Loading...
88-036 Pacific Underground Construction, Inc., Water Main Replacement, Project No. 88-109/' I '> ' C" ), ) , " ' CONTRACT FOR PUBL1C WOR~S CONTRACT 'made on June 30, 1988 by the CITY OF CUPERTINO, a municipal corporation of the State of California, hereinafter called the CITY, and PACIFIC UNDERGROUND CONSTRUCTION, INC. ,hereinafter called the CONTRACTOR. IT IS HEREBY AGREED by the parties as followsl • '1. THE CONTRACT DOCUMENTS. The complete contract consis,ts of the following contract documentsl A. Plans and Specifications for 1987-1988 MISCELLANEOUS WATER MAIN REPLACEMENT PROJECT, PROJECT 88~109, , B. Faithful Perfo.rmance Bo'nd, Labor and Mater.ials Bond, Insurance Cer,tificate, C. This contr~ct D. Bid p.roposal 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 refer,red to as the Contract Documents. 1n 'case of conflict between the Plans and the specifications on the one hand, and this Contract on the other, the Plans and Specification. 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 worlcmanlike manner, the work of WATER MAIN REPLACEMENT 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, 1987-1988 MISCELLANEOUS WATER MAIN REPLACEMENT PROJECT, PROJECT 88-109 Page 1 • 'I and which plans and Specifications are id~ntified by the signatures of the parties to this Contract. It is understood and agreed that s·aid 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 sale direction of the Contractor, but subject to tire· inspection and a9proval of the ci ty, or its representat.ive. l'he 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: TWO HUNDRED THIRTY-THREE THOUSAND TEN AND 00/100 DOLLARS ($233,010.00) subject to addi tions and deductions as provided in the Con tract Documents, per Exhibit "An attached hereto. 4. DISPUTES PERTAINING TO pAYMENT P'OR 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, eec., 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 insoection 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 ~ork require any alterations, page 2 , " -. " ...... > •• ·, ~ . ': de'viations, additions or omissions from the Specification~ 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 t.hel:eof will be added to, or deducted .from, the amount of the contract price, as the case may be, by II fair and reasonable valuation, which valuation shall be determined either by reference to the unit prices, if applicable, or in accorda,nce with the agreement of the parties, or in accordance with the rules of the American Arbi t,ration Association if the parties are unable to 1113 ree. No ext ra 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 f-or an, addition to the contract sum shall be valid unless so ordered; 9. CHANGES TO MEET ENVIRONMEN'rAL 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 wi th environmental requi rements 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 app1icablec' or in accordance with the ag"reement of tile parties, or ,in accordance with the rules of the American Arbitration Association if the parties are unable to a1Jree. . ' 10. TIME FOR COMPLETION. All work under this Contract shall be completed I ' WITHIN FORTY-EIGHT (48) WORKING DAYS AFTER NOTICE TO PROCEED If the Contractor shall be delayed in the work by the acts 01"' 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 casua1,ties or any causes beyond ,the Contractor'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. Th'is 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 ,'ESTING 'OF' MATERIALS. The con tractor shall notify the City a sufficient time in ~dvance of the manufacture or \,r.oduction of materials to be supplied by him u·nder this Contract, 1n order that the City may arrange fo·r mill or factory inspection and testing of the-same, if the City requests such notice from the Con tractor. 12. TERMINATION FOR BREACH, ETC. if the Contractor should be adjudged a bankrupt, or if he should make ,a general assignment for th.e benefit of. his creditors, or if a receiver should be appointed on account of his insolvency, or if hc 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 intent~on to terminate the Contract, and unless within ten days after serving of su.ch 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 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 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 property belonging to the Contractor as may be on the site of the !ork and necessary therefor. 13. THE CITY'S RIGHT TO WITHHOLD CERTAIN AMOUNTS AND MAKE APPLICATION THEREOF. In addition to the amount wh'ich the City may retain under Paragraph 21 of this contract until the final, completion and acceptance of alr work covered by the Contract, the City may Withhold from payment'to the Contractor such an amount or amounts as in its jud~ent 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 Co~tractor, 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.priorjudicial determination of the claim or claima. 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 sectidn 459D of the calitornia 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 unleu served in "the following mannerl (al if the notice is given to the City either by personal delivery thereof to the city Manager of the City, or by depositin9 the same in the united states mails, en~losed in a sealed envelope, addressed to the City, postage prepaid and certified, (bl 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 depositin9 the same in the United States mails, enclosed in "a sealed envelope, "addressed to said Contractor atl P.O. BOX 2185 SARATOGA, CA 95070 postage prepaid and certified I and (cl if the notice is given to the surety or any either person", either by personal delivery to such surety or other person, or by depositin9 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 9iving the notice, postage prepaid and certified. 15. ASSIGNMENT OE' CONTRACT. Neither thereof, nor moneys due or to become assigned by the Contractor wi thout" the the City. the Contract, nor any part due thereunder, may be prior written approval of. 16. "COMPLIANCE WITH SPECU'ICA'rIONS OF MATERIAI.S. 