Loading...
88-024 Anza Engineering, Traffic Signal Modification and Street Improvement, Blaney Ave and Stevens Creek Blvd., Project No. 4023 S • CONTRACT FOR PUBLIC WORKS CONTRACT made on /17f by the CITY OF CUPERTINO, a municipal corporation of the State of California, hereinafter called the CITY, and ANZA ENGINEERING CORP. ,hereinafter called the CONTRACTOR. • IT IS HEREBY AGREED by the parties as follows : 1 . THE CONTRACT DOCUMENTS. The complete contract consists of the following contract documents : - A. Plans and Specifications for TRAFFIC SIGNAL MODIFICATION AND STREET IMPROVEMENT AT BLANEY AVENUE AND STEVENS CREEK BOULEVARD, PROJECT 4023 B . Faithful Performance Bond, Labor and Materials Bond, Insurance Certificate C. This Contract D. Bid Proposal referred to as Exhibit A . Any and all obligations of the CITY and the CONTRACTOR are fully set forth and described herein. All of the above documents are intended to cooperate so that any work called for in one and not mentioned in the other, or vice versa, is to be 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. In case of conflict between the Plans and the Specifications on the • one hand, and this Contract on the other, the Plans and Specifications shall prevail. 2. THE WORK. The Contractor agrees to furnish all of the tools, equipment, apparatus, facilities, labor, transportation, and' material necessary to perform and complete in a good and workmanlike manner, the work of TRAFFIC SIGNAL MODIFICATION AND STREET IMPROVEMENT ' AT •BLANEY AVE. AND ST. CREEK BLVD. , PROJ. 4023 as called for, and in the manner designated in, and in strict conformity with, the Plans and Specifications prepared by: Mr . Bert J . Viskovich, Director of Public Works and adopted by the City, which Plans and • Specifications are entitled, respectively, • Page 1 and which Plans and Specifications are identified by the signatures of the parties to this Contract. It is understood and agreed that said tools, equipment, apparatus, facilities, labor, transportation, and material shall be furnished, and that said work shall be performed and completed as required in said Plans and Specifications under the sole direction 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: Mr. 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: $67,635.90 SIXTY-SEVEN THOUSAND SIX HUNDRED THIRTY-FIVE AND 90/100 DOLLARS subject to additions and 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 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 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, easements, eic. , for the construction of the project, give all necessary 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 . INSPECTION 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 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 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 CHANGES. Should the City at any time during the progress of the work require any alterations, • Page 2 • • deviations, additions or omissions from the specifications or Plans or the 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 from, the amount of the contract price, as the case may be, 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 Association 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. 8 . 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 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. 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 determined 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 COMPLETION. All work under - this Contract shall be completed: SEE SPECIFICATIONS If the Contractor shall be delayed in 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 transportation, unavoidable casualties or any causes beyond the Contractor' s control, or by delay authorized by the City, or by any cause which the City shalldetermine 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. Page 3 11. INSPECTION- AND TESTING •OF MATERIALS . . The Contractor 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 corrections 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; provided, 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 peiform 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 Contractor and his surety shall be liable to the City for any excess cost occasioned by the City thereby, and in such event the City may, without liability for so doing, take possession of, and utilize in completing the work, such materials, appliances, plant and other pioperty 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 City may retain under Paragraph 21 of this Contract until the final . completion and acceptance of all• work covered by the Contract, 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. With respect to any retention of payment by the 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 the City' s Notice to Contractors. - • Page 4 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 the City either by personal delivery thereof to the City Manager 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 Contractor, or to his duly authorized representative at the site of the project, or by depositing the same in the United States mails, enclosed in a sealed envelope, addressed to said Contractor at: P. 0. BOX 5216 ' REDWOOD CITY, CA 94063 postage prepaid and certified; and (c) if the notice is given to the surety or any other person, 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 approval of the City. 16 . COMPLIANCE WITH SPECIFICATIONS OF MATERIALS . Whenever in the Specifications, 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 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. 17. CONTRACT SECURITY. The Contractor shall furnish a surety ' bond in an amount at least equal to one hundred percent (100%) 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 (100%) of the' contract price as security for the payment 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 payment of a reasonable attorney's fee to be fixed by the court in case suit is brought upon the bond. • Page 5 - t • ^ • 18 . INSURANCE.