) hours after notification that the Engineer has determined that an air-borne dust nuisance exists. If the Contractor fails to abate the nuisance within two (2) hours, the City of Cupertino may order that dust control measures at the site be done by City personnel and equipment or by others, and all expenses incurred in the performance of this work shall be charged to the Contractor and paid for by the Contractor. 11 c. Inspection In addition to the provisions of Section 5-1.08 of the State Standard Specifications, the Contractor shall provide to the Engineer, all information respecting the progress of the project. The Contractor shall also furnish telephone service at all facilities servicing the project. All work done by the Contractor shall be accomplished between the hours of 8:00 a.m. and 5:00 p.m., Monday through Friday, or as specified in the Special Provisions, unless authorized in writing by the Engineer. Whenever the Contractor varies the period within the authorized hours during which work is carried on each day, the Contractor shall give due notice to the Engineer, so that proper inspection may be provided. Any work done in the absence of the Engineer will be subject to rejection. Inspection costs for any work done before 8:00 a.m. or after 5:00 p.m. on a regular workday or on Saturdays, Sundays, or holidays shall be paid for by the Contractor at a rate of thirty-five dollars ($35.00) per hour, or latest rate approved by the City Council, except where such work is specifically required by the Special Provisions. Projects financed in whole or in part with State funds shall be subject to inspection at all times by the State Director of Public Works or the State agency involved. [See State Standard Specifications Section 5-1.08.] d. Monumentation The Contractor shall properly guard, protect and preserve all street and highway monuments, all property comer and property line monuments and all V.S.C. & G. S. monuments in their proper places until their removal is authorized by the Engineer. Any monuments that have been removed without proper authority shall be replaced at the Contractor's expense. e. Samples and Tests The source of supply of each of the materials to be used on the project shall be approved by the Engineer before delivery is started and before such material is used in the work. Representative preliminary samples of the character and quality prescribed shall be submitted by the Contractor or producer of all materials to be used in the work for testing or examination as desired by the Engineer. The Contractor shall furnish such samples of materials as are requested by the Engineer, without charge. No materials shall be used until it has been approved by the Engineer. Additional samples may be secured and tested whenever necessary to determine quality of materials. All tests of the materials furnished by the Contractor shall be made in accordance with commonly recognized standards of national organizations, and such special methods and tests as are prescribed in the Special Provisions. 12 fUtilities It is the Contractor's responsibility to verify the location of all existing utilities. The Contractor shall have all of the utilities, underground mains, and services that may conflict with the project field located. The Contractor shall contact Underground Services Alert (U.S.A.) forty-eight (48) hours in advance of any work at (800) 642-2444. Due caution shall be exercised to insure that underground irrigation systems, electrical systems, and other utilities on private property are not damaged during construction of the project. During excavation, appropriate techniques shall be employed which safeguard all existing utilities and underground facilities. Damage to such utilities and underground facilities shall be repaired at the Contractor's expense if located by U.S.A. or shown on the plan or notified by project manager. g. Water for Construction Water used in any way for the construction of the project shall be imported by the Contractor and shall be non-potable water in tanks clearly marked as such unless specific authorization to deviate has been granted by the Engineer. If authorized by the Engineer, the Contractor may extract construction water from fire hydrants provided that the Contractor obtains a meter from and purchases the water from the water utility that services the area in which the construction work is located. 6. LEGAL RELATIONS AND RESPONSmILITIES TO THE PUBLIC a. Contractor's Payments Upon request by the City, the Contractor shall submit reasonable evidence that all payrolls, materials, bills and other indebtedness connected with the work have been paid. If any liens against the Contractor for labor or materials furnished hereunder remain unsatisfied after final payment by the City, the Contractor agrees to pay the City all moneys that the City may be compelled to pay in discharging such lien, including all costs and a reasonable attorney's fee. b. Indemnity Contractor shall indemnifY, hold harmless and assume the defense of, in any actions at law or in equity, the City, its officers, employees, agents, and elective and appointive boards, from all claims, losses, damage, including property damage, personal