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 tne "City agrees in writing to some other .material, process or article offered by Contractor which is equal i.n all respects to the one specified. 17. CONTRACT SECURITY. The Contractor shall furnish a surety bond in an alllount .at least equal to one hundred percen"t (lOOt! 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 (l00\l 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 labo~ 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 teasonable attorney's fee, to be fixed'by the court in case suit is brought upon the bond. Page 5 . '-. . " ,18. INSURANCE. 'rhe Contractor shall not commence work under this Contract until he has obtained all insurance requi,ed by the Ci ty, 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 carriaqe of insurance .required, and, there shall be a specific contractual liability endorsement extendinq the Contractor's coveraqe to include the con'tractual liability assumed by the Contractor pursuant to this Contract and particularly paraqraph 19 hereof. Any policy of insurance requi red of the Contractor under, this Contract shall also contain an endorsement providinq that thirty (301 days' notice must be qiven in writinq to the City of any pendinq chanqe ,in the limits of liability or of any cancellation or modifi~ation of the policy. (al 'WORKER'S COMPENSATIOH INSURANCE AND EMPLOYER'S LIABILITY INSURANCE. The, Contractor shall take ,ut and maintain durinq the life of this Contract Worker's Compensation Insurance and Employer I S Liability Insurance for all of his employees employed at the lite of the'pr,oject and,in case any w,orle i3 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 '1Ii9nin9 this Contract the Contr.actor makes the followin'1 certification, required by Section .1861 of the Labor Codel . "lam aware of the provisions of Section 3700 of the Labor Code which reqUire every employer to be insured aqainst 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 commencin9the performance of the worle of this contract.·- (b) LIABILITY INSURANCE. The Contractor shall take out and maintain durinq the life of this Contract such, Bodily Injury Liability and Property Damage ,Liability Insurance as shall protect him and any subcontractor performinq work covered by this contract from claims for property, damaqe, includinq third-party property damaqe, t!) include covera'1e on property in the care, cust.ody and control of the Contractor, and also excludinq what are cOllllllOnly lenown as the "X, C, and U· exclusions (havinq to do' with blastinq, collapse, and underqround 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, includinq accidental death, to anY,one person, . and subje<;t to the same limit for each person, in an amount not less than ,$500,000.00 on account of one accident, and Paqe 6 ... '} Property Damage Liability Insurance in an amount not less than $250.000.00. The Ci,ty and its off·ieers and employ'.'!es, shall be named as'additiona1 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 pollcy and that if the CitYi or its officers and employees, hav6 other insurance against a loss covered by such policy, such other insurance shall be excess insurance only. 19. HOLD akRMLESS. 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 per:sonal 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 p'er"on' or persons, firm or corporation in consequence of the use in, on,' or about said w,ork, of any article or material lIupplied or installed under this Contract. Not",lthstanding the above, the Contractor s'hall 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. aOURS OF WORK. Eight hours of labor during any one calendar ,day and forty hours of labor during anyone calendar week shall consti tute 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 subeontractor or 'subcontractors under this Contrac!:, upon the work or upon any part of the work contemplated by this Contract, shall bEa-required or permitted to work thereon more !:han eight hours during anyone calendar day and forty hours during anyone calendar week, except, as provided by Section 1815 of the t.abor Code of the state of California, 'work performed by employees of contractors in eXcess of eight hours per day and forty hours during anyone wBek 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 exoressly stipulal:ed that for each and every violation of Sections 1a1i-la1S. 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 execul:.ion of ·this Contract by,.. Contractor, or by any subcontractor under this Contract, f,or each calendar day durin9 which laid laborer, worker, or mechanic is required or permitted, to work mete,l:han eight hours 1n anyone calendar'day and forty hours in anyone calendar week in violation of the provisions of said _ Sections of the tabor Code. Page 7 " The Cont.ract.or, and each sub eon t.ract.or, shall keep an acCUrate r:ecord showin9 t.he names of and act.ual hours worked each calendar tay and each calendar week by all laborers, workmen, and mechanics ~ployed by him 'in connection wit.h t.he work cont.emplat.ed by this Cont.ract, which reco;d . shall be open at. all reasonable hours t.o t:hE! inspection of t.he cit.y of it.s officers or agent.s and to t.he Division of Labor Law Enforcement. of t.he Department. of Indust:rial ae~at.ions of t:he St.at:e of California. 21,' NAG:!, RATES. pursuan t. t:o t.he Labor Code of t.he, St.ate of California, or local law t.heret:o applicable, t.he city has Ucert:ained t.he general prevailing rate of per diem wages and rat.es, for holidays and overtime in t.he localit.y in which t:his work is t.o ~ pereormed, for each craft., classificat.ion, or t.ype of laborer, "",rklllan, or mechanic n,eeded t.o execut.e t.his Con,tract:. The prevailin9 wages 110 det.ermined are lIet. forth in th,e Specifications and made a part hereof. Neit.her t.he not.ice inviting bids nor thill Cont.ract IIhall constit.ute a represent.at.ion of' fact as t.o the prevailing wage ratell upon which the Cont.ractor or any '-, subcontractor under him may baae any claim against the,City. 1776. la) Each Con t.racto r and sUbcontract.or shall keep an accurat.e payroll record, showin9 the name, address, social securit.y number, work claaaification, atrai9ht time and overtime hours worked each day and week, and the actual per diem wagea paid t.o each journeyman, apprentice, worker, or other amployee employed by. him or her connection with t.he public work. Ib l The cerUfied hours at basis I payroll records enumerat.ed and shall be available for the principal office of under subdivis-ion II.) shall be inapection at: .1.11 reasonable t.he Contract.or on the follow1n9 (1) A cert.ified copy of an amployee I,S payroll record shall be made available for inspection or furnished to such employee or hill or her aut.horized representative on request. 