- The Contractor shall not commence work under this Contract until he has obtained all insurance required by the City, nor shall the Contractor allow any subcontractor to commence work on his subcontract, until all similar insurance required 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 Contractor'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) WORKER'S COMPENSATION INSURANCE AND EMPLOYER'S LIABILITY INSURANCE. The Contractor shall take :ut and maintain during the life of this Contract Worker's Compensation 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 subcontractor similarly to provide Worker' 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 following certification, required by Section 1861 of the Labor Code: "I am aware of the provisions of Section 3700 of the Labor Code ' which require every employer to be insured against liability for worker's compensation or to undertake self insurance in • accordance with the provisions of the Code, and I will comply with such provisions before commencing the performance 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 covered by .this Contract from claims for property, damage, including third-party property damage, to include coverage on property in the care, custody and control of the Contractor, and also excluding what are commonly known as the "X, C, and U" exclusions (having to do ' with blasting, collapse, and underground property damage) , which may arise from Contractor' s operations under this Contract, whether such operations be by himself or by any subcontractor or by anyone directly or indirectly employed by either of them and the amounts of such insurance shall be as follows: • • Bodily Injury Liability Insurance in an amount not less than $300,000.00 for injuries, 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 • Page 6 • Property Damage Liability Insurance in an amount not less than $250,000 .00 . The city and its officers and 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 off-iters 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 excess insurance only. 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 arise or be set up because of personal injury 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. Notwithstanding 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 niThe�provisionssins, andofarthebriersprecedas inge reuired 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 any one 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 Contract, 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 whereof are deemed to be incorporated herein, the Contractor shall forfeit, as a penalty to the City, twenty-five dollars ($25.00) for- each laborer, worker, 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, worker, 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. • Page 7 • The Contractor, and each subcontractor, shall keep an accurate record showing the names of and actual hours worked each calendar 4ay and each calendar week by all laborers, workmen, and mechanics ployed 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 of its officers or agents and to the Division of Labor Law 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 in the locality in which this work is to be performed, for each craft, classification, 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. 1776. (a) Each Contractor and subcontractor shall keep an accurate payroll record, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her connection with the public work. (b) The payroll records enumerated under subdivision (a) shall be certified and shall be available for inspection at all reasonable hours at the principal office of the Contractor on the following basis: (1) A certified copy of an employee's payroll record shall be -: made available for inspection or furnished to such employee or his or her authorized representative on request. (2) A certified copy of all payroll records enumerated in • subdivision (a) shall be made available for inspection or • furnished upon .request to a representative of the body awarding the contract, the Division of Labor Standards Enforcement and the Division of Apprenticeship Standards of the Department of Industrial Relations. (3) A certified copy of all payroll records enumerated in subdivision (a) shall be made available upon request to the public for inspection or copies thereof made, provided, however, ublic eithertheatbody awardingbythehecontract, shalthel be Divisionmade ouof Apprenticeship Standards, or the Division of Labor Standards Enforcement. The public shall not be given access to such recoids at the principal office of the Contractor. (c) Each Contractor shall file a certified copy of the records enumerated in subdivision (a) with the entity that • requested such records within ten (10) days after receipt of a written request. • Page 8 6 abed • • • •pa15;57ba2 5T 54 43749 04 a esq so ;3eso ay; go von ay; ;e ATuo padoidure aq treys put 'pato dwa s 94 40749 is apes; 20 ;;ts° ay; go suoT;eTnbas ay; sapun caan uasdde o; pied abvn psepue;s ay; pied eq TTeys a374uaaddv lions Aaan3 Scion oyTgnd uodn Sa°T;vasdde paaa;sTbas £Tsadosd go ;uawAotdwa ay; ;uanaad TTeys sa;dtyo £Ty; uT bumy;os S•SLLT • ' (6iZT '43 '8L6T •s;e;s A4 PaPPV) •uoT;°as cT44 Aq pasTnbas spsooas go said= buponposdas log pa6seyo aq o; sea; aTgvuoseaa go ;uawgsTTgt;sa ay; buTpnT°uT 'spsoaas lions go astaTas ay; buTusanob ( 'D 'A[3 'E *Asia '► •;d (B6LT •09s 44Th buTouawuoa) 8•T aTaTJ) T; 'LL6T 30 ;0v saoosis uoT;emsogul a4; Pus ( •4o 'noD •T 9I;Ta ' L 'AT0 go (OSt9 uoT;°as y;Tr. bup°uawwoo) S• E 140) ';off( sP20096 DTTgr?d eTuso;TTsD ay; 4379 ;ua;STsuoo seTns ;dope TTeys 2o;092TP 941 (41 • •ao;aes;uoo awpsd ay; uo uoT;oas sT4a 44Th aoveTTdwo° so; A;TTTgTsuodsas ay; YT; TTeys :suoT;PTndT;s mons •uoT;oas sT4; a;en;°a;;a o; suoT;etnd1;s ;°es;uo° 94; uTpa;sasu1 eq o; acne° TTeys ;°es;uo° ay; buTpsene Apoq a4/ (b) •anp may; s;uawAed ssasbosd mos; pTayy;Th eq TTeys caT;Tevad lions ';uewa°so;[rd spsepue;s sogeZ go uoTsTATO ay; so spsepue;s dTysa°T;uasddy ;o uoTsTATO ay; go ;sanbas at;; cods 'pa;en;oa;;a ST a°UWTTdwo° ;0T2;s TT;un 'savior. yowls so; ';oasay; uoT;sod SO dep sepuaTv° yaws so; (00'sts) satrap eay3-A;uah; ;Ta;so; Papsene so apew sT ;°es;uo° ay; ;Tetley aaomm uo moTsTaTpgns Te°T;TTod ;o awns ay; o; t;Teuad e se • 'TTeys so;°ea;uo, ay; 'poised Asp ( OT) ue; mans saws ;uaprna eq TTT;c eauvTTdwo°uou PTnots •uoT;°ae ST4; 4aTh ATdwo° ;snw so;°es;uo0 mons c;°adsas ;eya U •buTA;Toads