Loading...
80-037 O'Grady Paving, Inc., Stevens Creek at Railroad Widening, Project No. 80-42 { Cittj of Cupertino • 10300 Torte Avenue Cupertino,California 95014 Telephone (408) 252-4505 June 9, 1980 O'Grady Paving, Inc. 385 Olive Avenue Palo Alto, CA 94306 CONTRACT FOR PUBLIC WORK We are forwarding to you for your files a fully executed copy of .the Contract for Public Work between the City of Cupertino and O'Grady Paving, Inc. Sincerely, / S1 /allabl4 DOROTHY CORNELIUS CITY CLERK CITY OF CUPERTINO so encl. • • • - CONTRACT FOR PUBLIC WORK CONTACT made on June 6, 1980 • the CITY CUPERTINO, municipal rp ithe S� by OF CJ .l _+i�. , a t::11n - _'} � CO. �vrat On of State of California , herei:af`er called the City , and L . O'GRADY PAVING, INC. • hereinafter called the Contractor. • IT IS HERr3YAGREED by the parties as follows,: • • 1. The Contract ocumen t.s . The complete Contract con- sists of he "following contract documents : • a. The Plans and Specifications' entitled, "Stevens. Creek at Railroad • • Widening, Project 80-42" b. Various bond and insurance requirements • - • c. Bid proposal -attached hereto as "Exhibit A" Any and all obligations of the City and the Contractor are fully set forth and described therein. • All of the above documents ire - intended to cooper=ate that any work called for in one and not menticned. in the other, or vice versa, is to be executed the same as if mentioned in all of said documents . The documents comprising the complete con- tract are sometimes hereinafter referred to as the Contract Dccu- Wants . In case of conflict between the Plans and Specifications on the one hand , and this Contract on the other, the ?lams and Specification: shall prevail. 2. The Work. The Contractor agrees tof isallof � lzrn_ h the tools , equipment , apparatus , facilities , labor, transporta- tion , and material necessary tO perform and complete in a good and wor n rilfle manner, the work of Stevens Creek at Railroad Widening • Project 80-42 • wherein the Work is in preparation . Wherelthe Specifications require work to be specially tested .or approved,. it shall not be tested or covered up without timely notice to the City of its readiness for inspection and without the approval thereof or consent thereto by the latter. - Should any such work be covered up without such notice , approval , or consent , it must , if required by the City , be uncovered for examination at the Contractor' s expense . 7. Extra or Additional Work and Chanes . Should the City at any time during the progress of the work require any alterations , deviations , additions or omissions from the Speci- fications or Plans or other- Contract Documents , it 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 fromthe amount of the contract price , as the case maybe , by a fair and reasonable valuation , which valuation shall be determined either by reference to the unit prices , if applicable , or in accordance with the agreement of the parties , or in accordance with the rules of the American Arbitration Assocation if the parties are unable to agree . No extra work shall be performed or change be made except by a written order from the City , duly authorized by resolution of its governing • body , 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. • . ' S. Changes to Meet Environmental Requirements . The • City shall have the right to make changes in this Contract • during the course of construction to -bring the completed im- provements into compliance with environmental requirements or standards established by state and federal statutes and regula- tions after the Contract has been awarded or entered into. The Contractor shall be paid for by such changes either by reference to the ,unit prices , if applicable , or in accordance with the agreement of the parties , or in accordance with the rules of the American Arbitration Association if the parties are unable to agree . • 9. Termination , Amendments or Modifications . . 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 modifications , shall be deter- mined either by reference to the unit price , if applicable , or in accordance with the agreement of the parties , or in accordance with the rules of the American Arbitration Association if the parties are unable to agree . -10 . Time for Comoletion . All work under this Contract shall be completed before the expiration of fifty (50) consecutive working days from the approval of the contract. . • • -3- • • ' as . called. for, and in the manner designated in , and in strict conformity with , the Plans and Specifications prepared by the following named person: Bert J. Viskovich, Director of Public Works and adopted by the City , which Plans and Specifications are en- titled, respectively , _ Stevens Creek at Railroad Widening Project 80-42 and which Plans and Specifications are identified by the signa- tures of the parties to this Contract . It is understood and agreed that said tools , equipment , apparatus , facilities , labor, transportation, and material shall be • furnished, and that said work shall be performed and completed as required in said Plans and Specifications under the sole .direction and control of the Contractor, but subject to the inspection and approval of the City , or its representative . The City hereby designates as its representative for the purpose of this Contract the following named person : Bert J. Viskovich, Director of Public Works 3. Contract Price . The City- agrees to pay , and the Contractor agrees to accept , in full payment. for the work above ' agreed to be done, the sum of ONE HUNDRED SEVENTY-TWO THOUSAND SEVEN • . HUNDRED EIGHTY-ONE DOLLARS ($172,781.00) • subject to additions and deductions as provided in the Contract Documents . 4. Disputes Pertairinz to Payment for Work . Should any dispute arise respecting the true value of any work done , of any work omitted, or of any extra work. which the Contractor . may be required to do, or respecting the size of any payment to the Contractor during the performance of this contract , said dispute shall be determined either by reference to the unit of prices , if applicable , or in accordance . with the agreement of the parties , or in accordance with the rules of the American Arbitration Association if the parties are unable to agree . 5. Permits ; Compliance with Law. The Contractor shall , at his expense , obtain all necessary permits and licenses , ease- ments , etc. , for the construction of the project , give all neces- sary notices , pay all fees required by law , and comply with all laws , ordinances , rules and regulations relating to the work and to the preservation of the public health and safety . 6. Insbection by the City . The Contractor shall at all times maintain proper facilities and provide safe access for inspection by the City to all parts of the work, and to the shops • -2- If the !tractor shall be delaydein the work by the acts or neglect of the 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 trans- portation , unavoidable casualties or any causes .beyond the Con- tractor' s control, or by delay authorized by the City, or by any cause which the City shall determine justifies the delay , then the time of completion shall be extended accordingly . This paragraph does not exclude the recovery of dam- ages for delay by either party under other provisions in the Contract Documents . 