121 A cert.ified copy of all payroll records enumerated in subdi1illion (aI' shall' be made available for inspect.ion or .furnisbed upon. requellt to a representative of the body awarding t.he contract., the Division of Labor St.andards Jl!nforcement. and t.h.-Divillion of Apprenticeship St.andards of t.he Department. of Indust.rial Ilelations. 131 A ce'rtlUed copy of all payroll records enumerated in subdivision (al shall be made available ,upon .request t.o the publici for inapect.ion or copies thereof mad.e, provid.ed, hell.val:, t.hat a request by the public shall be mad,e thrO\l9h either' t.he body awardin9 t:'he' contract.. t.he Oivision of Apprenticeship St.andards, or t:he Division of Labor St.andards l!l9fo~cement. The public shall not. be given access to such recorda at. t.he principal office of t.he Con t. rae t.o r • I c I Each Con t.r ac t6 r 's hall file enumeratad in subdivision lal with recordll wit.hin t.en (10) days aft.er a cert.ified copy of t.he records the ent.ity. that.' requested such receipt. of a written request.. .. , , " . , (d) lUIy' copy of records. made available for inspection as copies and furnished upon request to the public or any public agency by the awarding bids, the Division of Apprenticeship' Standards or the Division of Labor Standards Enforcement shall be marked or obliterated in such' a manner as to pr,event disclosure of an individual',s name, address and social security number. The name and address of the Contractor awarded the contract or performing the contract shall not be marked or obl~terated. (al The Contractor shall inform the body awarding the contract of tha location of the racord. enumerated under subdivi.ion (a), including the street adqress, city and county and Shall, within five working days, provide a notice of a change of location and addre .... (fl In the event of noncompliance with the requirements of this section, the Con,tractor shall have t<!!n (101 days in which to comply sub.equent to receipt of written notice specifying' in what respects such Con tractor mu. t ' , comp ly wi th th1s aection. should noncompliance still be evident aft<!!r such ten (101 day period, the Contractor .hall, ,al a penalty to the Itate of political subdivision on whoae behalf the contract is made or awarded, fOrfeit twenty-five dollarl ($25.00) for each calendar day or portion thereof, for each 'worker, until strict compliance ill effectuated. upon t"he request of the Division of Apprenticeship Standards or the Division of Labor Standards Bnforcement, 'such penalties shall be withheld from progress payments then due. (g) The body awarding the contract, shall cause to be inserted in the contract stipulatione to effectuate this section. Such stipulationl' shall fix the responsibility for cOIllp'liance with this section on the prime contiactor" lhl The director shall adopt rules consistent with the California public Records Act, (Ch: 3.5 (commencing with Section 62501 of Div. 7; Title 1. Gov. Ch. I and the Information practices Act of 1977, (Title 1.8 (commencing with Sec. 1798) pt. ", Div. 3, Civ. C.) governing the release of such records, including the establishment of rea.onable fees to be charged fer reproducing copies of r<!!cords required by this .ection. (Added by stats. 1978, Ch. 12"91. 1775.5 Nothing in this chapter shall prevent the employment of properly registered apprentices upon public work. Every such apprentice shall "be paid the apprentices undar the regulations of the crait is employed, and shall be employed only at the trade to which he is registered. , . Page 9 standard wage paid' to or trade at which he work of the craft or .' only apprenHces, as defined in section 3077 i who are in training under apprenticesbip s,tandards and written apprentice aqreements under Chapter " (colllUlen':inq wi th Section 3070 " Division 3, of the Labor Code, are 'eliqible to be employed on public works. The employment and traininq, 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 ta whom the contract is awarded by the state or any poli Hcal subdivision, or any subcontractor under him., in performinq 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 ap,pranticeehip 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, traininq of apprenticeships ,in the area or industry aHeoted, provided, however, that the approval as . estabUshed by the joint apprenticeship committee or committees shall be subject to the approval of the Administrator of Apprenticeship. The joint apprenticeship or committees, subsequent to approving the subject contractor or subcontractor, shall arranqe for the dispatch of apprentices to the Contractor or subcontractor,in order to comply with this section. There shall be' an affirmative duty upon the joint apprenticesbip committee or committees administerinq the apprenticeship standards of the craft or trade in tbe 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 apprenticesbip committees provided they are already covered by the local apprenticeship st~ndards. The ratio' of apprentices to journeymen who shall be employed in tbe craft or trade on the public work lIIay be tbe ratio ~ipulated 'in the apprenticeship standards under Which the joint apprenticeship committee operates but in no case shall ~pe ratio be leu than one apprentice for each five jou'rney'IDen, except as otherwise provided in this~ection. 