a°T4ou ue;;Tsr. go ;d1a°as o; ;uenbesgns ATdwo° o; yo Ty" vi BAep (0T) us; aney treys so;°es;uop 94; 'uo ;°as sT4; 70 S;vawasTnbas ay; y;Tr. a°ueTTdwoouou ;o ;liana at;; uI (;) •.SSSl e put uoT;taoT ;o ;busy° a go S°T;ou a epTnosd 'step buTvson anp; UT44TA 'TTtys put A;uno° put A;T° 'ssesppe ;sas;s ay; buTpnT°tT ' (e) uoTSTATpgnc sapun pa;esawnua epsooes ay; ;o mof;t°o1 a4; ;o ;its;uo° ay; buTpseae Apoq ay; uuo;u1 TTeys so;°ts;uo, ayy (a) bu wso sad •pa;vza;TTgo 20 pavaem eq ;ou TTeys ;°es;uoo so ay; T 3 ;oes;uoa ay; papsvne so;°es;uoD ay; go csasppe put awtu ayy •sagwnu A;Tsn°ac typos put csasppe 'awtu S.TenPTATPuT ue go asnsoT°g1p ;uanaad o; se sauvem a _ y°ns tic pa;esa;TTgo 20 Paysvw eq TTeys ;uawaoso;u3 spsepue;s sayer' go uoTSTATU y; 20 spsepue;s dTysa°T;uasddt go uoTsTATC a4; 'epiq bUTpseme ay; Aq Aauabe oTTgnd tue so °TTgnd ay; o; ;sanbas uodn paysTusn3 put saTdeo se uoT;°adaUT 20; a/geT7ene apewvspso°as go Ado Aub( (p) Only apprentices, as defined in Section 3077, who are in training under apprenticeship standards and written apprentice agreements under Chapter 4 (commencing with Section 3070) , Division 3, of the Labor Code, are •eligible to be employed on public works . The employment and training. of each apprentice shall be in accordance with the provisions of the apprenticeship standards and apprentice agreements under which he is training. When the Contractor to whom the contract is awarded by the state or any political subdivision, or any subcontractor under him, in performing any of the work under the contract or subcontract, employs workmen in any. apprenticeable craft or trade, the Contractor and subcontractor shall apply to the joint apprenticeship committee administering the apprenticeship standards of the craft or trade in the area of the site or the public work for a certificate approving the Contractor or subcontractor under the apprenticeship standards for the employment and training of apprenticeships in the area or industry affected provided, however, that the approval as established by the joint apprenticeship committee or committees shall be subject to the • approval of the Administrator of Apprenticeship. Theoint apprenticeship or committees, subsequent to approving the subject contractor or subcontractor, shall arrange for the dispatch of awithethises to the section. Theretractor shall orsubcontractor an suonaffirmativedutyupon order tmthe e joint apprenticeship committee or committees administering the apprenticeship standards of the craft or trade in the area of the site of the public work to ensure equal employment and affirmative action in apprenticeship for women and minorities. Contractors or subcontractors shall not be required to submit individual applications for approval to local joint apprenticeship committees provided they are .already covered by the local apprenticeship standards. The ratio of apprentices to journeymen who shall be employed in the craft or trade on the public work may be the ratio stipulated in the apprenticeship standards under which the joint apprenticeship committee operates but in no case shall the ratio be less than one apprentice for each five journeymen, except as otherwise provided in this section. • • The Contractor or subcontractor, if he is covered by this section, upon the issuance of the approval certificate, or if he has been previously approved in such craft or trade, shall employ the number of apprentices or the ratio of apprentices to journeymen' stipulated in the apprenticeship standards. Upon proper showing by' the Contractor that he employs apprentices in such craft or trade in the state on all of this contract on an annual average of not less than .one apprentice to each five journeymen, the Division of • Apprenticeship Standards may grant a certificate exempting the Contractor for the 1-to-5 ratio as set forth in this section. This ' section Shall not apply to contracts of general contractors involving less than thirty thousand ($30,000 .00) or twenty ( 20) workin4 days or to contracts of specialty contractors not bidding : ' for work through a general or prime contractor, involving less than two thousand dollars ($2,000 .00) or fewer than five (5) working days . • • Page 10 • • "Apprenticeable craft or trade, " as used in this section, shall mean a craft or trade determined as an apprenticeable occupation in accordance with rules and regulations prescribed by the have Apprenticeship ethediscretion- l tograntTha e jcertificate, which oint pshallibeesubject to the approval of the Administrator of Apprenticeship, exempting a contractor from the 1-to-5 ratio set forth in this section when it finds that any one of the following conditions are met: (a) In the event unemployment for the previous three month period in such area exceeds an average of 15 percent, or • (b) in the event the number of apprentices • in training in such area exceeds a ratio of 1-to-5, or (c) If there is a showing that the apprenticeable craft or trade is replacing at least one-thirtieth of its journeymen annually through apprenticeship training, either (1) on a statewide basis, or (2) on a local basis. (d) If assignment of an apprentice to any work performed under a public works contract would create a condition which would jeopardize his life or the life, safety, or property of fellow employees of the public at large if the specific task to which the apprentice When such represents contractors nin arspecific e etrade from thea 1d to an i tot 5oratiohion a local or statewide basis the member contractors will not be required to submit individual applications for approval to local joint apprenticeship committees, provided they are already covered by the local apprenticeship standards. • contractor to the subcontractor under him, who, contractan who, inperformingiany ofwthee work,orunder the .contract, employs journeymen or apprentices in any apprenticeable craft or trade and who is not contributing to a fund or funds to administer and conduct the apprenticeship program • in any such craft or trade in the area of the site of the public . work, to which fund or funds other contractors in the area of the site of the public work are contributing, shall contribute to the fund or funds in each craft or trade in which he employs journeymen or apprentices