11. Inspection and Testing- of Materials . The Con- tractor shall notify the City a sufficient time in advance of the manufacture or production of materials to be supplied by him under this Contract , in order that the City may arrange for mill or factory inspection and testing of the same , if the City requests such notice from the Contractor. • • 12. Termination for Breach , etc . If the Contractor should be adjudged a bankrupt , or if he should make a general assignment for the benefit of his creditors , or if a receiver Should be appointed . on account of his insolvency , or if he or • any of his subcontractors should violate any of the provisions of-the .Contract , the City may serve written notice upon him and his surety of its intention to terminate the Contract , such notice to contain the reasons for such -intention to terminate the Contract , and, unless within ten days after serving. of such notice , such violation shall cease and satisfactory arrangements for correction thereof be made , the Contract shall , upon the expiration of said ten days , cease and terminate . In the event of, any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor, and the surety shall have the right to take over and perform the Contract ; pro- vided, however, that , if the surety within fifteen days - after the serving upon it of notice of termination does not give the City written notice of its intention to take over and perform the Contract , or does not commence performance thereof within thirty days from the date of the serving of such notice , the 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 the Contractor, and the Con- tractor and his surety shall be liable to the City for any ex- cess cost occasioned by the City thereby , and in such event the City may , without liability for so doing, take possession of, • and utilizes in completing the work, such materials , appliances , plant and other property belonging to the 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 the amount. which- the • -4- • • • City may retain under Paragraph 21 of this Contract until the final completion and acceptance of all work covered by the Con- tract , the City may withhold from payment to the Contractor such an amount or amounts as in its judgment may be necessary to pay just claims against the Contractor or any subcontractors • for labor and services rendered and materials furnished in and about the work . The City may apply such withheld amount or amounts to the payment of such claims in its discretion. In so doing, the City shall be deemed the agent of the Contractor, and any payment so made by the City shall be considered as a payment made under the Contract by the City to the Contractor, and the City shall not be liable to the . Contractor for any such payment made in good faith. Such payment may be made without prior judicial determination of the claim or claims . 14 . Notice and Service Thereof. Any notice from one party to the other under the 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 the City , either by personal delivery thereof to the City Mana- ger of the City , or by depositing the same in the United States . mails , enclosed in a sealed envelope , addressed to the City , postage prepaid and certified; (b ) if the notice is given to the Contractor, either by personal delivery thereof to the Contrac- tor, or to his duly authorized representative at the site of the project , or by depositing the same in the United States tails , enclosed in a sealed envelope , addressed to said Contractor at 385 .Olive Avenue Palo Alto, California 94306 postage prepaid and certified; and ( c) if the notice is given to the surety or any other persons either by personal delivery to such surety or other person, or by depositing the same in the United States mails , enclosed in a sealed envelope , addressed to such surety or person, as the case may be , at the address of such surety or person last communicated by him 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, may be assigned by the Contractor without the prior written ap- proval of the City. 16 . Compliance with Specifications of Materials . When- ever in the Specifications , any material or process, is indicated or specified by patent or proprietary name , or by name of manu- facturer, such Specifications must be met by Contractor, unless the City agrees in writing to some other material , process or article offered by Contractor which is equal in all respects to the one specified. • • -5- . • • .• • 17. Contract Security . 'The Contractor shall furnish a .Surety bond in an amount at least equal to one hundred per- • cent (1005 ) of the contract price as security for the faithful • performance .of this Contract . The Contractor shall also furnish a separate surety bond in an amount at least equal to one. - hundred percent (1005 ) of the contract price as security for the pay ent of all persons for furnishing materials , provisions , provender, or other supplies , used in , upon, for or about the performance - • of the work contracted to be done , or for performing any work or labor thereon of any kind, and for the payment of amounts • due under the Unemployment Insurance Code with respect to such work or labor in connection with this Contract , and for the pay- ment of a reasonable attorney 's fee to be fixed by the court in •• case suit is brought upon the bond. • 18. Insurance . The Contractor shall •not commence work under this Contract until he has obtained all insurance reouired under this paragraph and such insurance has been approved by the .• City , nor shall the Contractor allow any subcontractor to com- mence work on his subcontract until all similar insurance re- quired of the subcontractor has been so obtained and approved. . The Contractor shall furnish the City with satisfactory proof of- the carriage of insurance required, and there shall be a specific contractual liability endorsement extending the Con- tractor' s coverage to include the contractual liability assumed by the Contractor pursuant to this Contract and particularly 'Paragraph 19 hereof. Any policy of insurance required of the Contractor under this Contract shall also contain an endorsement providing that thirty ' ( 30 ) days ' notice must be given in writing to the City of any pending change in the limits of liability or of any cancellation or modification of the policy. (a) Workmen' s Compensation Insurance and Em- ployer' s Liability Insurance . The Contractor shall take .out • and maintain during the life of this Contract Workmen ' s Compen • sation Insurance and Employer' s Liability Insurance for all of his employees employed at the site of the project and, in case any work is sublet , the Contractor shall require the subcontrac- • for similarly to provide Workmen' s Compensation Insurance and Employer' s Liability Insurance for all of the latter' s employees unless such 'employees are covered by the protection afforded by the Contractor. In signing this Contract the Contractor makes the fol- lowing certification, required by Section 1851 of the Labor Code : "I am aware of• the provisions of Section 3700 of the Labor Code which require every em- ployer to be insured againsZ: liability for workmeh' s compensation or to undertake self- insurance in accordance with the provisions of • the code , and I will comply with such provisions • -6- • before commencing the perfortance of the work • of this contract . " • (b ) Liability Insurance . The Contractor shall take out and maintain during the life of this Contract such Bodily Injury Liability and Property Damage Liability Insurance as shall protect him and any subcontractor performing work cov- ered by this Contract from claims for damages for bodily injury , including. accidental death , as well as from claims for property damage , in ' eluding third-party property damage , to inciude . cov- L erase on property in the care , custody and control of the Con- tractor, and also including what are commonly knoirn as the "X, C . C , and U" exclusions (having to do with blasting, collapse , and underground property damage ) , which may arise from Contractor' s operations undev this Contract , whether such operations be by himself or by any subcontractor or by anyone directly or in- directly employed by either of them and the amounts of such in- surance shall be as follows : • Bodily Injury Liability