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 tpe number'of apprentices or the ratio of apprentices to journeymen' stipulate<!' in the apprentIceship standards. Upon proper showing by' ,the Contractor tbat h. emplO{Sapprentices in sucb craft or trade in tbe state on all of tb a contract on an annual averaye of not less than, one apprentice to each five journeymen, tbe 0 vision of Appren!:lceshLp Standards may grant a certificate exemptinq t:.he Contraceor for I:he l-tb-5ratio as set forth in this section. This .ection ih.all not apply to .contracts of qeneral conl:ractors in'lolving less than thirty I:hoUsand l$lO,OOO.OOI or I:wenty (20) .working days or to contracts of specialty contractors not b1ddinq ; " fer work through a general or prime contractor, involving less than two thou4and dollars 1$2,000.00) or fewer than fiv'e IS) workinq days. Page 10 • . I . "Appreneiceable craft or trade," as used in this section, shall mean a craft or trade deeermined as an apprenticeable occupation in accordance with rules and requlations prescribed by the Apprenticeship Council. The joint apprenticeship committee shall have the discretion ,to grant a certificate, Which shall be subject to the approval of the Administrator of Apprenticeship, exempting a contractor' trom tlie l-to-5 ratio set torth in this aection when it fin,ds t,hat anyone ot the tollowing conditions are lIIetl (a) In the event unemployment for the previous three month period in such ar,a exceeds an average ot 15 percent, or (b) In the event the number of apprentices in training in such area ext;;eeds a ratio of l-to-5, or Ic) If there is a showing that the apprenticeable craft or trade is replacinq at least one-thirtieth ot its journeymen annually through apprenticeship training, either (1) on a statewide basis, or (2) on a local basis. " , '-, Ie!) If assignment of an apprentice to any worjc performed under a public works contract would create a condition which would jeopardize his life or the life, safety, or property ot fellow emp.loyees of the, public' at large if the specific task to w,hich the apprentice When such exemptions are granted to an organization which' represents contrac:tors in a specific: trade from the 1 to 5 ratio on a local ,or statewide basis the member contrac:tors will not be required, to submit individual applications for approval to local joint apprenticeship committees, provided they are already covered by the local apprentic .. ship standard a • Ii. contractor to whom the contract is awarded, or any SUbcontractor under him, who, in performing any of the work, under t~e ,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 apprentideship program in any, such craft or trade in the area of the sits of the public work, to wbich 'fund or funds other contractors in the area of the iite 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 ehe same basis and in the same manner as the other coneractors do, bue where the trust fund adminiserators' are unable eo accept such funds, contractors not signatory to the trust agreement shall pay a like amount to the California Apprenticeship Council. The c:ontractqr ,or SUbcontractor may add the amount of such c:ontributions in computing his bid, for the contract. The Division of r;abo~' St.andards Enforcement is authorhed eo enforce the payment of','l1cll,"~dl'ltdbutions to tbe fund or funds as set farth in Sec:Hon 221. '" ' ,,:' -... Page 11 · . ! The body awarding the contract shall cause to be inserted in the cont.ract. st.ipulations to effect.uat.e t.his sect.ion. Such st.ipulat.ions shall fix the responsibility of compliance wit.h this section for ,all apprent.iceable occupations wit.h t.he pdme cont.ractor. All decisions of ,the joint apprenticeship commit.t.ee under this section are subject. to the pr~visions of section jOel., (Amended by Stats. 1970, Ch. 1179) 1777.6 It shall be unlawful for an employer of a labor union to refuse t.o accept otherwise qualified employees as' registered apprent.i'ces on any public works, on the ground of the race, religious creed, color, national origin, ancestry, sex, or age, except i!lS provided in Section, 3077, of such employee. (Amended by Sti!lt. 1976, ch. 11791 1777.7 tal In t.he event a cont.ractor willfully fails to comply wit.h t.he provisions of Section 1777.5, such cont.ractor IIhallr (1) Be denied the right to bid on any public perio~ of one year from t.he date t.he noncomp1ii!lnce is made by the Administrator of works contract for a determination of Apprent.iceshiPI and (2) 'Forfeit as a civil penalt.y in the sum of fift.y dollars ($50.001 for each calendar day of noncompliance. Not.hwit.hstanding the provision! of Section 1727, upon receipt of such a determination the awarding body shall withhold from contract. progress payments t.hen due or t.o become due such sum. (b) Any 'such determination shall be issued aft.er i!I full investigat.ion, a fair and impartial hei!lring, and reasonable ,notice thereof in accordance with reasonable rules and procedures p;escribed by the california Apprenticeship COUncil. _ (cl Any funds withheld by the i!lwarding body pursuant t.o this iection ahall ,be deposited in the general fund if the awarding body is a sta~e entit.y, or in t.he equivalent fund of an awarding body if such awa±~lng body is an entity other than ~he .cace. Th~ lnl:erpretation and shall be' in accordance california Apprenticeship 1249) enforcement of Sections 1777.S and 1777.7 with ~he rules and procedures of the council. (Amended by stats. 1978, Ch. It shall be mandatory upon the Contractor, and upon any subcontractor un~er him, to pay not less than the said specified rates to all laborers, workme~, and mechanics employed in the execution of the Contract. It. is further expresa1y stipUlated that the,Con~ractor shall, as a penalty to the City, forfeit twenty-five dollat~ '($lS.OO) for each calendar day. or portion ~hereof, for ,::;: IiAch 1.i!.boteq workman, or mechanic paid less ~han the sHpulated ~\u;~.1"eVUHng rates for any work done under this Contract by him or by , . ::(;~', any ; j~bt:on tractor under .... ork done under this can tract by him or by "',,:;, 411y subcontractor under himl i!lnd Contractor agrees 1:0 comply with "':," All provisions of SeC"t,ion 1775 of the Labor Code. Page 12 · ' l In ,case it becomes necessary for the Contractor or any subcontractor to employ on the project under this contract, any person in a trade O.r occupation (except executives, supervisory, administrative, clerical, or other nan-manual workers as BUch) for .... hich nO minimum ..... age rate is herein specif,ied, the Contractor shall immediately notify the City, .... ho will promp.tly thereafter determine the prevailing rate for such additional trade or occupation and shall furnish the Contractor .... ith the minimum rate based thereon. The minimum r'ate thus furnished shall be applicable as a minimum for Such trade or occupation from the time of the in i tial employment of the person affected and during the continua:nce 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 la .... s, building and construction codes shall be ob served. Machinery, .equi pmen t, and other hazards shall be guarded, or eliminated in accordance with the safety provisions of the. Construction Safety Orders issued by the !ndu~trial Accident comrilission of the State of California. 