injury, including death, and liability of every kind, nature and description, arising out of or in any way connected with the negligent acts, errors or omissions, or the willful misconduct of the Contractor or any person directly or indirectly employed by, or acting as agent for, Contractor, directly or indirectly related to the provision of any professional services provided hereunder, but not including the sole or active negligence, or the willful misconduct of the City. This indemnification shall extend to claims, losses, damage, injury and liability for injuries occurring after the completion of the aforesaid operations, arising from Contractor's work. 13 b. Indemnity (continued) Submission of insurance certificates or submission of other proof of compliance with the insurance requirements does not relieve the Contractor from liability under this indemnification and hold harmless clause. The obligations of this indemnity clause shall apply whether or not such insurance policies have been determined to be applicable to any of such damages or claims for damages. The City does not authorize the impennissible use of any patent or the reproduction of any copyrighted material by the Contractor which exceeds "fair use" in the performance of this contract. The Contractor is solely responsible for any such infringement. The Contractor shall indemnify the City against and hold it harmless from any and all losses, damage, costs, expenses, and attorney's fees suffered or incurred as a result of or in connection with any claims or actions based upon infringement or alleged infringement of any patent, copyright, or trade secret, and arising out of the use of the equipment or materials utilized to perform under this contract or specified by or procured by the Contractor, or out of the processes or actions employed by, or on behalf of, the Contractor in connection with the performance of this contract. The Contractor shall also indemnify the City against and hold it harmless from any and all loss, damage, costs, expenses, and attorney's fees suffered or incurred on account of any breach by the Contractor, or its employees, agents, or subcontractors, of the aforesaid obligations and covenants, and any other provisions or covenant of this contract. c. Insurance 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 the 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 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 respect to the foregoing, Contractor shall maintain in full force and effect during the life of this contract, the following insurance in amounts not less than the amounts specified and having a Best's Guide Rating of A, Class vn or better or that is otherwise acceptable to the City. 14 c. Insurance (continued) Worker's Compensation & Employers In accordance with the Worker's Liability . Compensation Act of the State of California - Worker's Comp - "statutory" per Ca Law; Employers' Liability - $1.0 million per occurrence. General Liability - commercial general Combined single limit of $1.0 million liability; including provisions for per occurrence; $2.0 million in the contractual liability , personal injury, aggregate. independent contractors and products - completed operations hazard. Builder's all Risk. N / A Amount equal to 100% of the contract price bid; $25,000 deductible is allowed. Automobile Liability - comprehensive Combined single limit of $1.0 million covering owned, non-owned and hired per occurrence. automobiles. d. Labor Nondiscrimination Attention is directed to the provisions of Section 7-1.01A(4) of the State Standard Specifications, which apply. In addition, the Contractor shall comply with the recommended minority and female employment practices of the Office of Federal Contract Compliance of the United States Department of Labor as established for Santa Clara County. e. Prevailing Wages The Contractor shall keep fully informed of all existing and future State and Federal laws and City ordinances and regulations which in any manner affect those engaged or employed in the work. The Contractor shall conform to the provisions of Sections 7-1.0IA and 7-1.01B of the Standard Specifications. Copies of the prevailing rate of per diem wages are on file at the office of the Director of Public Works, City of Cupertino. f. Responsibility for Damages The City of Cupertino, the City Council, the Engineer or the Engineer's agents shall not be answerable or accountable in any manner for any loss or damage that may happen to the work, or any part thereof, any material or equipment used in performing the work, or for injury or damage to any person or persons, either workers or the public, or for damage to adjoining property from any cause whatsoever during the progress of the work or at any time before final acceptance. f. Responsibility for Damages (continued) 15 The Contractor shall be responsible for any liability imposed by any law and for injuries to . or death of any person including but not limited to workers and the public, or damage to property resulting from defects or obstructions or from any cause whatsoever during the progress of the work or at any time before its completion and final acceptance. In addition to any remedy authorized by law, so much of the money due the Contractor under and by virtue of the contract as shall be considered necessary by the City may be retained by the City until disposition has been made of such suits or claims for damages as aforesaid. The retention of money due the Contractor shall be subject to the following: 1. The City will give the Contractor thirty (30) days notice of its intention to retain funds from any partial payment which may become due to the Contractor prior to acceptance of the contract. Retention of funds from any payment made after acceptance of the contract may be made without such prior notice to the Contractor. 