Insurance in an amount not less than $ 300,000.00 for injuries , • C including accidental death , to any one person , and, subject to the same limit for each person , - in an amount not less than $ 500,000.00 , on . account of one accident , and Property Damage • Liability Insurance in an amount not less than $ 200,000.00 The City and its officers and L employees , shall be named as additional insureds . on any such policies of insurance , which shall • • also contain a provision that the insurance afforded thereby to the City , its officers and employees , shall be primary insurance to the full limits of liability of the policy , and • that , if the City, or its officers and employees , have other insurance against a loss covered by such policy , such other insurance shall be ex- cess insurance only. • (c) Fire Insurance . The sha J , ,ice out and maintain- for the benefit of both parties t • . is Cont insurance covering loss by fire , extende . _ overage en- dorsement •:.c--' _ s (windstorm, hail , explosion - ot , riot attending a strike , civil - -- , ...tion , aircraft , v ' ' es , smoke ) , and van- dalism and malicious mi - - ' ef upo ' e entire structure on which the work of this Contract i e done to one hundred percent (100% ) of the insurabl - ue ther.. _ _ . Proper evidence of such insurance shall . - " rnished to the . If the j . City provid- ,. e fire insurance hereunder, an• • - Contractor desire oader protection than the perils of loss e , ex- - - ‘ed coverage endorsement perils , and vandalism and mali `- Supply in or ex, as the case may be , in the blank . • -7- ' ' _ sn, ' •will attempt to obtain7�• as u i • - agrees o pa, _ - such broader protection. 19. Hold Harmless . The Contractor will save , keep , and hold harmless the City and all officers , employees , and agents thereof from all damages , costs , or expenses , in law or in equity , • that may at any time arise or be set up because of personal in- jury or damage to property sustained by any person or persons by reason of, or in the course of the performance of said work , or by reason of any infringement or alleged infringement of the patent rights of any person or persons , firm or corporation in consequence of the use in , on, or about said work, of any article or material supplied or installed under this Contract . Notwith- • standing the above , the Contractor shall wherever it is necessary keep and maintain at his sole cost and expense during the course of his operations under this Contract such warnings , signs , and barriers as may be required to protect the public . The provisions of the preceding sentence shall not impose any liability upon the City and are for the express benefit of the general public. 20. Hours of Work. Eight hours of labor during any one calendar day and forty hours of labor during anyone calendar week shall constitute the maximum hours of service upon all work • done hereunder, and it is expressly. stipulated that no laborer, workman , or mechanic employed at any time by the Contractor or by any subcontractor or subcontractors under this Contract , upon the work or upon any part of the work contemplated by this Con- • tract , shall be required or permitted to work thereon more than eight hours during any one calendar day, and forty hours during any one • calendar week, except , as provided by Section 1815 of the Labor Code of the State of California, work performed by employees of contractors in excess of eight hours per day and forty hours during any one week shall be permitted upon public work upon compensation for all hours worked in excess of eight hours per day at not less than one and one-half times the basic • rate of pay. It is further expressly stipulated that for each and every violation .of Sections 1811-1815, inclusive , of the . Labor Code of the State of California, all the provisions where- of are deemed to be incorporated herein, the Contractor shall forfeit , as a penalty to the City , twenty-five Dollars ($25. 00 ) for each laborer, workman, or mechanic employed in . the execution of this Contract by Contractor, or by any subcontractor under this Contract , for each calendar day during which said laborer, workman , or mechanic is required or permitted to work more than eight hours in any one calendar day and forty hours in any one calendar week in violation of the provisions of said Sections of the Labor Code . The Contractor, and each subcontractor, shall keep an accurate record showing the names of and actual hours worked each calendar day and each calendar week by all laborers , work- . • _8_ • men , and mechanics employed by him in connection with the work contemplated by this Contract , which record shall be open at all reasonable hours to the inspection of the City or its offi- cers or agents and to the Division of Labor Lam Enforcement of the Department of industrial Relations of the State of California. 21. Wage Rates . Pursuant to the Labor Code of the State of California, or local law thereto applicable , the City has ascertained the general prevailing rate of per diem wages and rates for holidays and overtime work in the locality in which this work is to be performed , for each craft , classifica- tion, or type of laborer, workman , or mechanic needed to execute this Contract . The prevailing wages so determined are set forth • • in the Specifications and made a part hereof. Neither the notice inviting bids nor this Contract shall constitute a representation of fact as to the prevailing wage rates upon which the Contractor or any subcontractor under him may, base any claim against the City . • it shall be mandatory upon the Contractor, and upon any subcontractor under him, to pay not less than the said spe- cified rates to all laborers , workmen, and mechanics employed • in the execution . of the Contract . It is further expressly sti- pulated that the Contractor shall, as a penalty to the City, • forfeit twenty-five dollars ($25. 00 ) for each calendar day , or portion thereof, for each laborer,. workman, or mechanic paid less than the . stipulated prevailing rates for any work done under this Contract by him or by any subcontractor under him; and Con- tractor agrees to comply with all provisions of Section 2,775 of the Labor Code. • • In case it becomes necessary for the Contractor or any subcontractor to employ on the project under this Contract any person in a trade or occupation (except executives , supervisory , administrative , clerical, or other non-manual workers as such ) : for which no minimum wage rate is herein specified; the Contrac- tor shall immediately notify the City , who will promptly there- aft,er determine the prevailing rate for such additional trade or occupation and shall -furnish the Contractor with the minimum rate based thereon.' . The minimum rate thus furnished shall be applicable as a minimum for such trade or occupation from the time of the initial employment of the person affected and during the continuance of such employment . 