23~ PA~MENT. Payment will be made in accordance with the attached payment schedule. The ci ty will make partial payment to the Con tractor on the basis of II. 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 unti.l the expiration of thirty-five (5) 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 Contr'act ,as evidenced by , resolution of its governing bodY1 or, if such nbtice be not so recorded within ten days, unti'l the expiration of ninety-five (95) days 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 Co~tractor the whole of the remaining ten percent (lOt' of said contract price so held back as provided, said certificates to be furn'ish'ed by and obtained from the Ci ty' s .representa tive shall, before the last Tuesday of each month, deliver said certificates under hand to the City, or in l.ieu of auch 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 defec.ts, 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 Fag e 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 wr.iting shall entitle the Contractor to the certificates. The payment of progress. payments by the City shall not be oonstrued· as an al:lI,o'lute acceptance ·of the work done up to the time of such payments,· but the entire work is to be subjected to the inspection and app~ova1 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 pub1io utilities, if any, 100ated on the site of construction, but only if such public utilities are not identified by the city in the Plana and Specifioations made a part of the invitation for bids. The City shall oompensate the Contractor for costs. incurred in relocating or repairinq damage to utility facilities not indioated in the Plans and Specifioations, other than service laterals when the presence of such utilities on the construction site can be inferred from the presence of such viBib1e facilities as buildings, and metera and junction boxes 01), 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 oaused by the f!lilure of the City, or other public utility, to provide for the relllOval or relocation of the existing utility facilities. .If the Contractor while performing the Co,ntract di.scovers utility facilities not identified by the City in the Contract plans and Specifications, the service laterals as hereinabove described, he Shall immediately notify the Ci ty in wri ting. 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 oaus.d by an Act of God. "Acts of God-shall include only the following occurrences or conditions and effectBl earthquakes and tidal waves, when .such occurrences or conditions and effects have been proolaimed a disaster or state of emergenoy by the Governor of the State of california or by the President of the United States, or were of a magnitude at the si te of the work sufficient to have oaused a proclamation of disaster or. state of emer.gency having occurred in a populated area. Subject to the foregoing, the City shall ,,"ot,', in any -",ay or manner, be answerable. or suffer 1.OllS, damage, expense or liability for any loss or damage that may bappen to said building, work, or equipment or any part,thereof, or in, Page 14 c on, or about. t.he same dur ing i t.e ,construction and accept.ance. before' 26. ,CONTRACTOR'S GUARANTEE. The ContractoF .unqualifiedly guarantees t.'he first.-c1ass quality of all workmanship and of all mat.eria1s, apparat.us, and, equipment used or inst.alled by him or by any subcontract.or of supplier hi the project. which is .t.he subject. of t.his Cont.ract, unless a lesser qualit.y is expressly authori:zed in t.he plans and Speci Hcations, in which 'event the Contractor unqualifiedly guarantees sU,ch 1eS.!ler qualitY! and that the work as performed by t.he Contractor will conform wit.h the plans and Specifications or any written authorized deviations therefrom. In case ·of any defect. in work, materials, apparat.us or equipment, whether latent or patent, revealed to the Cit.y within one. (ll year of the~ate of acceptance of completion of this Contract by the City, the Contractor' will forthwith remedy such defects without cost to the City. - 27. LIQUIDATED DAMAGES. Time shall be of the essence of this Contract. If the Contracto'r fails to complete, wi thin the time fixed for such completion, the work hereinbefore mentioned and described and hereby contracted to be done and performed, he shsl1 ,become liable to the City for liquidated damages in the sum of ONE HUNDRED FIFTY AND OO/lOO-DOLLARS ($150.00) for each and every working day during which said work shall remain uncompleted beyond suchtillle fO,r completion or unlawful, extension thereof, wh,ich 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 hereunde~, or his assigns and successors at the time of completion, and. his sureties shall be liable to the City any exces •• ""28. -ADDITIONAL PROVISIONS. None Page 15 '. CORPORATE ACKNOWLEDGMENT Shiteof California County of _San_ta __ Cl_ar_a ___ } 5S. 10FFZCIAL SEAIl ~ r/wI:>(!)I:>(!)IIlClIllCl/w~~I:>(!)I:>(!)~ . .--JOHN F. BERGER ~ '" e NOT!>.RY PUBLIC -CALIfORNIA l'l i . '. SANTA CLARA COUNTY ~ g 'My Commission expires Mar. 26, 1991 2 .(;l<.:1Gf!JGf!JGf!JG>:iGf!JGf!JGNi6w!"""'(J:)(,w&NJG>!