2. No retention of additional amounts out of partial payments will be made if the amount to be retained does not exceed the amount being withheld from partial payments pursuant to Section 9-1.06 of the State Standard Specifications, ("Partial Payments"). 3. If the City has retained funds and it is subsequently determined that the City is not entitled to be indemnified and saved harmless by the Contractor in connection with the matter for which such retention was made, the City shall be liable for interest on the amount retained at the legal rate of interest for the period of such retention. The City will consider proposals by the Contractor to enter into special arrangements, such as posting securities or bonds acceptable to the City, in lieu of the retention of funds. Such special arrangements shall be in writing, and approved by the surety on the performance bond and by the surety on the payment bond. No funds shall be retained where the Contractor establishes to the satisfaction of the City that at the time of the accident or occurrence giving rise to a claim or lawsuit against the City or its officers or employees, that the Contractor had in effect insurance of the type, form, and amount as provided in Section B, paragraph 6c, above, ("Insurance"). [See State Standard Specifications Section 7-1.12.] g. Worker's Compensation and Unemployment Insurance Prior to entering into the contract respecting this project, the bidder to whom the contract is awarded shall furnish to the City satisfactory proof that the bidder has a policy of worker's compensation and unemployment insurance for its employees, that conforms to the provisions of Division 4, commencing with Section 3200, of the Labor Code or of the Unemployment Insurance Code, in effect for the entire period covered by the proposed contract. 16 7. PROPOSAL AND AWARD OF CONTRACT a. Competency of Bidders All bidders are required to complete the "Bidder Qualification Form" as provided in the proposal. Incomplete forms or lack of experience in the field of work being bid may be cause for rejection of the proposal. b. Contract Bonds The Contractor shall furnish two (2) good and sufficient bonds. Each of the bonds shall be executed in a sum equal to the contract price. The first bond shall guarantee the faithful performance of the contract by the Contractor. The second bond shall be furnished as required by the terms of Sections 3247 to 3252, inclusive, of the Civil Code of the State of California. The Payment bond will be released six (6) months after the Notice of Completion, and the Faithful Performance shall be reduced by ninety percent (90%) at the Notice of Completion. The remaining ten percent (10%) will be released at the end of one (1) year from acceptance of the project provided any deficiencies in the work have been corrected. [See State Standard Specifications Section 3-1.02.] c. Execution of Contract The successful bidder, as Contractor, shall execute the contract set forth in the contract documents and provide the contract bonds and insurance certificates required therein within eight (8) days, not including Saturdays, Sundays, and legal holidays, after the bidder has received the contract for execution. Failure to do so may result in annulment of award and forfeiture of the proposal guarantee. d. Payment The City will make partial payments to the Contractor on the basis of a duly certified estimate of the work performed and the materials incorporated in the project during the preceding reporting period. The City utilizes a biweekly accounts payable cycle and issues checks on Fridays. The actual dates of the payment schedule are available at the City's Accounting Department. The City will retain ten percent (10%) of the amount of each of said estimates until the expiration of thirty-five (35) days from the date of recording by the City of the Notice of Completion. At this time, and not before, the City shall pay the Contractor the whole of the remaining ten percent (10%) of said contract price. The payment of progress payments by the City shall not be construed as an absolute acceptance of the work done up to the time of such payments, but the entire work is to be subjected to the inspection and approval of the City, and subject to whatever inspection and approval may be required by law. Pursuant to Section 4590 of the California Government Code, the Contractor will be permitted, upon request and its sole expense, to substitute securities for any moneys withheld by 17 d. Payment (continued) the City to ensure. performance under the contract. Said