22. Accident Preve.nt.ion. Precaution shall be exer- • cised at all times for the protection of persons (including em- ployees ) and property . The safety provisions of applicable laws , building 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 Safety Orders issued by •the Industrial Accident Commission of the State of California. -9- • • 23. Payment . Not later than the 30th day of each calendar month , the City will make partial payment to the Con- ' tractor on the basis of a duly certified approval estimate of . the work performed and materials incorporated in the project , during the preceding calendar month, by the Contractor, but the City will retain ten percent ( 10 5) 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 notice of acceptance of completion of all work covered by this Contract , if such notice be recorded within ten days after the acceptance o-f completion of such Contract as evidenced by resolution of . its governing body; or, if such notice be not so recorded within ten days , until the expiration of ninety-five ( 95) days after the acceptance of completion of such work of improvement as evi- denced by resolution of its governing. body, at which time and not before , the City shall pay to the Contractor the whole of the remaining ten percent ( to 5) of said contract price so held back as provided; said certificates to be furnished by and obtained from- the City ' s representative stating that the payment or installment is due upon the basis of work completed • and the amount then due and the City ' s representative shall , be- , fore the 15th of each month , deliver. said certificates under his hand to the City, or in lieu of such certificates , shall de- liver to the Contractor, in writing, under his hand, a just and • true reason for not issuing the certificates , including a state- rent of the - defects -, if any , to be remedied, to entitle the Contractor to the Certificate or certificates . In event of the ' failure of the City ' S representative to furnish and deliver said certificates or any of them, or in lieu thereof, the writing aforesaid, within ten (10) days after the times aforesaid, and after written demand has been made upon him for the same , the Contractor may file demand with the City, and, in event said certificates are not furnished within ten (10 ) days thereafter, the same shall become due and payable . • ' In case the City' s representative delivers the writing aforesaid, in lieu of the certificates , then a compliance by the Contractor with the requirements of said writing shall entitle the Contractor to the certificates . 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 what- ever inspection and approval niay be required by law. 24 . Protection of Public Utilities . The City shall be responsible , as between the parties to this Contract only , for the removal, relocation , or protection of existing public utili- ties , if any , located on the site of construction , but only if such public utilities are not identified by the City in the Plans and -Specifications made a part of. the invitation for bids . -10- • • • The.' City shall compensate the Contractor for costs incurred in relocating or repairing damage to utility facilities not indi- cated in the Plans and Specifications , other than service lat- erals when the presence of such utilities on the construction site can be inferred from the presence of such visible faciii= ties as buildings , and meters and junction boxes on, or adja- • cent to, the construction site . The Contractor shall not be assessed liquidated damages for delay in completion of the Con- tract project , as provided in Paragraph 27 below , when such de- lay is caused by the failure of the City , or other public utility, to provide .for the removal or relocation of the existing utility facilities . if the Contractor while performing the Contract dis- covers utility facilities not identified by the City in the Con- tract Plans and Specifications , the service laterals as herein- above described., he shall immediately notify the City in writing. • . 25. Contractor' s Responsibility for the Work . The Contractor shall not be responsible for the cost of repairing or restoring damage to the work caused by an act of God. NEVER-_ TE LESS , the Contractor shall , if the insurance premium is a separate bid item, obtain the -insurance to indemnify the City • for any damage to the work caused by an act of God. "Acts of Cod" 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 Governor of the •Stste of California or by the President of the United States , 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, the •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 build- ing, work , or equipment or any part thereof, or in , on , or about the same during its construction and before acceptance . 26. Contractor' s Guarantee . The Contractor unquali- fiedly guarantees the first-class quality of all workmanship and of •all materials , apparatus , and equipment used or installed by • him 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 the - Contractor unqualifiedly guarantees such lesser quality ; and that the work as performed by the Contractor will conform with • the Plans and Specifications or any written authorized deviations therefrom. In case of any defect in work , materials , apparatus or equipment , whether latent or patent ; revealed to the City within One (1) year of the date of acceptance of completion of this Contract by the City , the Contractor will forthwith remedy such defect or defects without cost to the City . • 27. Liquidated Damages . Time shall be of the essence of this Contract . If the Contractor fails to complete , within -11- • • I ' the time fixed for• such completion , the work hereinbefore men- tioned and described and hereby contracted to be done and per- formed, he shall become liable to the City for liquidated dam- ages am- a's in the sum of FIFTY • dollars (3 50.00 ) , for each and every day during which said work shall remain uncompleted beyond such time for comple- tion or unlawful extension thereof, which sum shall be presumed to be the amount of damage thereby sustained by the City since it would be impracticable or extremely difficult to fix the actual damage ; and the amount of liquidated damages may be de- ducted by the City from moneys due the Contractor, hereunder, or his assigns and successors at the time of completion, and the Contractor hereunder, dr his assigns and successors at the time of completion , and his sureties shall be liable to the City for any excess . - - • • 28. Additional Provisions . • • • • • • • • • • • • -12 • - IN WITNESS WHEREOF, the parties have executed this Contract , in duplicate , the day and year first hereinabove written. • APPROVED AS TO F Pio: CITY OF CUPERTINO, a municipal • corporation of the State of California, herein called . .�1 the City �y Attor e - t • • By - ry ATTEST: - • 7-2,-- 6-.K:,::{,k, , • City Cle> :: CORPORATE ACKNOWLEDGMENT State of California } S.S. Palo Alto County of Santa Clara -. On this_14t1�{ay of May , 19 80 ,before me_ Gwen Throckmorton ,a Notary Public in • and for said Santa ClaraI r. County,personally appeared Thomas M. 0'Grady (SEAL) —__ — — — - known to me to be the —President and ,known to me to be the of the 0'Grady Paving, Inc. , the Corporation that executed the within instrument, and also known to me to be the person who executed the within instrument, on behalf of the Corporation herein named, and acknowledged to me that such Corporation executed the same, and further acknowledged to me that such Corpora- tion executed the within instrument pursuant to its by-laws or a resolution of its Board of Directors. �_ 1 OFFICIAL SEAL ' WITNESS my hand and official seal. .l ; ��! ` GWEN THROPUBLIC MORTON e �i�k! NOTARY PUBLIC • CALIFORNIA ` ��/ � -- - - - /- - i I SANTA CLARA COUNTY My comm. expires MAR 23, 1984 ik Notary Public in and for said Santa--clara County and State. My commission expires March 23 19 84 P-169X 7/)9 • • • . -13- STATE OF CALIFORNIA ) ) ss . COUNTY OF SANTA CLARA) On , 19_, before me, the undersigned, a Notary 'Public in and for said State, personally appeared known to me to be the persons whose names are subscribed to the within Instrument, and acknowledged to me,that they executed the same. WITNESS my hand and official seal. • Notary Public in and for the County of Santa Clara, State of California CORPORATION ACKNOWLEDGEMENT STATE OF CALIFORNIA ) ) ss. ' COUNTY OF ..A;TA CLARA) • . On , 19_, before me, the undersigned, a Notary Public in and for the said State, personally appeared , known to me to be the of , the corporation that executed the within Instrument, known to me to be the person • who executed the within Instrument, on behalf of the Corporation