>r. NO.2<J2 On this the 20th day of _--.:J:.:tIn=e=--_____ 19 88 , before me, John F, Berger ----.... --------------- the undersigned Notary Public, personally appeared '!bad J. Corbett [X personally known to me o proved to me on the basis of satisfactory evidence to be the person(s) who executed the within instrument as Vice-President or on behalf of the corporation therein named, and aCkno)fl1Ji?dged. to ~ that the corporation executed II. WITNESS my h;06/and offi~seal. :-.A~ ~ _ P.O. No. IN WITNESS WHEREOF, the parties have executed this Contract, 1n duplicate, the day and year first heroinabo.ve written. Approved city Attorney , . Notary acknowled~ent required. I! a corporation, corporate aeal and corporat.·notary . ac:knowlea~eDt required. CITY OP CUPERTINO Ci ty Cleda CONTRACTOR 1 Byt Project. Name and Number I. 1987-1988 MISCE~LANEOUS WATER MAIN REPLACEMENT, PROJECT, PROJECT 88-109 Contractor. Name t PACIFIC UNDERGROUND CONSTRUCTION, INC. ·P.O. Box 2185, SARATOGA, CA 95070 CODtnc,!; i.D!~untl TWO RUNbRED THIRTY THREE THOUSAND TEN AND 00/100 DOLLARS ($233,010.00) CODUal:lt.· Account:. Numbert-610-7001-953 page 16 ". PROPOSAL 1981-1988 MISCELLANEOUS WA~~ ~AIN !l::PLACEMENT PROJECT, PROJECT a8-109 U, n der~roc\, b,-t A TO: rna Di=ector of Public Works. City of Cuper~ino, State of California: Dear Sir: In compliance wi,h the Plans and Specifica,ions furnished for the 1981-88 ~~s­ cellaneous water Main Replacement Projec" Project 88-109, I, the undersigned, hereby declare that 1 have read the proposal requirements and hereby propose to do all work required to complete the said work in accordance with the P!ans and Specifications for the amount sec forth herein on che incorporated schedule. The vork involved shall include. but not be limited to: install 6" and a" vacer mains, house wate4 services, abandon existing water mains, install fire hydrants including all necessary appurtenances. A hid bond in the amount of 10% is required. hoard shall he to the lowest ~ualified bidder; however. the City Council reserves the right to reject any or all bids. 4'" .. ,1 PROPOSAL "PAGE 1 of 7 ," .' ! BID EST. Q'I'l'. In.>! WI!' DESClUJ?'l.'IOH WIT PRICZ ~SIOH "V -oG 1 2145 LJ: 6" D.I.P. Water Main. ____ _ $ '?'? ILF $ 7076'5 -i 2 3293 LF 3 2 Eo'>. 4 2EA 5 31 EA 6 44 EA 8 "f""rlliZ."'l"'{ .-nttz:~ \::0 w..A£2.."> Dollars/Ll! an D .. !.?~ Wat:er Dollarsl,LF Fire Hydrant Assembly ___ _ '::(i.lJeJri ~ 8J,) . .:'l:1il.@ Da.l...All-., Dollars/EA .. $ Z:SCO ~ EA $ 4-&co c;? , Remove E:dsl:ing Ere Hydrant and $ Z5b~EA.$ 5'oCJ.9$ Bury -i\.. A?H .J!-J Qv.J;:.'Q-J./J 17 ~ Fri l7t:UA'Z-"'S Dollars/EA Waur Service (Long Side) __ _ Dollars/EA Water Service (Short: Side) __ £:!. ...,. $.~ lEA $ 1.-->, ZOO '1J.:l!1.1fE t.t LlI.)p~v 'D::J:.tA1Z.? Dollars/EA Abandon E::ds'ting Water Main_' _ -ca~ +IOI-.JOIZe'Q ~ Dollars/LS . . Connec'tion to Existing Water Main . NliJ/;f I=!!QV?W'V Y<) t..l.J¥4<;. Dollars/LS O'Q ail 9 1 EA Remove Exisdng Blow Off Assembly $ Z5D lEA $ zSt - and Connect 1:0 Existing Water Main . -ruJo4,IJ~ h-iO Apt{ vol..!.M..<;,. Dollars/EA -.. ~. .' -. ,,' .' ;'" . ',:" . , .. ' -,' , -. , ,,-., " " . 10 30 EA R~cve ~~is:ing Meter Boxes and Replace wi th He· ... !?<' .. ;rt1'( i=O..:>TL-::"Oo:--~-<-I..A----=--=><'''''.,,--- Doltars/ EA TOTAL BID AMOUNT $ "Z:?? 0 !O- Iwa ;.(Wuve;;:;:? ~O 1iIilllYT!-If2G:E1HJUSAJJD A,JOifE:JJ % 1A.::u.AIZ:5 TOTAL BIn A.'!OUNT IN WORDS . . " .. '" .. PROPOSAL ~AGE j of 7 . "'~'. -: . .' , ..... "':"'~" ""," -1', :~e undersir-ed, agree tha.e i.E this proposal is ac.c.er!l:ed., t ·,.,i11 e::.ee::-i!::~ a CQnc~sc: '--ith the City of Cupe::-:i:lO' eo provide all necessary t:Achi:le::7J t{lolst a?pa=,c~s, and oeher ~eans ot conseruc=!cn and do all e~e vo~k speci!!ed in c~e contrac: in t~e ma~er and ci:e speciiied. I, t:~e u~de=s~gned declare t~a~~:~is bid is cade ~it~out: connec:!on Yie~ any person. fi=: ot" ccr:PQra t.ion, maki::lg a bid for t~a same *:Iork,. and is 1::1 all respeccs fair and ~ic~ouc collusion or fraud. I, e~~ c~ee=sig~edt recognize thac t.he,Oireccor of ?~olic Works of the Cicy of Cupe::o,::'::o ~ .. i.ll r2Sar--.re che r:'~ht. co establish the prio:;:'c:, of Ol.'!.e JOO over 4n-Ocne:r and eac~ sea='::'~g dace ;.rhere conflict -or c::n::.se'!'t.:c:iotl scheci.ule,s oc.:''..l!'. Ac~ac~ed here co is c~e re~uired carcified check or bid bond i~ che a:ou~c of ~ -;i?/dh-C'.; 2P.vn , as reGuired by l.s.\t at:.d ::;~e Noc:'c.e (lOX of hid ~ounc) co ilidc!ers. / ,. >0. " 'f " Prc:rposal Pag"" of 7 ~ .. , I~ furc~er co~pl!a~ce ~ich t~e specifications furnished. t~a undersig~ed, subcl~s the' folloving statement.S as to hi"s e:<tlerienc.e and to his auali:ica.::iotls as' a. pa.r': of this proposal, a.n.d \ the t:"",J~hiulr .. ~s.s a.nd ac.::t:.:-st:1cy of ·t:~ .. e infor::a- cion is he:eby guarAnce~d. (1) Roy zany years "has your organi%acion been in business und2rics I'resen~ name? .::;::-:;-)(". (2)' Eo~ ~ny years ex?e:ien~e in vor~ comparable ~i~h Chae required unde= t~2 proposed eont=ae= has jour org4niz~ei~n ha,d . by this or any 0 che::-n.;.:.e? 15y~:::.. 0) Conera~torJ s License No. W:;J?Y' )9 • Seate of California. Class ifica~:!.on __ £:.42..-_______ _ (4) Lise ~ork similar in chara~:.r to cha~ re~uired in the proposed contract ~hich your orgauiza~ion or personnel in your orgauizacion, has complet:ed yithin the past 3 years. Class, Location of Work and for ~no~ Pe~fo~ed PROPOSAL PAGE 5, or 7 ..... " .,~" ,"' .',,: .'.'- -----,--'--- .' Na:a 0: ?=o~ose~ Sub-c:cc=ac:ors. ~~ any (SeC:~on 4104, Gaver~en= Codel l. J/4 1. 3_ 4. S. 6. Add=ess if Shop or otfice (Secc~on -104, Gove=~enc of Sub-conc~accors Code) 1. _____ ~.H,7/~~A=, ___________ _ 2 _________ ~------------------------------------------- 3 ___________________ ~---------------------------------------- 4 _________________________________________________________ _ 5 ___ ~----------------------------------------------- 6 ___________________________________________________ _ Work co be Perio~ed by Sub-contraccors (Seccion 4104, Government Code) 1-114 2. 3_ 4 • .5_ 6_ PROPOSAL PAGE 6 OF 7· ..... .. ., " ... :", : •. ~ ..... "" -.r":-• , • ': •• '. R ',' " '. '" ,.' . " ............. " w .,' • ·~ .. 'I. I -. t 1::' ·lOU .!Jt! .t..'t !~{Dr.VrDU.Al.. SO S'!A!! ~ !'! ~'OU .. A:.£ A. :!.::C"! O,:~ C~-?~e...?~~;E:?_SEZ'? l S";:'Ar:::: !