on the public work in the same amount or upon the same basis and in the same manner as the other contractors do, but • where the trust fund administrators - are unable to accept such funds, contractors not signatory to the trust agreement shall pay a like amount to the California -Apprenticeship Council. The contractor or subcontractor may add the amount of such contributions in computing his bid for the contract. The Division of Lebo!. Standards Enforcement is authorized to enforce the payment Of. such-•dontributions to the fund or funds as set forth in Section 227. Page 11 • • • The body awarding the contract shall cause to be inserted in the contract stipulations to effectuate this section. Such stipulations shall fix the responsibility of compliance with this section for .all apprenticeable occupations with the prime contractor. All decisions of . the joint apprenticeship committee under this section are subject to the provisions of Section 3081. . (Amended by Stats. 1976, Ch. 1179) 1777.6 It shall be unlawful for an employer of a labor union to refuse to accept otherwise qualified employees as registered apprentices on any public works, on the ground of the race, religious creed, color, national origin, ancestry, sex, or age, except as provided in Section 3077, of such employee. (Amended by • Stat. 1976, Ch. 1179) 1777.7 (a) In the event a contractor willfully fails to comply with the provisions of Section 1777.5, such contractor shall: (1) Be denied the right to bid on any public works contract for a period of one year from the date the determination of noncompliance is made by the Administrator of Apprenticeship; and (2) Forfeit as a civil penalty in the sum of fifty dollars ($50 .00) for each calendar day of noncompliance. Nothwithstanding the provisions of Section 1727, upon receipt of such a determination the awarding body shall withhold from contract progress payments then due or to become due such sum. (b) Any such determination shall be issued after a full investigation, a fair and impartial hearing, and reasonable .notice thereof in accordance with reasonable rules and procedures prescribed by the California Apprenticeship Council. _ (c) Any funds withheld by the awarding body pursuant to this &action Shall be deposited in the general fund if the awarding body is a state entity, or in the equivalent fund of An awarding body if such awarding body is an entity other than the state. The interpretation e shall be ' inetaccordance' withertheenrules$eandons 1777.5 proceduresnd17.7 of77the California Apprenticeship Council. (Amended .by Stats. 1978, Ch. 1249) • • It shall be mandatory upon the Contractor, and upon any .subcontractor under him, to pay not less than the said specified rates to all laborers, workmen, and mechanics employed in the • execution of the Contract. It is further expressly stipulated that the.Contractor shall, as a penalty to the City, forfeit twenty-five :. dollatd '($25.00) for each calendar day,. or portion thereof, for :`•: adch laborer, workman, or mechanic paid less than the stipulated ( :;pt '; NAilinq rates for any work done under this Contract by him or by • :.:`:any :lUbcontractor Under work done under this Contract by him or by Subcontractor under him: and Contractor agrees to comply with • " All provisions of Section 1775 of the Labor Code. • Page 12 • 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 Contractor shall immediately notify the City, who will promptly thereafter 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 PREVENTION . Precaution shall be exercised 'at all • times -for the protection of persons (including employees) 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. 23 . PAYMENT. Payment will be made in accordance with the attached payment schedule. TheCity will make partial payment to the Contractor 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%) 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 of 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) date after the acceptance of completion of such work of improvement as evidenced 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 (10%) of said contract price so held back as provided; said certificates to be furnished by and obtained from the City's representative shall, before the last Tuesday of each . month, deliver said certificates under hand to the City, or in lieu of such certificates, shall deliver to the Contractor, in writing, under his hand, a just and true reason for not issuing the certificates, including a statement of the defects, if any, to be remedied, to entitle the Contractor to the certificate of • completion. In event of the failure of the City' s representative to furnish and deliver said certificates or any of them or in lieu • Page 13 - • • 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 whatever inspection and approval may 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 utilities, 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. The City shall compensate the Contractor for costs incurred in relocating or repairing damage to utility facilities not indicated in the Plans and Specifications, other than service laterals when the presence of such utilities on the construction site can be inferred from the presence of such visible facilities as buildings, and meters and junction boxes on, or adjacent to, the construction site. The Contractor shall not be assessed liquidated damages for delay in completion of the Contract project, as provided in Paragraph 27 below, when such delay 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 discovers utility facilities not identified by the City in the Contract Plans and Specifications, the service laterals as hereinabove 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. NEVERTHELESS, 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 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 Governor of the State 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 building, work, or equipment or any part• thereof, or in, Page 14 • on, or about the same during its construction and before acceptance. 