securities will be deposited either with the City or with a state or federally chartered bank as escrow agent. Securities eligible for this substitution are those listed in Section 16430 of the California Government Code, bank or savings and loan. certificates of deposit, interest bearing demand deposit accounts, standby letters of credit, or any other security mutually agreed to by the Contractor and the City. A sample escrow agreement is included in Section 22300 of the Public Contracts Code. The Contractor shall be the beneficial owner of any securities substituted for moneys withheld and shall receive any interest thereon. e. Proposal Forms The City will furnish to each bidder a standard proposal form, which, when filled out and executed may be submitted as the Contractor's bid. Bids not presented on forms so furnished will be disregarded. The proposal form is bound together with the Notice to Contractors, General Provisions, Special Provisions, Bidder Qualification Form, Subcontractors Form and Signature Form. The Contractor shall submit as a minimum, the Notice to Contractors, Proposal, Bidder Qualification Form, Subcontractors Form and Signature Form. Bids containing less than this or bids containing incomplete forms will be disregarded. All proposals shall state the dates for completion, if required, the prices proposed, both in writing and in figures and shall show a total, and shall be signed by the bidder, with the bidders address. If proposals are made by an individual, name and post office address shall be shown. If made by a firm or partnership, the name and post office address of each member of the firm or partnership shall be shown. If made by a corporation, the proposal shall show the names, titles and business address of the president, the secretary and treasurer and the proposal shall show the corporate seal. The proposal shall be submitted as directed in the "Notice to Contractors" under sealed cover plainly marked as a proposal, and identifying the project to which the proposal relates and the date of the bid opening therefor. Proposals not properly submitted may be disregarded. Proposal forms may be obtained from the Public Works Department, City of Cupertino; 10300 Torre Avenue; Cupertino, CA 95014-3255 or by calling (408) 777-3354. f. Proposal Guaranty All proposals or bids shall be accomplished by cash, a cashier's check or certified check payable to the order of the City of Cupertino, in the amount of ten percent (1 OO-fo) of the bid, or by a bond in said amount payable to the City of Cupertino. Said bond shall be signed by the bidder and a corporate surety, or by the bidder and two (2) sureties who shall justify before any officer competent to administer an oath, in double said amount and over and above all statutory exemptions. Said cash or check shall be forfeited or said bond shall become payable to the City 18 f Proposal Guaranty (continued) in case the bidder depositing the same does not enter into a contract with the City within ten (10) days after written notice that the Contractor has been awarded the contract. g. Rejection of Proposals Proposals may be rejected if they show any alternations of form, additions not called for, conditional or alternative bids not called for, incomplete bids or erasures, or for irregularities of any kind. Only the proposal forms prepared by the City shall be used. [See State Standard Specifications Section 2-1.06.] h. Subcontractors The proposal shall contain the name and location of the place of business of any person or persons, firm, partnership, corporation, or combination thereof who will perform work or labor or render service to the prime contractor, except for those providing work or labor or rendering service for wages only, in or about the construction of the work or improvement, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of one percent (0.5%) of the prime contractor's bid or, in case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of one percent (0.5%) of the prime contractor's total bid or ten thousand dollars ($10,000) whichever is the greater. The proposal shall list the portion of the work which will be done by each subcontractor for this project. The prime contractor shall list only one (1) subcontractor for each portion as is defined by the prime contractor in the prime contractor's bid. 19 INDEX DESCRIPTION ADOPTION OF STANDARD SPECIF'I CA TI 0 NS.................................... APPROVED 5 AUTHORITY TO DEVIATE FROM THE PLANS............................. COMPETENCY BIDDERS.... ...... ...................... ............. .... ..... ... ................ CONTRACT DO NDS. .... ..... .............. ..... .... ........ ............... .............. .... ............ CONTRACTOR'S P A Y"MENTS. ...... ..... ........ .... ......... .... .... .... ..... ............ .......... CONTROL OF THE W 0 RK..... ..... ..... ............. ........ .... ............... ...... ........... DEFINmONS OF TERMS.......................................................................... DUST CONTROL........................................................................................... EXECUTION OF CONTRACT ......... ............. .......... ....... ..... .... ... ......... .... .... ..... HAZARDOUS MA. TE'RIA.LS...... ...... .... ....... ..... ..... ... .... ..... ....... ........ .......... ...... HEADINGS AND err A TI 0 NS.................................................................... IND E'MN"ITY ........ ..... ........ .... ................ ............. .......... ................... .......... IN'SPECTI ON............. ..... .... .... ........ ............. .... ............................. ............ IN'SURANCE - PUBLIC LIABILITY AND PROPERTY D AMA. GE........................ IN'SURANCE... WORKERS COMPENSATION AND UNEMPLOyMENT.............. LABOR NOND ISCRIMINA TI ON ..................................................................... 20 PAGE(S) 1 OF 11 11 7 5-7 1 5 11 2 1 7,8 6 8,9 10 9 LEGAL RELATIONS AND RESPONSmILITIES TO mE PUBLIC (Labor Code 6d)........................................................................................ MON'lJMENT A TI ON.................................................................................. NOISE CONTROL.......................................................................................... PAYMENT.. ...... .... ..... ... ..... .... ....... ..... ..... ....... ......... ... ..... ..... ....... .............. PREVAILING WAGES.. ..... ....... ...... .... ..... ........ ..... ...... ...... .... ............ ......... .... PROGRESS OF THE W ORK..... ..... ..... ..... ... ...... .... ....... .......... ....... .... ...... ........ PROPOSAL AND AWARD OF CONTRA. CT............................................ PROPOSAL FORMS....................................................................................... PROPOSAL ell ARANTY .... .............. ... ..... .... .......... ........... .... ........ ..... .... ........ PROSECUTION AND PROGRESS OF THE W 0 RK............................... RECORD DRAWINGS...... ...... ..... ..... ..... ...... ............. ... ................... ... .... ..... .... REJECTION OF PROPOSALS......................................................................... RESPONsmlLITY FOR D AMA. G ES... ..... ..... ...... ........... .... .... ..... ...... ...... .......... RIGHT OF WAy.... ..... .............. ..... ..... ........... ..... ... .... ........ ..... ..... .... ..... ... ...... SAMPLES AND TESTS................................................................................... SUBCONTRACTORS......... .......................................................................... SUSPENSION OF THE CONTRA CT ................................................................. TIME OF COMPLETION AND LIQUIDATED D AMA. GES.................................. UTILITIES..... ........ .... ......... ........ ..... ....... ..... ........ ............... ... ...... .... ......... WATER FOR CONSTRU CTION............................................................~......... WORKERS COMPENSATION AND UNEMPLOYMENT INSlJR.ANCE................. 21 7-10 6 2 11, 12 9 2 11-13 12 12,13 2-5 2,3 13 9,10 3 6 13 3 4-5 7 7 10 CUPEI\JINO mSURANCEAGREEMENT 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, on all operations hereunder, commercial 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 for 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 on 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 or that is otherwise acceptable to the City. 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 the 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 respect to the foregoing, Contractor shall maintain in full force and effect during the life of this Contract, the following insurance in amounts not less than the amounts specified and having a Best's Guide Rating of A, Class vn or better or that is otherwise acceptable to the City. Worker's Compensation & Employers' Liability LIMITS In accordance with the Worker's Compensation Act of the State of California - Worker's comp - "statutory" per CA Law; Employers' Liability - $1,000,000 per occurrence. Insunmce Agreement Page 1 of 2 By: &::cJ6 Date: . 1!!/jIO," General Liability - commercial general liability; including provisions for contractual liability , personal injury, independent contractors and products - completed operations hazard. Automobile Liability - comprehensive covering owned, non-owned and hired automobiles. Consultants only: Errors and Omissions liability. ROSS RECREATtON EQUIPMENT CO., INC. 100 BRUSH CREEK ROAD. SUITE 101 SANTA ROSA, CA 95404 (Contractor's Name) Combined single limit of $1.0 million per occurrence; $2.0 million in the aggregate. Combined single limit of $1.0 million per occurrence. $1.0 million per occurrence. 200b Insurance Agreement Page 2 of 2 From: Jasen Wong At: Suhr Risk Services FaxlD: 6503435941 To: Jonathan Date: 11/1512006 11 :27 AM Page: 2 of 3 . .- - DATE (MMlDDNYYY) ACORD", CERTIFICA TE OF LIABILITY INSURANCE OP 10 l~ ROSSR-1. 1.1./1.5/06 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Suhr Risk Services- Bur1inqame ONL Y AND CONFERS NO RIGHTS UPON THE CERTIFICATE Bur1inqame Branch HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1.338 Bayshore Hiqhway AL TER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Bur1inqame CA 9401.0 Phone: 650-342-9535 Fax: 650-343-5941. INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A Admira1 Insurance Company INSURER B Uniqard Insurance 25747 Ross Recreation Equipment INSURER C Nationa1 Liabi1ity & Fire 1.00 Brush Creek Road, Ste 1.01. INSURER D Santa Rosa CA 95404 INSURER E COVERAGES 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 MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS ,"''''... ~~~ POLICY NUMBER DA';!