herein named, and acknowledged to me that such Corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal in the County of Santa Clara the day and year in this certificate first above written. • • Notary Public in and for the County of Santa Clara, State of California REVISED/ March 28, loan I G ► a Cl BID PROPOSAL • STEVENS CREEK BOULEVARD WIDENING - PROJECT 81-42 TO THE DIRECTOR OF PUBLIC WORKS, CITY OF CUPERTINO, STATE OF CALIFORNIA Dear Sir: In Compliance with the Plans and Specifications furnished for the "Stevens Creek Boulevard Widening", Project 80-42, T, the undersigned, hereby declare that I have read the proposal requirements and hereby propose to, do all work required to complete the said work in accordance with the Specifications and/or Plans for the amounts set forth herein on the incorporated schedule. The work shall be the installation of street improvements and appurtenances on the streets outlined in the Specifications and/or Plans . All necessary preparations as well as "cleanup" is included in the prices bid and no extra compensation will be sought. All work will be done in a workmanshiplike manner and will meet or exceed the embodied requirements and/or the standards stipulated by the City Engineer. The undersigned also understands that the quantities shown below are estimates only, being given as a basis for the extension of the unit prices bid. This extension will be the basis for comparison of bids by the City Council. The City reserves the right to increase or decrease the amount of class or portion of the work or to omit items as may be deemed necessary by the Engineer. A bid bond in the amount of 10% of the base bid is required. Award • shall be to lowest bidder; however, the City Council reserves the right to reject any or all bids . Additive alternates will be awarded if monies are available at the direction of the City Council. �, • II REVISED: March 28, 1980 BID ESTIMATED Ur- . ... , ITEM- UNIT ITEM UNIT PRICE TOTAL . 1. Lump Sum Provide all street excavation and subgrade prep-rattan com- ple a for ,.rC- . Dollars/L.S. 2. 6,100 SF. Provide for removal of pave- I meat at median and crosswalks • complete for o.K dollt �C- cev�is $ � — S.F. $ 1-73)-00 Dbllars/S,F. • 3. 7,680 S.F. Provide and install street pave- ment including asphalt concrete, agg. base material, prime coat, ac-. �7 ata ack coat. complete for .4%...1.0 $ 01 S.F. $ /7&g0 cF'o(;Ms 4 � -4 ..t ce.,iL / Dollars/S.F. 4 . 200 Ton Provide and install asphalt concrete overlay including prime coat coppl.ete for �`L-I-.-/ CIO(i►NQSn $ SO .- Ton $ /dODIC Dollars/Ton 5. 380 L.F. • Provide and install type A2-6 cpprb andutter complete for +Pm rto(LQc annc- n‘vr\eLco - / Ps . rPt-+FS $ 10 — TL.F. $ r/'Y� Dollars/L:F. • 6. 670 L.R. Provide and install type B3-8" extruded concrete curb complete G (l for --lour C1oU oc d 4T.,2t G — L.F. $ ,t/0/T . eehliS $ 4- Dollars/L.F. do for removal of eriet4n6 . curb and gutter complotc for NOT IN CONTRACT $ s nr 8. 1,900 S .F. Provide and install 4" P.C.C. sidewalk including base com- plete and. in place for -Fcak� do114-os TS -Inki-et.iiri cew,1c 16 $ a-' S .F. $ .6I30 Dollars /S.F. • • ' $ID '.ESTIMATED QTY. ITEM . UNIT ITEM UNIT PRICE TOTAL •9. 80 L.F. Provide and install 12" diameter Class IV reinforced concrete pipe (RCP) complete anidfin n place for e. JL4-,e& 6041P,125 $ ,1 S L.F. $ /1/7/40 • Dollars/L.F. 10. 2501.F. Provide and install 21" diameter Class IV reinforced concrete pipe (RCP) compete and n U; place for -- e,, n; t aol k 1g' pp $ -low L.F. $ 7.a5Ot Dollars/L.F. 11. 155 L.F. Provide and install 36" LMP (invert paved) , 14 gage complete and in place for 5.061.1 one c t46tiS / oU ,J.7 $ 6�— L.F. $ 17 _ Dollars/L'.F, 12. 40 L.F. Provide and install 21" steel pipe wall (1/4" min. thickness) ' complete and inplace for 6ne hw•Nclac0 cdo1&j c• CL $ 115L.F. $ 0 Dollars/L.F. 777 � 13. 6 Each - Provide and install standard storm sewer manholes complete q and in place f ,r on{ 1pticavY --lu,h kun[CIVPd • • • r� • Dollars/Each $ IQ)() Each $ /..106 • 14. 1 Each Provide and install City standard curb opening drop inlet complete and iip� place for k u di4 d Iv C , '1447/ $ Rcao Each $ gair Dollars/Each 15. 1 Each Provide and install standard 2' x 2 ' junction box with open grade cover complete and in ,place for Se��N huwo'trel d `• cib 11 AQs _ CC $ /,DQ Each $ 7SC Dollars/Each REVISED: March 28, 1980 I • 1 ' BID ESTIMATED QTY. ITEM WIT ITEM UNIT PRICE TOTAL 16. Lump Sum Reinstall standard fire hydrant lateral con late and in p1 ce or K.tU reN o Mia $ OO L.S. $ ca/OO Dollars/L.S. . 17. 9 Each Provide and install 1" water - service to the existing water meterp complete for 47%,.� KorAred 4 -Ewer1 d apc, / $ Sap Each $ '/(ACU Dollars/Each 10. 1 Lails rrovidc and install 400 watt electrolicr complctc cnd in • placo for NOT IN CONTRACT • - $ Dollars/Each 19. 4 Each Provide and install P.C.C. wheel chair ramps including base material cpmlete for 5eutm hu cel CiONA4S $ 100 Each $ o2g1Lo6 Dollars/Each 20. 2,200 S.F. Provide and install inter- _ locking paving stones at crosses lk complete' for_ • S;XOI�FIQS / SO � • cat,t�S. ► $ (O— S.F. $ /V.�n/O Dollars/S .F. 21. Lump Sum Remove and relocate existing business signcompleje for c,I/ I-twin/re fc/O//.et' / $ 600 L.S. $ 4OO -- Dollars/L.S. 22. 1 Each Provide and install street - monumep,nts in ,pi ce for-{tt rIo//nn $ -200 Each $ 'c) Dollars/Each REVISED: March 28, 1980 . BID ESTIMATED QTY. ITEM UNIT ITEM UNIT PRICES' TOTAL 23. Lump Sum Provide and install land- . scape soil complete an in p�enf�' ,rktr-i2t4- . $ /100 L.S. $ /9100 Dollars/L.S. 24. Lump Sum Provide and install land- scape irrigation system complete and in pita lfor C -$io�Ac1wn .ct&� ao-J $ &'p2 0 L.S. $ L^DOO Dollars/L.S.• �- 25. Lump Sum Provide and install landscape planting compj eta fore ,sc. muffin cfo4 $ 17()co L.s. $ 7 00 o Dollars/L.S. 26. 8 Each Adjust existing valve boxes and monument boxes to grade ' com to or one [ectuil/C, itrf tie//me05 c $ /65- 'Each $ Dollars/Each • 27. 2 Each Adjust existing manhole rim and cover to gr de omple e fo r /CeS. -pt.! o flvrr $ /6 5 ��e $ 2336 Each Dollars/Each 28. Lump Sum Provide and install traffic signal modi ication com. ete" for A-A ' -La/ /r Scny AY $o?OCI..s. $f2cCco Dollars/L.S. 29 . Lump Sum Provide for removal of existing traffic island and plug with asphalt co crete n com�1 e fi:' 5t�w/iUndlrel, 170/1,9125 $ 700 L.S. $ 706 Dollars/L.S. Ar i1 • TOTAL BASE BID 7 REVISED: March 28, 1980 • • • • • • r 086T `8Z 1.1a1 :23SIA3j • - � s 43E12 20S/- S �° �J G o3 �'3cle0 9ATUA p a sats pus dsa J 03 „ZT TTs3SUT pus apTnoaa - IRE'S T h-V Itu 005/ S �aS 005/ E3/SSETT°Q q WI/4o pol,P—y � 3 aaTdmoo anTan p aXaaTs pus dsa og ° uZT TTsasuT Pus apTAoad 40a3 T £V '3"j/rani[on (7/41" s •3•z s �/ o/ o��J �yS t /DT aos Td IIT pus a3efddmo6 a•0•V '09 pas-nbaa TT? TTs2su3 pus apu.oaa 'a"I 06 Z-V I '3'Z/sasT.Toa //O/` ./7 it ' 1o3/3Osid uT IIs aaadmdo' •a•0•V „8 PaaTnbaa • TT? TTsasuT pus apTAoad '3"I 06 T-V 'MOI MIEd SINK N3II IINn Rami 'Emb aawwnnsa aas • SN2II CIE 3IVNSSIZV 3AIIInav A. BID DOCUMENTS, continued • BIDDER QUALIFICATION FORM • In further compliance with the specifications furnished, the undersigned submits the following statements as to his experience and to his qualifica-. tions as a part of this proposal, and the truthfulness and accuracy of the information is hereby guaranteed. (l). How many years has your organization been in business under :its present name? X. - • (2) How many years' experience is work comparable with that required under the proposed contract has your organization had by this or any other name? 011. • (3) Contractor's License No. -5(1/6m96, , State of California, Classification / L • (4) List work similar in character to that required in the proposed contract which your organization or personnel in your organization has completed within the past three years. Year Class, Location of Work and for Whom Performed Contract Amount (4 „tato yThe,7c�,rt APRJte 1onnnn n.ro SS, oon - '79 Coho /9 -n0� 70".1-,(ro /.5o eon '79 04. .11,1-, 1 1 9,4 a.