26 . CONTRACTOR'S GUARANTEE. The Contractor unqualifiedly guarantees the first-class quality of all workmanship and of all materials, apparatus, and equipment used or installed by him or by any subcontractor of 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 defects without coat to the City. 27. LIQUIDATED DAMAGES. Time shall be of the essence of this Contract. If the Contractor fails to complete, within the time fixed for such completion, the work hereinbefore mentioned and described and hereby contracted to be done and performed, he shall become liable to the City for liquidated damages in the sum of ONE HUNDRED FIFTY AND 00/100 DOLLARS ($150.00) for each and every calendar day during which said work shall remain uncompleted beyond such time for completion 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 deducted by the City from moneys due the Contractor hereunder, or his assigns and successors at the time of completion, and his sureties shall be liable to the City any excess. "28. - ADDITIONAL PROVISIONS. None • • Page 15 CORPORATION STATE OF CALIFORNIA ban Mateo ISS. COUNTY OF SS On May 74, 1 9RR ,before me,the undersigned,a Notary Public in and for said State, w Charles Ward C personally appeared personally known to me (or proved to me on the basis of satisfactory • evidence)tole the pp on who executed the within instrument as a President a < on behalf of Anza Engineering Corporation ®e^_^er;:ra"- aece�eaeoeMaoeasceeaysessfseuaaaanea0 the corporation therein named,and acknowledged to me that the corporation M�,b el(a.�. vcric arc executed it. � 4,14 NOTARY PUBLIC-CALIFORNIAE SE Nt! PRINCIPAL OFFICE IN WITNESS my hand and official seal. SAN MATED COUNTY March 10.1091�( ' My Cornmlr Exp Signature �7sam:T+osA..ys7;a^.+a�^aia7a:mn: *' 1 ID 304C(REV.1841 This area for Official Notarial Seal • • P.O. No . • IN WITNESS WHEREOF, the parties have executed this Contract, in duplicate, the day and year first hereinabove written. • • • CITY OF CUPERTINO Approved as to form �7J • / / Mayor: '1 - LCL City Attorney City Clerks ,/ Date/City Clerks 6- • CONTRACTOR: ANJZi,, Cl J ETI AJ EQ N[7• CO2p_ • • By: G�2'�. �[�.2 s� _ Notary acknowledgment required. G/ II44;Zr ,cS lit/,4ren tom- sem. If a corporation, corporate seal and corporate notary, acknowledgment required. • Project, Name and Number:. TRAFFIC SIGNAL MODIFICATION AND STREET IMPROVEMENT AT BLANEY AVENUE AND STEVENS CREEK BOULEVARD, PROJECT 4023 • Contractors Name: ANZA ENGINEERING CORP. ; P.O. Box 5216; Redwood City, CA 94063 Contract Amount: $67,635:90 SIXTY-SEVEN THOUSAND SIX HUNDRED THIRTY-FIVE AND 90/100 DOLLARS Cbntra@t. Account Number:: 120-4023-953 • • Page 16 • STATE OF CALIFORNIA } -. COUNTY OF SAN MATEO On this 24TH day of MAY , in the year1988 before me, FRANCES R. BRUNO , a NOTARY PUBLIC in and for said (Notary's Name) State, personally appeared GREG McCARTNEY personally known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to this instrument as the attorney-in- fact of THE OHIO CASUALTY INSURANCE COMPANY, and acknowl- edged to me that he (she) subscribed the name of THE OHIO CASUALTY INSURANCE COMPANY thereto as Surety and his (her) own name as attorney-in-fact. 71c7 on-bccit.4) r cu ,,, ...nndnfan Ststig FRANCES R. BRUNO /99/ 7 _�aljr_ NOTARY PUBLIC-CALIFORNIA) My Commission Expires.....r-• — c3( / =� PRINCIPAL OFFICE IN 4vyit SAN MATEO COUNTY _ = My Commission Expires June 3. 1991 tv.zuanunmoatunnu.x.uani.un usuanesua I . CORPORATION e STATE OF CALIFORNIA COUNTY OF SAN MATEO }SS. On MAY 24, 1988 ,before me,the undersigned,a Notary Public.,in and for said State, ea cc personally appeared CHARLES WARD : personally known to me (or proved to me on the basis of satisfactory W evidence)to be the person who executed the within instrument as a PRESIDENT ® mwtumuaaursca teraermot:nnun xunenit e on behalf of E e� C•a FRANCES R. BRUNO 1-. ANZA ENGINEERING CORPORATION = m7. t��p NOTARY PUBLIC-CALIFORNIA t. • the corporation therein named,and acknowledged to me that the corporation . PRINCIPAL OFFICE IN .. executed it. 6le SAN MATEO COUNTY I 9 My Commission Expires June J. 1991 i WITNESS my hand a'd,official s`eeal. isonnaeuaaserann eeuetteeeueeainueaeetaeua " t Signature _`'ns%`.4// x. d ID 304C(REV.7.84) This area for Official Notarial Seal EXECUTED IN DUPLICATE 'PREMIUM $973.95 Bond No. 2-673-872 nECLIV D FAITHFUL PERFORMANCE BOND JUN Fr 1988 PI IPI Ir! thfr►PKS KNOW ALL MEN BY THESE PRESENTS: THAT WE, ANZA ENGINEERING CORP. as Principal and as Surety are held and firmly bound unto the City of Cupertino, State of California, in the sum of SIXTY-SEVEN THOUSAND SIX HUNDRED THIRTY-FIVE AND 90/100 Dollars ($ 67,635.90 ) 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 of the above obligation is such that, WHEREAS, the Principal has entered into a contract dated May 19, 1988 with the Obligee to do and perform the following work to-wit: TRAFFIC SIGNAL MODIFICATION AND STREET IMPROVEMENTS AT BLANEY AVENUE AND STEVENS CREEK BOULEVARD PROJECT 4023 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 Pri4cipal and Surety this 24th day of May , 19 88 - (To be signed by Principal and Surety and acknowledgment.) • ANZA ENG EERING CORP. Principal CHARLES WARD, PRESIDENT ' THE OHIO CASUALTY INSURANCE COMPANY- Sure 49 By: AEtornt- ret- suet McCartney �_ The above bond is accepted and approved this day of , 19 EXECUTED IN DUPLICATE PREMIUM INCLUDED UNDER Bond No. 2-673-872 PERFORMANCE BOND • LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENT: WHEREAS, the City of Cupertino, State of California, and ANZA ENGINEERING CORP. 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 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 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 THE OHIO CASUALTY INSURANCE 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 abut the perfor- mance 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 SIXTY-SEVEN THOUSAND SIX HUNDRED THIRTY-FIVE AND 90/100 DOLLARS ($ 67,635.90 ) . 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 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 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. STATE OF CALIFORNIA COUNTY OF SAN MATEO } St On this 24th day of MAY , in the year 1988 before me, FRANCES R. BRUNO a NOTARY PUBLIC in and for said (Notary's Nome) • State,personally appeared GREG McCARTNEY personally known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to this instrument as the attorney-in- fact of THE OHIO CASUALTY INSURANCE COMPANY, and acknowl- edged to me that he (she) subscribed the name of THE OHIO CASUALTY INSURANCE COMPANY thereto as Surety and his (her) own name as attorney-in-fact. i •rnmttgines tt in;and.forisId' I C / p I ° FRANCES R. BRUNO a My Commission Expires... �/ / / / ;n NOTARY PUBLIC-CALIFORNIA y !p�T . , PRINCIPAL OFFICE IN i !