~:;: n:?~'! :l;~"!!: AND US1: I"f.E MA."!!:S OF .Ul. nID!t;~DUAL CO-?'3 .. 1::'nS COM?OS:CIG :::'::E F!3..."i. 1': A. COE'ORA!'!ON) STATE LEG}..!.. S,P. ... ,,!::: or CORPOR...1~!;:'ON I • .\.150 I ~;'1-!:::5 OF ?U5!!)E:'lT, £EC?..E!.\..!'.'!-T?..E..'.SUR:.""'R A.'1'D ~_WAGE:?. I"rlE CORPOR..',!! SE..u, MUS!: 3J:: AH!XE;:J. Addendas Received: 2 3 4 Corpora:::.on Joi:1t Ot:ter (Desc::::'be) Name and Signature of Bidder: Address (Boch mailing and locacion addresses): . telephone Number: 5 PROPOSAL l? AGE "r:. OF 7 "I -....... _. ... t • 1988 CAPITAL IMPROVEMENT PAYMENT SCHEDULE QUAi.'1TITIES CUT-OFF DATE CHECK RELEASE DATE E"RIDAY j :00 P.M. FRIDAY December 18 January 1 January 15 January 29 February 12 February 26 March 11 Merch 25 April 8 April 22 May 6 Mey 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 Decetr.ber 16 December 30 .. -..... . . : . .... ",; .',' . " " ;,.' .:., ... . .... ,. '-'. " . " .. , .... Curtis Day & Company 50 Fremont Street San Francisco, CA 94105 THIS CERTIFICATE IS ISSUED AS A MATTER' OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANY A LOITER Northbrook Property & Casualty ~~~~----------------------------------~ COMPANY B INSURED LOITER PACIFIC UNDERGROUND CONSTRUCTION, P.O. Box 2185 Saratoga, CA 95070 BPP0606258 CA0606259 WC0606261 POLICY EFFECTIVE OATE (MMID[)!'{Y) 7/01/87 7/01/87 7/01/87 7/01/88 7/01/88 7/01/88 EN;" OCCURRENCE DESCRIPTION OF OPERATIONS/LOCATIONSIVEHICLES/AESTRlcnONS/SPECIAL ITEMS RE: Water Main Replacement Project, Contract Amount $233,010.00 City of Cupertino 10300 Torre Avenue Cupertino, CA 95014 1188-109, and ALL CALIFORNIA PROJECTS [see attached additional insured endorsement] PIRATION DATE THEREOF. THE ISSUING COMPANY WILL~ MAIL 10 DAYS WRITIEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT F~~~~~j(llI~ REPRESENTATIVE POLICY NUMBER: . BPP0606258 COMMERCIAL GENERAL LIABILITY t THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADOITIONALINSUREO -OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the followin!!,·"". ~ COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: City of Cupertino and the County of Santa Clara (If no entry appears above. information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule. but only with respect to liability arising out of "your work" for that insured by or for you. The City of Cupertino and the County of Santa Clara are hereby added as additional insureds with respect to the Water Main Replacement Project, #88-109. CG 2010 1185 Copyright. Insurance 3iervices Office. Inc .. 1984 o ACKNOWLEDGMENT BY SURETY " • STATE OF CALIFORNIA County of SAN FRANCISCO on this 16TH day 01 ____ --'J!.JUN~E!L __________ __,.in the year JANIS M. DUNIVIN Notary Public 1988 • before me personally appeared _______________________________________ _ DAVID WEISE 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 and acknowledged to me that he Ishel subscribed the name of _________ _ FIDELITY AND DEPOSIT COMPANY OF MARYLAND theret" as Surety and his (her, own name 35 Attorney-in-Fact. IN my hand and affixed my QfflGi.al Seal. at my off e in the afores~id County. the day and r, year Notary Public CORPORATE ACKNOWLEDGMENT State of California. County of Santa Clara } $S. NO. 202 On this the 16J::!!day of ____ Jun=e=-____ 1gf!8 ,before me, Jolm F. Berger the undersigned Notary Public, personally appeared Thad J. Corbett :g;) personally known to me o proved to me on the basis of satisfactory evidence to be the person(s) who executed the within instrument as Vi"ce-Presi dent or on behalf olthe corporation therein named, and to me that the corporation executed it. WITNESS I ( ;; Bond # 30140108 Premium: $4495 FAl'I'HFUt. PE!!FOllMANCE BOND KNOW ALL MEN BY THESE PRESENTS: tHAT WE, PACIFIC UNDERGROUND CONSTRUCTION, INC. as Principal and FIllELITY AND DEPOSIT ~OMPANY OF MAHYT,AND as Sure:y are held and firmly bound unto tbe City of Cupertino, State of california, in the sum of TWO HUNDRED THIRTY THREE: THOUSAND TEN AND 00/100 Dollars ($ 233,010.00 _) laMful money of the United Statas, for the payment of whioh will and truly to be made, we bind ourselVes, our heirs, exeoutors, suecessors and assigns, jointly and severally, firmly by these presents. tHE CONDITION of the above obligation is euch that, WHEREAS, the Principal has entered in:o a contract dated _________ _ with the Obligae to do and peX'form the following work to-wit': 1987-1988 MISCELLANEOUS WATER MAIN REPLACEMENT PROJECT, pROJECT 88-109. NOW, THEREFORE, if the sa1d Principal shall well and truly perform the work contracted to be pe~formed under sa1d contract, then this obligation shall be void; Otherwise to ~$ma1n in full foroe and effect. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety this 16TH day of JUNE 19~. (to be signed by Principal and Surety and acknawladgment.) PACIFIC NC. - • FIDELITY AND DEPOSIT COMPAliY OF MARYLAND Surety By: \) Q"V \ cQ 4J-e \ flR Attorney-in-Fact, DAVID WEISE The above bond is aocetlted and approved this _--,day of _______ , 19_. / \ Bond # 30140108 Premium: included in performance LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTI WHEREAS, the City of Cupertino, State of California, and PACIFIC UNDERGROUND CONSTRUCTION. INC. bond RBCltlVGD ~~JN 1 719M hereinafUr desigruloted as "Principal" have elltllred into or are about to enter into a contract providing for the installation. construction, and erection by Princ1pal of certain improvements more particularly described in said contract; and incorporated herein by referenoe. WKI.WS, said P,rinoipal i& nquired to furnieh II bond in connection with said contract, providing that if seid Principal. or any of his or its sub- contractors, shall fail to pay for any material •• provisions. provender or other $upplic9 or taams ueed in, upon, for or about the performance of the work contracted to be done. or for any work or labor done thareon of eny kind, the Surety on said bond shall pay the sallie to the e~tent hereinafter set forth; NOW. tHEREFORE. we, the Principal, $ld _' ____________ _ FIDELITY AND DEPOSIT COMPtu,Y OF MARYLAND as Surety. fi~y b1nd ourselves, our executors, administrators, successors and assigns, jointly snd ssv$rally. unto ths City of