� , R 4 A ¢ iuO ' 9a/aoo- 12_2 4t- h Cr4/0,' l.-» cn 1E id X02, oon- 1280 6-ti i)2.4 Ql. I bzw. . C'ni eli ten Rvenno 5/5, ya.a- '79-80 4ln el 1Jm17,:ve, n<t. , Portu.�rJ 44122-01 0i4 - $Q_ 1111.7 '(t i r rriVn oo / V i:rjnry 1/Afi - o /` /a 9n'7 J C'o Na?0 ,.,ortr/ fir,/ v a3 X78 C'. t,/ 1 , Qr,}1:r� Inanin V,Jain 7(1;1 3.,000 - • • • 7/14 .. . :. . ; • ' PROPOSAL.:.Page .� . (This carcific _ion shall he executed ' idder in ,P..odardanee with instructions in the Fair Er.Tioymel,c Practices requirements of the Special Provisions . The : i_ ier shall execute the certification at the time of submitti 's, his bid. ) FAIR EMPLO•.'>tENT ?2\CTICIES CrRTIFICASON • Tile undersigned in submitting a bid for performing the following work by contract, hereby certifies. chat he has . or • will meet the standard of affirmative compliance with the Fair Employment Practices requirements of these. Special Provisions . • I� Signature of car • • Business Aearess " Pia_e or Resictrce • .:cs4u. - Page 8/14 • • • . . . . LU.NLK.KL..A UK JL U LK:!U: J THE EQUAL ?FORTUNITY CLAUSE AND T'-!F FILING OF REQUIRED The 'bidder /' ; proposed subcontractor hereby certifies . that he has / , has not , participated in a previous con- tract or subcontract subject to the equal opportunity clause , • . as required by Executive orders. 10925 , 11114 , or 11246 , and • that he has V _ has not filed with the Joint Reporting. Committee,. the Director of the Office at. Federal Contract Com- pliance, a Federal._ Government contracting or admin_ tering agency , or the former President' s Committee on Equal EmpLoyr.,ent Oppor- tunity, all reports due under the applicable filing requirements . • • Coon' -- • • By: erri eta /. / . rrtanic�Denk ( LtLe) Date: Opnli ,.Q, /9Xc • Note: The ave certification is required by the Equal. Employment Opportunity Regulations of the Secretary of Labor (=l Crit . 60-1 . 7 O) ( 1.) ) , and mus_ be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts wH .h are subject to the equal opportunity clause. Contracts and .s .occntra'cts wnich are exempt from the equal opportunity clause are set forth in 41 CFR SO-L. :. (Generall,y only contracts or s•_:contracts :,f $10 ,000 or under are exempt. ) Currently, St:ndard Form ' 00 (_EO-I) is the only report required by the-Executive Orders or ; eir implementing regulations. • Proposai p=ine contractors and subcontractors who have partici- -- pated in a previous contract or subcontract subject to the Execu- . tive Orders and have not . " ted the required retorts should note that 4. CFS 6C-L. 7 (b) .(1 ^ events the a:.trd of contracts and subcontracts unless such , :•atractor submits a report coverinc the ieLi cuent period or suc ' -..her per '_od specified by the Federal Hiway Admi `.stration 17 the Di_ e•_tor , ct `. e of Federal Ccrtract Compliance ,. .: S . Depart*en : o: _ -=or. • • Page /14 -c ,..1 .3 ci Li-zavic snail oe executed by the s'u.C__ssCbidder in. N . . . accordance with ;tractions in the Federal ''Requirements in .this booklet., bu ,idder may oxocute' the iidav:t ' on this • page at the time of submitting his bid. ) NON-COLLUSION AFFIDAVIIT The undersigned in submitting a bid for performing. the fol- lowing work by contract, being duly sworn, deposes and says : That he has not, either directly or indirectly, entered . into any agreement, participated in any collusion, or otherwise taken any action. in restraint of. free competitive bidding In connection with this Contract. . . , • • FOA:. O' o ,3C>Z vetw. Ct2 AO�eiW oCLoL.�1JIQ anti-rill q. S OW 4 .� • p n Signature of Bidder 38.5 d11; Aionrra T-1 On Pgto Business/ Address • /..3o uio0Ian_ Hali/ On Ao4"n Place cf Resi3 ,Or, ' Subscribed and sworn to before me this J,Q C.0-itIs . day of ,n. Notary Public in nd tor the County of sC Q1 0 eU • . State of California. My commission expires 19 gri • rc �� OPF:C7AL SEAL ' liChtc, .NORMA GENE PECK ., t;.,.' , I..i.I ':`:\L .:,',:Ica to [y •; - SAN.A CLAN,. ct,iiibify I. My Comm. E_piru, P.prll 19, I951 / / fl4 i, „ Signaturo • E.RCPCSAL - Page 10/14 • .A.- �® I do not:. _end to subcontract an' lork on this project. • B. p Ido intend to subcontact portions of• the work on this project. r. . ' . •In. accordance with. the provisions of Part III , • ' "Participation by Minority- Business Enterprises in . ' • Subcontracting;." in Section 106-1.04 of the special • • : provisions , I have taken affirmative action to seek out • . . .and consider minority business enterprises far the • • • portions of the work which are :intended to be subcon • • • treated and chat such aFtrmative actions are .fully . • - documented in my records and are available upon request. • In addition L will take such affirmecive - 'ir. on any future subcontracting for the Life of this contract. . : Note: The bidder shaLL check box A or box B. If the bidder does not check a box it Will. be deemed that he. has * checked box A. • CT/C�nrl I, ? ) &c . • . . .. . - " .M. . . f / ' • can=- c ..,r . Date': �nL0 a. , 19-5.a...-__.. . . • The above certification is required by 23 CFR 230 as published in the Federal R_.;ister, Vol, 40, No. 211 - Friday;• October 31, 1975 . -. . . . . r' • • - Pk: `tai. - Page 11/14 --. "EnO/AFCr.MA'TI'•f' r\ :': ION RE'cu:R:: ^ e :dL ,ii lddr C RTIFI::S T!iA - :.. `:u..T•RACCrR • WILL INFORM , IN .:R1T`'.G , EACHSUGOo: A: I-RUTIL- ICED ON THE PROJECT Or ITS EEO/AFF 'L:_% L' ACTION OBLIGATIONS. SPECIFICALLY THE CONTRACTOR CERTI- FIES THAT IT WILL INFORM :ACH RESPECT:7E SU2C oN- TRACTOR OF ITS OBLIGATIONS 1. UNDER THE TERMS A:ID• REQUIRE:TENTS 'T7 ?ART II OF THE MODEL FEDERAL BID CONDITIONS (CCMTALNED ' EC :•- �RCS' LSI Ns RE- : 'IN SECTION L06 ) , INCLUDING THE . LATENG TO THE 18 .O TO 21 . 7% =MINORITY UTILIZA- TION GOAL AND TRAINING. 2. TO ASSURE THAT IT MAKES ALL SW:CONTZAC :NG RE- QUIREMENTS IT MAY -AVS KNOWN TO .:I CRI ' . CON- TRACTORS AND TO ASSURE THAT THEY ARE PROVIDED AN ADEQUATE OPPORTUNITY TO COMPETE FOR SUCH SUBCONTRACTS . 3 . REPORT TO TT? CONSTRUCTIONCONSTRUCTION :�s+:i=.�:==. , RcrAJS 0?- ERATIONS DIVISION , SANTA CLARA CCLNTY TRANSPOR- TATION AGENCY , 1577 ?ERGER DR ?:: JCS: , CALIFORNIA 95112 , THE HE .NATURE AN: TOL.' AMOUNT OF SUBCONTRACTS AWARDED TO MINORITY - : ^RS - SY NAME ETHNIC CATEGORY , AND SEX I. .FE:LA_ OWNED BUSINESS . B; .dors 3=r-ac -Z? 0(144 • 0 • P`:'Cel;• — Page 12/14 Name of Pro-^"Qd Sub-Contractor, if any • (Secti_ +104 Government Code) • 1. /ntS c_ 2. edi &41( ` 3. C V fi 4. . 5. 6. • Address of Shop or Office of Sub-Contractor �� (Section 4104 Government Code) 1. /�'�/ " 1Ai/ • • 2. 5,572.vcJO‘e 3. _4,54C'vle1 4. 5. 6. Work to be performed by Sub-Contractor (Section 4104 Government Code) 1. % . 2. . A CZ 3. Per-to .,C 4. 5. 6. • • • PROPOSAL Page 13/14 N • . : . TYYOU ARE AN INDIVILuna., SO STATE. IF YOU ARE A FI OR C0-PARTNERSHIP, • STATE THE FIRM NAME AND LIST'THE NAMES OF ALL INDIVIDUAL CO-PARTNERS COMPOSING THE FIRM. IF A CORPORATION, STATE LEGAL NAME OF CORPORATION, ALSO, NAMES OF PRESIDENT, SECRETARY TREASURER AND MANAGER. THE CORPORATE SEAL MUST BE AFFIXED. TYPE OF BUSINESS: Individual Co-Partnership �y Corporation 77.43 1nvin7 .9mr , Joint Venture Other • (describe) NAME AND SIGNATURE OF BIDDER: • esn . It . lif fling • - • .(09 e, -• • � : • •ress Date ' lF"^"f a /9 Rei faro PP 9iJ q , Addenda Received: 0 0 3 4 5 Proposal Page 14/14 - `ertificaje of Insuranc- .odo e THIS CERTIFICATE IS (ISSUE.: no A MATTER OF INFORMATION ONLY AND CONFERS LIGHTS'UPON THE CERTIFICATE NOLDEfl, THIS CERTIFICATE DOES NOT AMEND.EXTEND OR ALTER THE COVERAGE AFFORDED`BY THE POLICIES LISTED BELOW. NAME AND ADDRESS OF AVEXCX BROKER COMPANIES AFFORDING COVERAGES CORROON & BLACK-MILLER & AMES /� I r,`, •: J. 50 CALIFORNIA STREET r LEETMTEF Yr/P Uniguard Insurance ' Company. �:• • SAN' FRANCISCO,'CA 94111 - • 1"C COMPANY .. NAME AND ADDRESS OF INSURED.' r r • - COMPANY_A � - t O'GradynPaving. :Snc: I' CE TER {.