` Ts. SAN MATEO COUNTY iippjj �� 0 My Commission Expires June 3. 1991 i I �r, ..._., iMtiYO_MOR1 �nfIMtnWu .1,r ,. CORPORATION • STATE OF CALIFORNIA COUNTY OF SAN MATEO SS. On MAY 24, 1988 ,before me,the undersigned,a Notary Public in and for said State, sic C CHARLES WARD personally appeared . m = personally known to me (or proved to me on the basis of satisfactory m evidence)to be the person who executed the within instrument as ..1 PRESIDENT 4 Q on behalf of fl uc3mimJilnn tfltu Ip 'a4 ANZA ENGINEERING CORPORATIONCri ' FRANCES R. BRUNO the corporation therein named,and acknowledged to me that the corporation 3 NOTARY PUBLIC-CALIFORNIA l PRINCIPAL OFFICE IN fi executed it. 1� ' 'r��1 SAN MATEO COUNTY Vp MO WITNESS my hand and official seal. My Commission Expires Juno 3. 1991 - yspnrmsnwsmmaammtat sannmmuni Signature J- 4e. ID 304C IREV.1.841 This area for ficial Notarial Seal 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 y the Principal and Surety this 24th day of MAY , 19 8° ANZAENG LiIiL� NEERING RPORATION . (To be signed by. Principal Principal CHARLES WARD, PRESIDENT and Surety. Notary acknowledgments required.) THE OHIO CASUALTY INSURANCE COMPANY Surety � / i By: d) / - Attorn. -in=Fac GREG McCARTNEY The above bond is accepted and approved this day of • , 19 • • 6/17/85 - , CERTIFIED COPY OF POWER OF ATTORNEY THE OHIO CASUALTY INSIMIANCN COMPANY HOUR wTnCI HAMILTON, OHIO No. 22-295 Know All gm bli Ow lirnittdit That THE OHIO CASUALTY INSURANCE COMPANY, in pureuanee of authority granted by Article Vi. Section 7 of the By-Laws of mid Company, does hereby nominate, constitute and appoint: James E. McGovern or Greg McCartney of Belmont, California its true and lawful agent and attorney -in-fact, to make, execute. seal and deliver for end on its behalf es surety, and es its act and deed any and all BONDS. UNDERTAKINGS, and RECOGNIZANCES, not exceeding in any single instance FIVE MILLION ever, any bond(,) or undertaking(.) guaranteeing the payment of notes De0e and es thereon n- -) Dollars, excluding, h And the execution of such bonds or undertakings in pursuance of theme present.. shall be as binding upon said Company. as fully end amply, to all intents end purposes, as if they had been duly executed and acknowledged by the regulary elected officers of the Company at its office in Hamilton, Ohio. in their own proper persons. The authority granted hereunder supersedes any previous authority heretofore granted the above named attorney(,)-in-feet. __e+' rt In WITNESS WHEREOF, the undersigned, officer of the said The Ohio Casualty 'slA Ifis _Y ‘51:. Insurance Company ham hereunto subscribed Isms and affixed the Corp. to Seal of the ' \t said The Ohio Casualty Insurance Comp • • s 18th y of Fet uary 19 86. P.' SEAL kriniin STATE OF OHIO,BUTLER 1 1 SSAsst. Secre `d / COUNTY OF ' On this -18th day of February A. D. 19 86 before the subscriber, • Notary Public of the State of Ohio. in and for the County of Butler, duly commissioned and qualified, came Richard T. Hoffman, Asst. Secretary - - - of THE OHIO CASUALTY INSURANCE COMPANY. to me personally known to be the individual and officer described in, end who executed the preceding instrument, and he acknow- ledged the execution of the same, and being by me duly sworn deposeth and earth. that he is the officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company,and the said Corporate Seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. OesOd�pm iq Seel at the oms% IN TESTIMONY yTof Hana ltW�REOof Ohio, the eedaynand year first above wrto set my hand and itten. ray Official ,fSW e ... 9 '' �•e� Notary Public in and for • my of ut er, State of Ohio %'malmtlyl- My Commission expir December 24, 1986. This power of attorney is granted under and by authority of Article VI, Section 7 of the By-Laws of the Company, adopted by its directors on April 2, 1954, extracts from which read: "ARTICLE VI" e "Section 7. Appointment of Attorney-in•Faet, etc. The chairman of the board, the president, any vice-president, the secretary or any assistant secretary shall be and is hereby vested with full power end authority to appoint attorneys-in-fact for the purpose of signing the name of the Company as surety to, and to execute, attach the corporate Deal, acknowledge and deliver any and all bonds, recognizance., stipulation., undertakings or other instruments of suretyship and policies of Age insurance to be given in favor of any individual, firm, corporation, or the official representative thereof, or to any county or state, or any official board or boards of county or state. or the United State. of America, or to any other political aub- division." This instrument is signed and sealed by facsimile as authorized by the following Resolution adopted by the directors of the Company on May 27, 1970: "RESOLVED that the signature of any officer of the Company authorized by Article VI Section 7 of the by-laws to appoint attorneys in fact, the signature of the Secretary or any Assistant Secretary certifying to the correctness of any copy of a power of attorney and the seal of the Company may be affixed by facsimile to any power of attorney or copy thereof issued on behalf of the Company. Such signatures and seal are hereby adopted by the Company as original signatures and seal, to be valid and binding upon the Company with the same force and effect as though manually affixed." CERTIFICATE I, the undersigned Assistant Secretary of The Ohio Casualty Insurance Company, do hereby certify that the foregoing power, of attorney, Article VI Section 7 of the by-laws of the Company and the above Resolution of its Board of Directors are true- and correct copies and are in full force and effect on this date. IN WITNESS WHEREOF. I have hereunto set my hand and the seal of the Company this 24th day of May AID., 19 88' a SEALI i `,\ `/'. s I„iibei' I Assistant Secretory 5-4300-C 12-80-3M Of I CERTIFICATE OF INSURANCE ISSUE DATE(MM/DD/YY) 5-25-88 LH I- PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS El NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. JAMES E. MCGOVERN, INC COMPANIES AFFORDING COVERAGE 1625 EL CAMINO REAL BELMONT, CA 94002 COMPANY A MARYLAND CASUALTY COMPANY B . INSURED LETTER ANZA ENGINEERING COMPANY c Lei MPA P 0 BOX 5216 COMPANY p ' REDWOOD CITY, CA 94063 LETTER COMPANY g LETTER COVERAGES . THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS,AND CONDI- TIONS OF SUCH POLICIES. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION ALL LIMITS IN THOUSANDS LTR DATE(MWDDM/1 DATE(MWDDTYY) GENERAL LIABILITY GENERAL AGGREGATE $1,000, " A x- COMMERCIAL GENERAL LIABILITY EPA 81335325 4-5-88 4-5-89 PRODUCTS-COMP/OPS AGGREGATE $1,000, CLAIMS MADE X OCCURRENCE PERSONAL 8 ADVERTISING INJURY $1.000._ X OWNERS&CONTRACTORS PROTECTIVE EACH OCCURRENCE $1,000.7- . . FIRE DAMAGE(ANY ONE FIRE) $ 50, MEDICAL EXPENSE(ANY ONE PERSON) $ 5,- AUTOMOBILE LIABILITY A X ANYAUTO WAA 82112962 4-5-88 4-5-89 CSL $ 1,000, — ALL OWNED AUTOS BODILY SCHEDULED AUTOS (PERRY (PER PERSON) $ X HIRED AUTOS N�pJFUAR X NON-OWNED AUTOS ADLIOENTI $ GARAGE LIABILITY - PROPERTY DAMAGE $ EXCESS LIABILITY OCC EACH AGGREGATE AXIUB 87917688 4-5-88 4-5-89 $ 2,000, $2,000, OTHER THAN UMBRELLA FORM STATUTORY WORKERS'COMPENSATION $ 1,000, (mil/ammo A AND TC8 22179170 4-1-88 4-1-89 $ 1,000, (DISEASFPOUCY LIMIT) EMPLOYERS'LIABILITY $ 1,000, (DISEASE-EACH EMPLOYEE) OTHER ADDITIONAL INSURED: THE CITY OF CUPERTINO, ALL OFFICERS, EMPLOYEES, AND AGENTS, ARE ADDED AS ADDITIONAL INSUREDS PER FORM CG2010. PRIMAR PHRASE 0-HER INSURANCE—SUBJECT TO ALL OTHER TERMS AND PROVISIONS OF THE POLICY, SUCH IN'URANCE AS PROVIDED BY CO2010 SHALL BE DEEMED P' VtG Li - : i. . Y• -i , - , "i , DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/RESTRICTIONS/SPECIAL ITEMS CONNECTION WITH THE DESCRIBED CONTRACT. * A 10 DAY NOTICE OF CANCELLATION SHALL BE GIVEN ON THE BASIS OF NON—PAYMENT OF PREMIUM. #4023 "RV V :._..-,P8 %j e '7'B SR G14„g, MOD9:F!CA 'MN . SRER'FiEi. MP1 OVFME_N, A B�L�4NI _V S-T�EMEN-BaG 2 A io; ,ii) CERTIFICATE HOLDER, CANCELLATION CITY OF CUPERTINO SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- 10300 TORRE AVENUE PIRATION DATE THEREOF, THE ISSUING COMPANY WILL 4'• ' ,. ., CUPERTINO, CA 95014 MAIL*3O DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, EXITIF il1:KIN�IXXK 7LX ; v•it . ; "-,"4) '✓:'E L`• J- .T`"4 ,a • ATTN: CARMEN LYNAUGH— AUTHORIZED REPRESENTATIVE ^� R$, 1 '1 �. I .vT' • - ENGINEERING TECHNICIANrr��Il ACORD 25-S 01/85) - 0 IIR/ACORD CORPORATION 1985 EXHIBIT A PROPOSAL ANZA • TO THE DIRECTOR OF PUBLIC WORKS CITY OF CUPERTINO 10300 TORRE AVENUE CUPERTINO, CA. 95014 In compliance with the Plans, Specifications and/or Special Provisions for the constructing to completion the BLANEY AVENUE and STEVENS CREEK BOULEVARD Traffic Signal Modification, PROJECT 4023 , I, the undersigned, hereby declare that I have read the proposal requirements, visited the site, and examined all of the above documents. I, the undersigned, hereby propose to do all work required to complete the project in accordance with the Plans, Specifications and/or Special Provisions for the prices set forth in the following schedule. I further understand that said prices include all costs including, but not limited to, local, state and federal taxes or transportation costs. I, the undersigned, also understand that the quantities shown below are estimates only, being given on a basis of comparison of bids, and that the City of Cupertino does not state that the actual amount of work will 'correspond but reserves the right to increase, decrease or delete the amount of any class or portion of the work or to omit items or portions of the work that may be deemed necessary by the Engineer. The City of Cupertino reserves the right to unilaterally determine and award the contract to any qualified bidder based on the most adventageous proposal, to reject any or all bids or to waive any irregularities in the bidding procedures. The work to be done consists of the furnishing of all labor, methods, processes, tools, machinery and materials required to construct to completion and in working usable order the Traffic Signal Modification on BLANEY AVENUE at STEVENS CREEK BOULEVARD, PROJECT 4023 as described in the contract documents. • In the event of discrepancies between the written unit price and the numerical unit price, the written price shall prevail and shall be used to calculate the total for that bid item. The bid prices for this project shall be as outlined on the following pages. • Proposal Page 1 Z abed Tesodozd gong TEauTr Sad szeTToa Zc$ n/ 0/ '/ S S_z/vse7 1`S / QN7 Z/Y/77QC] =7/Y(1) :guTed buTdTzgs of;;nzy anomaa LI 288T • E 5 mns dmn' szeTTo 00 0C25/ S� o3aa N'7777 9n!.d o/vpsnc'n/ 3/VU :Tozquoo oT;;pzy / buTtIbTs uotgonzgsu07 Sri (T) nN0 • Z mns than,' szpTToa Cl N-77 Oa act;v7?�y �72`.-/>7/ C//vVS77C77'-// (Y//7//7za'/y7' 7 :uoTgvot;Tpow ZPubTs oT;;Pzy S7 (T)allo •T rIayoy aDRid wanI 'INIn •ny0•ysa wan ylNII ant SaIyINdna aaniwInsa • •ssaoozd uoTgaTdmoo aqq ;o uotgzod liana pin Trove zo; Tesodozd sTtl uT patjsTTgegse seep aqq puoAaq AeTep s ,Aep znpuaTno Azana pup wove zo; •SuoTsTaozd Tntoads all; UT Trgzo; ;as sp ' sabpmpa pagepTnbTZ ouTgzadn0 ;o 14T3 stn. og APd TTpgs zogopzquop ally •anogE tgzo; ;as s2 uoTgaTdmoo zo; sagep Tengon aqq azo;aq AgTD atm. Aq eouegdaoop oq >[zom eq; agnoasozd ATquebtTtp TTPws zogonzquo3 ally •satgznd ire Aq pagnoaxa sT 4oezquo0 aqq agep aqq pin buruado pTq aqq uaamgaq sAnp zppuaTno ;o zagmnu aqq snTd anogp t;azo; ;as sagnp aqq aq TTvgs uoTq.e dmoo zo; sagpp Tengop ally •ijB6T ' (7/ , 3/7.y/777. azo;aq 10 uo butgezado pup agaTdmoo aq Tux magsAs TpubTs oT;;nzq aqy • E ago ` o/ 1S/7'J/7y/ azo;aq zo uo u0T;PTTn4SIIT zo; agTs q0 aqq O . pazanTTep aq Trpi ezpmpzpq pup saTod TPubTs oT;;Pzy • Z 596T ' (0/ A777/ ' azo;aq zo uo pagaTdmoo aq trews squamanozdmT gaazgs atiy • T NonaidiloD 'd03 airily (panu'guoD)?°;soaoh-= FPOPOSAL(Ccntinued) ESTIMATED QU_ANITIES BID UNIT ITEM EST.QT'_'. UNIT ITEM PRICE TOTAL 4 . 2 Each Remove Pavement Legends: D/iE 470,vvec2D $ /00. /Ea $ 020C. "—' Dollars per Each 5 . 1825 LF Insttall Traffic Striping (rkir $ / C42c _ Dollars per Lineal Foot /L° $ /�' 'J. `—` 6. 