~ (MMIDDNY) Pgk~'i:Y{MMlDDNY) LIMITS LTR TYPE OF INSURANCE GENERAL LIABILITY EACH OCCURRENCE $1.,000,000 - A X COMMERCIAL GENERAL LIABILITY CAOOOOO1.470-08 1.0/1.5/06 1.0/1.5/07 ,=,~"'.':.IUKt:NIt:U $50,000 PREMISES (Ea occurence) I CLAIMS MADE ~ OCCUR MED EXP (Anyone person) $ 5,000 PERSONAL & ADV INJURY $1.,000,000 - GENERAL AGGREGATE $2,000,000 - GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP/OP AGG $1.,000,000 il n PRO- nLOC POLICY JECT AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT - $1.,000,000 B X ANY AUTO PX81.0031. 1.0/1.5/06 1.0/1.5/07 (Ea accident) - ALL OWNED AUTOS BODIL Y INJURY - $ SCHEDULED AUTOS (Per person) - HIRED AUTOS BODIL Y INJURY - $ NON-OWNED AUTOS (Per accident) - - PROPERTY DAMAGE $ (per accident) GARAGE LIABILITY AUTO ONL Y - EA ACCIDENT $ R ANY AUTO OTHER THAN EA ACC $ AUTO ONL Y AGG $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ tJ OCCUR o CLAIMS MADE AGGREGATE $ $ R DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND X ITO~\t:~I'TS I IOTH- ER C EMPLOYERS' LIABILITY 01.00014814051 10/01/06 10/01/07 $1.,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE EL EACH ACCIDENT OFFICER/MEMBER EXCLUDED? EL DISEASE - EA EMPLOYEE $1.,000,000 If yes, describe under $1.,000,000 SPECIAL PROVISIONS below EL DISEASE - POLICY LIMIT OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS Certificate ho1der is named as additiona1 insured as per attached endorsement fozm CG201.0. *1.0 days notice of cance11ation for non-payment of premium. RE: Jo11yman Park P1ay Apparatus, Cupertino, CA Job#2661.3. CITYCUP CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30* DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AU ZED RE~AT~ . u-\\- @ACORDCORPORATION 1988 CERTIFICATE HOLDER City of Cupertino Attn: Bob Rizzo 1.0555 Mary Avenue Cupertino CA 9501.4 ACORD 25 (2001/08) From: Jasen Wong At: Suhr Risk Services FaxlD: 6503435941 To: Jonathan Date: 11/1512006 11 :27 AM Page: 3 of 3 Policy Number: CAOOOOO 1470-08 CG 20 10 07 04 Effective Date: 10/15/2006 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABlLITY COVERAGE PART SCHEDULE ANY ENTITY FOR WHOM YOU ARE PERFORMING ONGOING OPERATIONS, BUT ONLY IF REQUIRED BY WRITTEN CONTRACT PRIOR TO AN "OCCURRENCE" OR LOSS. A. Section n - Who Is An Insured is amended to include .as an additional insured the persoll(s) or organization(s) shown in the Schedule, butonly with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Yom acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the 10cation(s) designated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to nbo~ilYir1j1lT}'uor "property dcu.nage" qcc~g ...a~~f':.i.; : .... ........ ..) 1. All work, including materials, parts or equipmfmt furnished in connection with sllch work, on the project (other than selVice, maintenance or repairs) to be performed by or on behalf ofthe additional insured( s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20100704 @ ISO Properties, Inc., 2004 Page 1 ofl [J I CUPEIUINO ADDmONAL INSURED ENDORSEMENT and ENDORSEMENT OF PRIMARY INSURANCE and NOTICE OF POLICY CANCELLATION ENDORSEMENT Project Title and Number: ,j o\\y,,^-o.n 'P,,-' ~ P\~'1 Appc:vo..+l.I$ In consideration of the policy premium and notwithstanding any inconsistent statement in the policy to which this Endorsement is attached or any other Endorsement attached thereto, it is agreed as follows: The City of Cupertino ("City") and its directors, officers, engineers, agents and employees, and all public agencies from whom permits will be obtained and their directors, officers, engineers, agents and employees are hereby declared to be additional insureds under the terms of this policy, but only with respect to the operations of the Contractor at or upon any of the premises of the City in connection with the Contract with the City, or acts or omissions of the additional insureds in connection with, but limited to its general supervision or inspection of said operations. The insurance afforded by this policy is primary insurance, and no additional insurance held or owned by the designated additional insured(s) shall be called upon to cover a loss under said additional policy. Cancellation Notice. The insurance afforded by this policy shall not be suspended, voided, canceled, reduced in coverage or in limits, or materially altered, except after thirty (30) days' prior written notice by certified maiL return receipt requested, has been given to the City of Cupertino ("City"). Such notice shall be addressed to the City as indicated below. POLICY INFORMATION 1. Insurance Company: ,k D M I AAv ftJ ~t,( 12A-~ ~~ c::A) lA fA I\l Y 2. Insurance Policy Number: CA 00000 ,l.f-1D-D& CGt"Ne-AA-L-- L.-~lt.-'T11) 3. Effective Date of this Endorsement: Oc..