►` P. O. Box 366, Station A Palo Alto; California 94306 - L�ERNY COMPANY E - LETTER This Is to certify that policies of Insurance listed below have been Issued to the Insured named above and are in force at this time. Notwithstanding any requirement,term or condition of any contract or other document with respect to which this certificate may be issued or may pertain,the insurance afforded by the policies described herein is subject to all the terms,exclusions and conditions of such policies. COMPANYPOLICY I Limits of Liability in Thousands(000) - LETTER TYPE OF INSURANCE POLICY NUMBER EXPIRATION DATE EACH AGGREGATE OCCURRENCE GENERAL LIABILITY BODILY INJURY ITv�ry( $ 500 $500 A LTy']I COMPREHENSIVE FORM CL 178 992 5/1/81 El PREMISES-OPERATIONS PROPERTY DAMAGE $ 250 $250 ®EXPLOSION AND COLLAPSE HAZARD ®UNDERGROUND HAZARD ®PRODUCTS/COMPLETED OPERATIONS HAZARD ,* a • BODILY INJURY AND ®CONTRACTUAL INSURANCE PROPERTY DAMAGE $ $ ®BROAD FORM PROPERTY COMBINED DAMAGE ❑X INDEPENDENT CONTRACTORS ❑X PERSONAL INJURY PERSONAL INJURY $500 *BLANKET AUTOMOBILE LIABILITY BODILY INJURY (EACH PERSON) $ A E COMPREHENSIVE FORM CL 178 992 5/1/81 • BODILY INJURY $ El OWNED (EACH ACCIDENT) o ® HIRED PROPERTY DAMAGE $ ® NON-0WNED BODILY INJURY AND $ 50.0 PROPERTY DAMAGE COMBINED EXCESS LIABILITY BODILY INJURY AND ❑ UMBRELLA FORM PROPERTY DAMAGE $ S ❑ OTHER THAN UMBRELLA COMBINED FORM • A WORKERS'COMPENSATION CA STATUTORY and WC 155 455 7/1/80 • - EMPLOYERS'LIABILITY $ 101 (Ice ACCIDENT) OTHER DESCRIPT.ION OFP RATIO A7 S LES Policy .FCL-� 992-"comprehensive General Liability-The Certificate Holder, its officers & employees are Additional Insureds solely as respects work performed by or for the Named Insured in connection with Stevens Creek at Railroad Widening Project #80-42. Such insurance as is afforded by (See Over) Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com- pany will MOOT to mail 30 days written notice to the below named certificate holder,WAMOHNXXo XNA4 RIIXRP TIP ASRrinegRXft§ttl AggtakAri kAX } ATXM 1• NAME AND ADDRESS OF CERTIFICATE HOLDER: May 6, 1980 City of Cupertino DATE ISSUED: A Municipal Corporation Of The /JJ State of CaliforniaW (Ad c - Cupertino, California �'????���"' AUTHORIZED REPRESENTATIVE ACORD 25(1-79) ' Policy #CL 178r992' •is Primary': Insurance and no other insuranceof the Additional Insureds will be called upon to contribute to a loss . It is understood and agreed that the insurance company waives its rights of subrogation against City of Cupertino, its officers and employees which may arise by reason of payment under Policy #CL 178 992 in :connection- with' •the aforementioned job. CORPORATE ACKNOWLEDGMENT State of California } SS Palo Alto County of . . Santa Clara . t. On this lythlay of__ May __, 19 80 ,before me____Gwen Thro ckmox_toa ,a Notary Public in and for said Santa Clara _ County,personally appearedThomas M __Q'Gx25iy ' - (SEAL)li known to me to be the_Pzasisieut. ___ — and — --_________— — ,known to me to be the ____ ______—__ofthe_D_Lfrady--Pauing-,--Inc -,- the Corporation that executed the within instrument, and also known to me to be the person who executed the within instrument, on behalf of the Corporation herein named, and acknowledged to me that such Corporation executed the same, and further acknowledged to me that such Corpora- tion executed the within instrument pursuant to its by-laws or a resolution of its Board of Directors. '• r OFFICIAL SEAL—1 i , s GWEN THROCKMORTON `I WITNESS my hand and official seal. i / / A, NOTARY PUBLIC.- CALIFORNIA .-e'1�.��-y_tt / • r l 4� J SANTA CLARA COUNTY � --- - -� - - - - - - Icomm.My expires MAR 23, 1984 Santa Clara Notary Public in and for said County and State. __—_ My commission expires_____March 23 , 19_x_4__ State of California On May 6, 1980 , before me, the undersigned, ss. .a Notary Public of said county and state, personally appeared County of San Francisco J. M. Albada known to me to be the Attorney-in-Fact of besessbestticasewt-frame.egrftewatescresa United States Fidelity and Guaranty Company OFFICIAL SEAL the Corporation that executed the within instrument, and known �` MOLLY PU LIC-CAO. JANSEN ����r ,• NOTARY PUBLIC-CALIFORNIA I to me to be the person who executed the saidinstrument on a ! City and County of SAN FRANCISCO r behalf of the Corporation therein named, and acknowledged to My Commission Expires June 11.1983 , me that such Corporation executed/ the same. c-171 j / / 1lNOTARY PUBLIC FAITHFUL PERFORMANCE BOND Bond No: . 73 20-5Q41-80 Premium: $1,3,.,5.00 KNOW ALL MEN BY THESE PRESENTS: THAT WE, O'Gra.s Ervine. Incorporated as Principal and United States Fidelity and Guaranty Company as Surety are held and firmly bound unto the City of Cupertino, State of California, in the sum of •, _ , „ _ , ., _ • , „ _ _ _. _ Dollars ($ S172,781 00 ) lawful money of the United States, f9r 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 of the above obligation is such that, • WHEREAS, the Principal has entered into a contract dated with the Obligee • to do and perform the following work to-wit: • Stevens Creek at Railroad Widening, Project 80-42 •• • 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 the Principal and Surety this 6th day of May , 19$0 - (To be signed by Principal and Surety and acknowledgment.) O'Grady Paving, Incorporated • By: e`` � /+ . Principal �_ United States Fidelity and Guaranty Company • ( Surety B - ' y: M tit/D1 Att rney-in-Fact J. . Albada • The above bond is accepted and approved this day of , 19 ` .. LABOR AND MATERIAL BOND '' Bond No: 73-0120-5041-80 KNOW ALL MEN BY THESE PRESENT: The premium charge for es, bond is Included In the charge ' for the Fcrfurmance Eond. WHEREAS, the City of Cupertino, State of California, and 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 certain improvements more particularly described in said contract; and • 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 sub- ' contractors , 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 done thereon of any kind, the surety on said bond shall pay the same to the extent hereinafter set forth; NOW, THEREFORE, we, the Principal, and United States Fidelity and Guaranty Company as Surety, firmly bind ourselves, 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 per- formance of the aforesaid work contracted to be executed or performed under the _contract hereinabove mentioned, and all persons, companies or corporations lend- ing 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 One Hundred Seventy-two Thousand Seven Hundred Eighty One Dollars ($ 172,781.00 ) . THE CONDITION OF THIS OBLIGATION IS SUCH THAT 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 Un- employment Insurance Act with respect to such work or labor, 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 inure 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. Ma 6, 1980 State of California On May ,before me, the undersigned, ss. .a Notary Public of said county and state, personally appeared County of San Francisco J. M. Albada i known to me to be the Attorney-in-Fact of United States Fidelity and Guaranty Company - a 1. ,�.,e4� OFFICIAL SEAL the Corporation that executed the within instrument, and known a t MOLLY O. JANSEN to me to be the person who executed the said instrument on yg,YY_"��" NOTARY PUBLIC-CALIFORNIA • behalf of the Corporation therein named, and acknowledged to `mu cay and County dt SAN FRANCISCO r MyCommission Expires June 17,1480 , me that such Corporation executed the same. . .. ..v.a v_ .. w�. �... ..+.mss ...,.....