2 Each Install Pavement Legends: $ 6, O. co /Ea $ /„'0 `c Dollars per Each 7 . ONE (1) LS Clearing and Grubbing: x //-JDt/-SAA//� $!o,C00. 00 Dollars Lump Sum 8 . ONE(1) LS Excavation, Grading & Subgrade Preparation: c7 vE /AO LAS /v Fl/c ,--//Jn/0/eF/Q AA/D /J'AiET?' /7 vE $6595. `O Dollars Lump Sum 9 . 141 Ton Provide and install A.C. Deeplift and Overlay: %�1REt $ 6.3 . °n /Ton $ 7,473. `—o Dollars per Ton Proposal Page 3 . PROPOSAL(Continued) ESTIMATED QUANITI=S BID - UNT_7, ITEM EST.QTY. UNIT ITEM PRT_CE TOTAL 10 . 380 SF _ Install 6" P. C.C. Driveways: /7/,SEE: GL.Ai2S Zvi) SrVe VTC/ y/ Uc ( E,V%.$ $ 3. 7C /SF $ /CC. a Do3i-ars per Square Foot 11. 2066 SF Provide and Install 4" P.C. C. Sidewalk: /.l()LLAf S H N:� /V.%Nc TY �EiV - ate per Square Foot 12 . 500 LF Provide and Install Type A2-6 Curb and Gutter: 7-/fir.7 727C/.J $ /3. °o /LF $ COG ``1 Dollars per Lineal Foot 13 . 127 LF Provide and Install Vertical Curb: LEWE A/ $ Dollars per Lineal Foot �� /LF $ /397 OD 14 . 550 LF Wedge Cut AC Pavement: -S7/ X $ 6. co /LF $.336o. cn Dollars per Lineal Foot 15. 5 Each Adjust Existing Valve Boxes to Grade: F/1cTy $ .50 . Lvi /Ea $ L).13-e . Dollars per Each Proposal Page 4 _RCPOSrL(Con Z_nL'ed) ESTIMATED QUPNITIES BID UNIT ITEM EST.QTY . UNIT TmEM PRICE TOm• 16 . 8 Lr Install 6" Diameter Class III Reinforced Concrete Pipe: Tr PT vE „ OG, $ S�. °= /LF $ 44o . Dollars per Lineal Foot 17 . 10 LF Install 12” Diameter Class III Reinforced Concrete Pipe: ,i /e1= $ S6 . CC /LF $ J J C YJ Dollars per Lineal Foot 18 . 1 Each Install Curb Opening Drop Inlet: • (*JJ i ,=/CL!-S Q Ain $ /LC!C'. °—o /Ea $ /604 °— Dollars per Each 19 . 205 LF Provide and Install 1-1/2" Rigid Metal Conduit: D/ X T E EAJ ro Dollars per Lineal Foot 20. 1 Each Install Electrolier: / wE-ui v D,jE /tite_ VD &Ev $ )/DO.. O" /Ea $.2 /60. `Y Dollars per Each 21: 1 Each Relocate Existing Electrolier: 6A/E- iLLDUS'/l-/J/7 c4 eC• $ /CCU. /Ea $ /CCCG. Dollars per Each Proposal Page 5 • • PROPOSAL(Continued) ' • ESTIMATED QU?NITIES . BID' UNIT ITEM EST.QTY . UNIT ITEM PRICE TOTAL • 22 . 1 Each Relocate Existing Fire Hydrant: /WD /-/(21-66-A A D :€.11--Lr. ,LI't&.n/D i2ED ng Dollars per Each TOTAL PRICE BID: $ / 3 72 I, the undersigned agree that if this proposal s I accepted d by the City of Cupertino, I will enter into a contract with the City to provide all necessary machinery, tools, apparati, and other means of construction and to do all. of the work specified in the contract in the manner and time specified. I, the undersigned, declare that this bid is made without connection with any person, firm, or corporation making a bid for . this work, and is in all respects fair, and without collusion or fraud. I, the undersigned, recognize that the Director of Public Works of the City of Cupertino will reserve the right to establish the priority of one portion of the work over another and each starting date where conflict of construction schedules occur. Attached hereto is the required certified check, bid bond or surety in the amount of $ /Q'to OF AMOLJUT sib , which amount represents ten percent(10%) of the total amount of the bid, as required by law and the notice to bidders. • Proposal Page 6 PROPOSAL(Continued) 3IDDER QUALIFICATION FORM In further compliance with the specifications furnished, I, the undersigned, submit the following statements as to my experience and qualifications to perform this work as a part of this proposal. The truthfulness and accuracy of this information is hereby guaranteed. My organization has been in business under its present name for 1(c years. Our experience in work comparable with that required by the proposed contract is /G years operating under our current business name. Our experience in work comparable with that required by the proposed contract is IV _ years operating under the business name our California Contractor' s License Number is .2 7S Z ki The classification of this License is a , The following is a list of work similar in character to that required in the proposed contract which our organization or personnel in our organization has completed within the past three(3) years . Year Class , Location of Work and for Whom Performed Amount Is sec AY AeJ4ED Proposal Page 7 PROPOSAL(Continued) SUB-CONTAC'^ORS FORM The sub=contractor(s) that I propose to use to perform any of the work for this project are listed below. Only those listed shall perform work on this project. 1. Name dH,e'S /° (cv./t .( A/kr Address 1ic7t T Work to be Performed T.c, ' Airy 2 . Name vtsi vS/-/O,CE (lc' pis • Address LcAA/ CA,Cc_t: Work to /ble Performed /C3% i..,c,zcre ej 3 . Name GI/s ti, cc 5 /I S "C a Address /`/EA/c_o • Work to be Performed GLw/JCS,' � F�LLLn'O 4 . Name —� TCAl ELT/vc • Address NS-ALA/ \,Jt' `. •E Work to be Performed Z ��rcd L • 5. Name • Address Work to be Performed 6. Name • Address • Work to be Performed • 7. Name Address • Work to be Performed • Proposal Page 8 PROPCSAL(Continued) • SIGNATURE FORM IF YOU ARE AN INDIVIDUAL, SO STATE. IF YOU ARE A COMPANY OR A CO-PARTNERSHIP, STATE THE COMPANY NAME AND LIST THE NAMES OF ALL INDIVIDUAL CO-PARTNERS COMPOSING THE COMPANY . IF YOU ARE A CORPORATION, STATE THE LEGAL NAME OF THE CORPORATION AND THE NAMES OF THE PRESIDENT, SECRETARY-TREASURER AND MANAGER. THE CORPORATE SEAL MUST BE AFFIXED TO THIS FORM. TYPE OF BUSINESS * CORPORATION : A n./LA / N/: A/4=E 2t A/c d.': / /7 CO-PARTNERSHIP: • IINDIVIDUAL • JOINT VENTURE : OTHER • (Describe) Name and Signature of Bidder: (171--AAr ts.s 1AJAR1 2E5!0/_7L/i. (Print or Type Name) : / i/✓.,_j _ (Signature) • Date: MAY ID , / 38 Address (mailing & location) : Po. Z3:-..)x S,2./L, DWcov a/ rY, CA S 4Noe • i47 hen s -r- caDWOO D C'r i Y, a 4 94.01cot_i Telephone Number : ( 4/5 ) 6,2-7 •846,6, • Acknowledge Addenda Recieved by circling the addendum number . 1 2 3 4 5 6 7 8 9 10 C/I-A'EtCS Wtl Ria P, sf7Dcm- .S1,4 i€A V. 61IA-rzo S6.7" ./ThaA s, • Proposal Page 9 1988 CAPITAL IMPROVEMENT PAYMENT SCHEDULE QUANTITIES CUT—OFF DATE CHECK RELEASE DATE FRIDAY 5:00 P.M. FRIDAY December 18 January 1 January 15 January 29 February 12 February 26 March 11 March 25 April 8 April 22 May 6 May 20 June 3 June 17 July 1 July 15 July 29 August 12 August 26 September 9 September 23 . October 7 October 21 November 4 November 18 December 2 December 16 December 30