- TO &eJ<.. ts 2000 4. Insured: RD~~ rtee,RE",A"T\O,j E""o..uIPMf3~T Additional Iosured and Primary Insuraoce and Notice of Cancellation EndOIsemeot Page 1 of 2 AU notices herein provided to be given by the Insurance Company to the City in connection with this policy and these Endorsements, shall be mailed to or delivered to the City at 10300 Torre Avenue; Cupertino, California 95014. 1, YI C-rC>R\A CA:rJ~PA- (print/type name) warrant that I have authority to bind the below listed Insurance Company and by my signature hereon do so bind this Company. 0J .Q Signature of Authorized Representative: l~ .~ (Original signature required on all Endorsements furnished to the . ct) Names of Agent/Agency: SUitt< ,;l.l~K Se1lVlc..~.c Address: \93& f?AY~tto~~ H-I6ftWA'f BV\RV\ ~~~ Ch ~ c.w' () , Title: ~l.l.sr BX,EWT1 Vl?- Telephone: 19SO - .:J~1- --Lt..f-~3 Facsimile: ~ - 3t+3- 5~4-1 Additional Insured and PrimaJy Insunmce and Notice of Cancellation Endorsement Page 2 of 2 :I,.......~ ,- CUPEIQ'INO COMPREHENSIVE GENERAL LIABaITY COMMERCIAL GENERAL LIAB~ITY ENDORSEMENT OF AGGREGATE LIMITS OF INSURANCE PER PROJECT Project Title and Number: Jo{ljM~r- pOor ~ Plo..~ A ppa.r"'t-v5 In consideration of the policy premium and notwithstanding any inconsistent statement in the policy to which this Endorsement is attached or any other Endorsement attached thereto, it is as follows: This Endorsement modifies the insurance provided under the General Liability Coverage part of the below-referenced policy of insurance. The general aggregate limit under LIMITS OF INSURANCE applies separately to the project described as St>u...'jMA,j P^Il~ PL-kY APP/\,RA-TlA<;. POLICY INFORMATION 1. Insurance Company: ~D M \ IZA-L (IJ~CA RANGE" CoM PA-~'7' 2. Insurance Policy Number: CA 00000 l't 70-08 3. Effective Date of this Endorsement: OvTO B e ~ t S 4. Insured: RoSS Reca-e-kTlol\\ e-b-UH?M~rJT 20.fi:L 5. Additional Insured: City of Cupertino, its directors, officers, agents and employees. All notices herein provided to be given by the Insurance Company to the City in connection with this policy and this Endorsement, shall be mailed to or delivered to the City at 10300 Torre Avenue; Cupertino, California 95014. I, Vt vTbRlA CAN~PA (print/type name) warrant that I have authority to bind the below listed Insurance Company and by my signature hereon do so bind this Company. Signature of Authorized Representative:0(J~ f),~ (Original signature required on all Endorsements furnished to the District) Names of AgentJAgency: ~UH-~ tz\~ SE1Z" tC€'-S Address: l?~& eAYS~O<<,e Hlbt'tW,AY BlAJZ.....' t..h.4A-Me I CA 0L1Ol0 Title: ACc.oU~T J;xe:cunv& Telephone: ~ ...0i}.7- t 4-53 Facsimile: ~S"O -3q~ - ~94' Aggregate Limits Endotsement Page 1 of 1 ...... 'if' CUPEIQINO WAIVER OF SUBROGATION ENDORSEMENT WORKER'S COMPENSATION INSURANCE . Project Title and Number: .J 0 tI;j MtW1 PWlG PI '" '1 P. pp N?J. tvs In consideration of the policy premium and notwithstanding any inconsistent statement in the policy to which this Endorsement is attached or any other Endorsement attaChed thereto, it is agreed as follows: It is agreed that witb respect to such insurance as is afforded by the policy, the Insurance Company waives any right of subrogation against the City of Cupertino~ and each of its directors, officers, agents, consultants and employees by reason of any payment made on account of injury, including death resulting therefrom, sustained by any employee of the insured, arising out of the performance of the above-referenced Contract. POLICY INFORMATION 1. Insurance Company: t.JA"\~t.JAt..- L.\k~\l-liJ' g FrRE7,tJSU.ekNce ~. 2. Insurance Policy Number: 0 I 000 14 g\ 4 Db t 3. Effective Date of this Endorsement: ~TOB~rz \~ 4. Insured: Ft () S~ ~ ~ ~ Tt 1) IJ e- 9.lA \ P Nt e~, 20 Db All notices herein provided to be given by the Insurance Company to the City in connection with this policy and this Endorsement, shall be mailed to or delivered to the City at 10300 Torre Avenue; Cupertino, California 95014. I, V I VT\) lZ' -* CkN 6" P Pc- (print/type name) warrant that I have authority to bind the below listed Insurance Company and by my signature hereon do so bind this Company. Signature of Authorized Representative:~ tf51t'1iI r1. &~ (Original sign~re required on all Endorsements furnished to the Dist' ) Names of Agent/Agency: 5'(,.01 JZ ~ lS K & \71Z \II c..-l1:S Address: /.~~ & BA11S t+OrlE tft fittWfr'1 f?u~u ~.kV\~ r tAr- f1L(otO Title: A<XDu ~T ~e-UAT1 Vt? Telephone: ~- a~7 - , 4-53 Facsimile: 050 - ~ 5~ 4- , subrogation Endorsement Page 1 of 1 FAITBFULPERFORMANCEBOND Bond Number K07322884 Premium $1,849.00 KNOW ALL MEN BY THESE PRESENT~ mAT WE, Ross Recreation Equipment Company, Inc. as Principal, (contractor' s name) and Westchester Fi re Insurance Company as Surety, (bondingcompany~ s name) are held and firmly bound unto the City of Cupeltino, State of California, in the sum of *Seventy-Three Thousand, Nine Hundred Forty-Eiqht Dollars & 88/100* lawfUl money of the United States, for the payment of which will and truly to be made, we bind ourselves, our heirs, executors, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION ofthe foregoing obligation is such that, WHEREAS, the Principal has entered into a contract with the City dated November 1 _20~ with the obligee to do and perform the following work to-wit: Jollyman Park Playground Apparatus Replacement Proiect NOW, THEREFORE, if the said principal shall well and truly perform the work contracted to be performed under said contract, then this obligation shall be void; otherwise to remain in full force and effect. IN WITNESS WHEREOF, this instrument has been duly executed by Principal and Surety this 30th day of November . 