•I .tel/—/y//�� p / _ IJJo (9 NO ARY VPUBLIC CORPORATE ACKNOWLEDGMENT State of California Santa Clara } S.S. Palo Alto County of On this I4tliay of May , 19 80 ,before me____Gwen Throckmor ton ,_a Notary Public in •' and for said Santa Clara County,personally appeared 'Thomas lrf:-U Grady(SEAL) i known to me to be the_President and — known to me to be the of the O'Grady Paving, Inc. the Corporation that executed the within instrument, and also known to me to be the person who executed the within instrument, on behalf of the Corporation herein named, and acknowledged to me that such Corporation executed the same, and further acknowledged to me that such Corpora- tion executed the within instrument pursuant to its by-laws or a resolution of its Board of Directors. ��.�`, < OFFICIAL SEAL t 1 ' GWEN THROCKMORTON WITNESS my hand and official seal. �/ =m-J*; CW Labor and Material Bond Page 2 • • And the said Surety , for value received, hereby stipulates , and agrees that no change, extension of time , alteration or addition to the terms 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 , alter- ation or addition to the terms of the contract or to the work 'or to the speci- fications. • IN WITNESS WHEREOF, this instrument has been duly executed, by tate Principal and Surety this 6th day of May , 19 SO • O'Grady Paving, Incorporated - i be signed by • Principal and Surety • By• - 0911 _ • and acknowledgment g� Principal Rand notarial seal � attached.) United States Fidelity and Guaranty Company Surety Q . . By: •I'� ` �l• .0 A�. a �. for ey-in-Fact • . M Albada, The above bond is accepted and approved this day of 19 • • . . • • • • • • • • ,I, a ` CERTIFIED COPY GENERAL POWER OF ATTORNEY Na 87590 Know all Men by these Presents: That .UNITED' STATES FIDELITY AND GUARANTY COMPANY, 'a corporation organized and existing under the laws of the. State of Maryland, and having its principal office at theCity of Baltimore, in the State of Maryland,,does hereby constitute and appoint, J. M. Albada of the City of San Francisc,o , State of. California its.trueand lawful attorney inand for the.State of California. for the following purposes,to wit: To sign its name'.as surety to, and to execute,seal and,acknowledge any and all.bonds; and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, a certified copy of which is hereto annexed and made a partof this Power of Attorney;,and the said UNITED STATES FIDELITY AND GUARANTY COMPANY, through us, its.Board of Directors,'hereby ratifies and confirms all and whatsoever the said S. M. Albada may lawfully do in the premises by virtue of these presents. .' In Witness Whereo/, the said UNITED STATES FIDELITY AND GUARANTY COMPANY.has caused this.'instrument to be sealed with its corporate:.seal,.duly attested bythe signatures of its Vice-President and Assistant Secretary,this 2'.i t hday of February ,A;D. .19 77 UNITED STATES FIDELITY AND GUARANTY.COMPANY. (Signed) $y John Hamilton ' Vice-President. (SEAL) (Signed) Ray H. Britt Assistant Secretary. STATE OF MARYLAND, BALTIMORE CITY,, as: On.this: .25th' day of February , A. D. 19 77bofora.me personally came John Hamilton ,Viee•President of the UNITED STATES FIDELITY AND GUARANTY COMPANY and Ray H. Britt ,Assistant.Secretary of said Company,with both of whom I'am personally acquainted, who being by me severally duly sworn, said that they resided in the City of Baltimore, Maryland; that they, the said John Hamilton and Ray H Britt were respectively the Vice President and the Assistant Secretary of the said UNITED STATES .FIDELITY AND GUARANTY COMPANY, the cor- poration described in and which executed the foregoing Power of Attorney; that they each knew the sealof said corporation; that the sealaffixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corpora- tion, and that they signed their names thereto by like ordex as Vice-President and Assistant Secretary, respectively, of the Company.. My commission expires the firet.day in July,A.D.19.7.0....... (SEAL) (Signed) Herbert: J A Notary Public. STATE':OF MARYLAND l BALTIMORE CITY, !} et" I Robert H. Boase ,Clerk of the Superior Court of Baltimore City, which,Court is.a Court of Record, and has a seal, do hereby certify that Herbert J. Hull ,.:Esquire, before whom the annexed affidavits were made, and who has thereto subscribed ins name, was at the time of so doing a Notary Public of the. State,of Maryland, in and for the. City of Baltimore, duly commissioned and swornand authorized by law to administer oaths andtake acknowledgments, or proof of deeds to be recorded therein. I further certify that I am acquainted with thehandwriting of the said Notary,and verily believe the signature to be:his genuine,signature. In Testimony Whereo/,:I,.hereto set my band and affixthe seal of the Superior Court of Baltimore City, the same being a Court of Record,this 25th day of February , A. D. 1977 (SEAL) (Signed Robert H. Bou§e BO... Clerk al rhe;Superior Court of Baltimore City. m 3 (947) COPY OF RESOLUTION • That Whereas,it:is necessary for theeffectual transaction of business that this Company appoint agents:and attorneys,with power and authority to act for it and in its,name in States other than Maryland,and in.the Territories of the United States and in the Provinces of the Dominion of Canada and'.in the,Colony of Newfoundland. - - - There/ore, be it Resolved, that this Company do, and it hereby does, authorizeand empower its President or either of its Vice. Presidents in conjunction with its Secretary or one of its Assistant Secretaries, under its corporate seal, to appoint any person or persons as attorney or attorneys-in-fact, or agent or agents of said Company, in its name,and as its act, to execute and deliver any and all con- tracts guaranteeing the fidelity of persona:holding positions of publicor private trust, guaranteeing the performances of contracts other than insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedings, or by law allowed,and Also, in its name and as its attorney or attorneys.in-fact, or,agent or agents to execute and guarantee,the conditions ofany andall bonds, recognisances„obligations, stipulations, undertakings or,anything in the nature of either of the same, which areor may by law, municipal or otherwise, or by any Statute of the United States or of any State or Territory of the United States,or of the.Provinces of the Dominion,of Canada or of the Colony of Newfoundland, or by therule&regulations, orders, customs, practice or discretion of any board, body, organization, office or officer, local,municipal or otherwise, be allowed, required or permitted tohe executed, made, taken, given, tendered, accepted, filed or recorded for the security or protection of,by or for any person or persons, corporation, body, office, interest,. municipality or other association or organization whatsoever, in any and all capacities whatsoever, conditioned for the doing or not doing of anything or any conditions which may be provided for in any such bond, recognizance, obligation, stipulation, or undertaking, or anything,in the nature..of either of the same. Mark F. Boyeran Assistant Secretary of the UNITED STATES FIDELITY'AND GUARANTY COMPANY, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney given by said Company to J. M. Albeit!' San Francisco , California' him. of - -, authorizing and empowering tosign bonds'as therein set forth,which power of attorney has never been revoked,and is still,in full force and effect. And I do furthercertify that said Power of Attorney was given in pursuance of a resolution adopted at,a.regular meeting..of'the Board of Directors of said,Company, duly called and held at the office of the Company in the City of Baltimore, on the. 11th day of, July, 1910, at which meeting a quorum of the Board of Directors was present, and thatthe foregoing is a true and correct copy of said resolution;and the whole thereof as recorded in the minutes of said meeting. In Testimony Whereof, I have,hereunto set my hand,and theseal,of the UNITED STATES. FIDELITY AND•GUARANTY COMPANY on may 6, 1980, (Date) ; \AA ^z1 / — ` Assistant Secretary. -. �s „