2006 . (To b~ signed by Principal and Surety, Notary acknowledgment required) CONTRACTOR Ross Recreation Equipment Company. Inc. Principal Westchester Fire Insurance Company Surety Street Address: 2076 County Line' Road, #209 City, State, Zip Hunti ngdon Valley, PA 19006 ') /l By: ~~1 ~ Erin Russell, Attorney-In-Fact The above bond is accepted and approved this _day of .20_, Faithful Performance Bond Page 1 of 1 PAYMENT BOND Bond Number K07322884 Premium: Included KNOW ALL l\.ffiN BY THESE PRESENT: WHEREAS, the City of Cupertino, State of California, and Ross Recreation Equipment Company, Inc. hereinafter designated as "Principal" have entered into or are about to enter into a contract providing for the installation, construction, and erection by Principal of Jollyman Park Playground Apparatus Replacement Project more particularly described in said contract; and incorporated herein by reference. WHEREAS, said principal is required to furnish a bond in connection with said contract, providing that if said Principal, or any. of his or its subcontractors, shall fail to pay for materials, provisions, provender or other supplies or teams used in, upo~ for or about the performance of work contracted to be done, or for any worle or labor done thereon of any kind, the Surety on said bond, shall pay the same to the extent hereinafter set forth; NOW, THEREFORE, WE, Ross Recreat ion Equ i oment Company, I nCas Principal, (contractor' s name) and Westchester Fire Insurance Company as Surety, (bonding company' s name) firmly bind ow'selves, our executors, administrators, successors and assigns, jointly and severally, unto the City of Cupertino, and any and all materialmen, persons, companies, or corporations furnishing materials,. provisions, provender or other supplies used in, upon, for or about the performance of the aforesaid work contracted to be executed or performed under the contract hereinabove mentioned, and incorporated herein by reference, and all persons, companies or corporations lending or hiring teams, implements or machinery, for or contributing to said work to be done, and all persons who perform work or labor upon the same, and all persons who supply both work and materials, whose claim has not been paid by Principal or by any other person, in the just and full sum of *Seventy- Three Thousand. Ni ne Hundred Forty-E i ght Dollars and 88/100* THE CONDITION OF TIDS OBLIGATION IS SUCH lHAT if said principal, his or its subcontractors, heirs, executors, administrators, successors or assigns, shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon, for or about the performance of the work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Act with respect to such work or labor, or any and all damages arising under the original contract, then said Surety will pay the same and also will pay in case suit is brought upon this bond, such reasonable attorney's fee as shall be fixed by the court. This bond shall insure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 1184.1 of the Code of Civil Procedure, so as to give a right of action to them or their assigns in any suit brought upon this bond. Payment Bond Page 1 of 2 And the said Surety, for value received, hereby stipulates, and agrees that no change, extension of time, alteration or addition to the tenns of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise 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 contract or to the work or to the specifications. IN WITNESS WHEREOF, this instrument has been duly executed by Principal and Surety this 30th day of November. 20 06. (To be signed by Principal and Surety. Notary acknowledgments required.) CONTRACTOR Ross Recreation Equipment Company, Inc. Co~ Westchester Fire Insurance Company Surety Street Address: 2076 County Line Road, #209 City, State, Zip Huntingdon Valley, PA 19006 /}. /1 ... Vi ~ By: t~1 If} ;j)/~l k: ... Eri n Russe If.Afr.tomey-In- act The above bond is accepted and approved this _day of ,20_. Payment Bond Page 2 of 2 STATE OF CALIFORNIA ] COUNTY OF SACRAMENTO On 1(,,30 -Oeo , before me, SANDRA R. BLACK, NOTARY PUBLIC (here insert name and title of the officer) personally appeared ERIN RUSSELL personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. }--""- -- ~....... ...........-'1:0.. _ __ __ .- __ ...... .- ogSANDRA R. BLACKL COMM. , 1484 ~ ~ · NOTARY P~BUC-cAU~RNIA G) ~ SACRAMENTO COUNTY 0 ,~ "- COMM. EXP. APRIL 18 2008 ool ~ ---- --- .... --,.,.. --- --- -- --- ~~ This area for Official Notarial Seal OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT o INDIVIDUAL o CORPORATE OFFICER TITLE OF TYPE OF DOCUMENT TITLE(S) o PARTNER(S) o LIMITED o GENERAL ~ ATTORNEY-IN-FACT o TRUSTEE(S) o GUARDIAN/CONSERV ATOR o OTHER: NUMBER OF PAGES DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) WESTCHESTER FIRE INSURANCE COMPANY SIGNER(S) OTHER THAN NAMED ABOVE ID-1232 (REV. 10/06) AL~PURPOSEACKNOWLEDGEMENT