Cupertino, and any snd all materialman. person&. Companies. or corporations furnishing matlr1als. previsions. provender or otbar supplies used in, upon. for or abut the perfor- manoe of the aforesaid work oontracted to be e~ecut.d or performed under the contract hereinabovil mentioned. and incorporated herein by reference. and all persons, companies or corporations lending or hiring tQamJh implements or machinery, for or contributing to said work to be donA, and all persons who perform work or labor upon the same. and all parsona who supply both work and materials. whose claim has not bean paid bv PrinCipal or by any other person. :l.n the Just and full sum of _______________ -___ _ TWO HUNPRI:lD THIlITY -THREE THQUSAND :!:EN AND PO 11 00 1l0t.!.ARS _______________ --" __ ($ 233.010,00 ). THE CONDItION OF tHIS OBLIGATION IS SUCH THAt if sa:l.d Prineipal. his or ies subcontractors, heirs. executors. administrators, successors or assigns, shall fail to pay for a~y materiels. provisions, provender or other supplies or teams used in. upon, for or about the performance of the ~ork 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 sucb work or labor. or any and all damages arising under the or:l.g:l.nal contract, th~n said Surety 11'111 pay the same and also Will pay in caes suit is brought upon this bond. such reasonable attorney's fae aa shall be fixad 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. 60 as to give a right of aot:l.on to them or their ass:l.gns in any Suit brought upon this bond. • CORPORATE ACKNOWLEDGMENT State of Qllifontia_ } County 01 _San~ta_ c_'_a_ra ____ • 5S. 8fJCIC!Itl<9tl<9C1C!1tl<9I;(9tl<9C1C!1~CIC!IIl1(!)Il1(!)Il>I1 g e-OFFICIAL SEAl) ~ S '.""..' JOHN F. BeRGER ~ ~ <. \.' NOTARVPUBlIC. CALIfORNIA ~ ~ . .". SANTA CLARA COUNTY 2 li! My Commi$Jion E"pires Mar. 26, 1991 2 ~G><:1G>:lG>:lG>:lG>:lGl<l.lG>:lG>:lG}~G>:lG><i""'Gl<I.lG><"1lc NO. 2:02 On this the 16th day of __ -.:::Jtm=e=--____ 19 88, before me, John F. Berger ---- the undersigned Notary Public, personally appeared 'lbad J. Corbett --.... ------------------- eJ personally known to me o proved to me on the basis of satisfactory evidence to be the person(s) who executed the within Instrument as " or on behalf of the corporation therein ACKNOWLEDGMENT BY SURETY STATE OF CALIFORNIA 1 Countvof ____ =SAN~_F~RA~N~C~I~S~C~O~ ____ ~ ____________ lss on this 16TH day of ____ -OJ:..:UN=E"-______________________ ---;, in the vear JANIS M. DUNIVIN Notary Public 1988 ,before me personallv appeared ;:;-_____________________ . DAVID WEISE personallv known to me (or proved to me on the basis of satisfactory evidence) to be the person ~hose name is subscribed to this instrument as the Allorney-in-Fact and acknowledged to me that he (she' subscribed the name of __________________ _ FIDELITY AND DEPOSIT COMPANY OF MARYLAND theretv as Surety and his (her) own name as Attorney~in .. Fact. IN WITNESS WHEREOF. I have hereunto set my hand and affixe y Official Seal. at my offica in the aforesaid County. the day and vear in this c r:t(i'f'C fr O~CIAL'~' I~ ~ '. JANIS M. DUNIVIN .", NOTAAV puauo -CALIfORNIA ~ FrancJ!lOO COunty ¥. ___ .' ... ~_~~! ~'.!·.'~'.II9L Notary Public , . . ' :. r.abor and Material lIond Page Z . / . . . And tne said Surety. for value raoeived, hereby stipulates, and Agrees that no ~hange, axtenaion of time, altiration or addition to the term~ of the contraot or to the work to be performad thereunder or the spacifications aocompanying the same shall in any wise affect its obligations on this bond. and it does hereby waive notice of any such change, ext.a.ion of time, alter- ation or addition to the te~e of the contract or to the work or to the speci~ ficaciona. IN W~TNESS WHEREOF, this i~strument haa beQn duly executed by the Principal and Sunty this 16TH day of JUNE • 19:~8",8,--_ (To be Signed by Principal and Surety. Notary acknowledgments required.) FIDELITY AND DEPOSIT COMEANY SUt'll Y OF MARYLAtlD . , ~\jl\~~. gYI~~~~~~~-----------­AtCOTna~in-Fact David Weise The above bond is accepted and approvad this ____ ~ __ day of 6/17/85 S0'd 'lSNOO GNnOo803aNn DI~ID~d , .' , , , ., ~ ., JUlOEIVED !IIJN 1 11fletl PQwer of Attorney jl'I' 1m ,~ tA/t'\RKS FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OfFICE. BAlTIMORE, MO KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation 01 the Slate 01 Maryland. by R. W. BUDDENBOHN • Vice-President. and M. J. SGHNEBELEN , AMistant Secretary. in pur ..... nce 01 authority granted hy Anicle VI, SectioD 2, 01 the By-Law. of .aid Company, which are ",t forth .on the reverse •• ide her,,?! and '!'" hereby certitied to he, in,!u11 force !"''k'U,:ct on the date hereof, doe. hereby nominat •• constitute and appomt DaV1d We1se of San Francl.fi'Cio), Ga11f1N:h1a •••••.••••••••••••• , , ~ i.~"J ~ .. ;.~ ~,'::.~, ~ y' On this 18th day of December , A.D. 1987, betor. the subscriber, a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above-named Vice-Pr.sident and AMistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and olli""", described in and who executed the preceding instrument, and they each aeknowledged the execution of the same, and being by me duly sworn, sevorally ~nd each for himseU deposeth and s.ith, that they are the said olficers of the Company aforesaid, and that the ",al affixed to the preceding instrument is the Corporate Seal of said Company, and that the .aid Corporate Seal and their si8naturee ... ""h officors were duly offued and suhscn'bed to the said in.tnunent by the authority and dirootIon 01 the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of Baltimore, the day and year Imt above written. ~~:"'~~J Notary Public ComJi:iODE '.. 1 ), 1990 CERTIFICATE I, the undersigned, AMisumt Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certiIy thet the original Power of Attorney of which the l'oregoing is a full, true and oorrect copy, is in full force and .Ue .. on the date of this certillCatel and I do further certify thet the Vice-President who executed the said Power of Attorney was one of the additional Vice- Presidents specially authorized by the Board 01 Directors to appoint any Attorney-in-Fact a. provided in Anicle VI. Section 2. of the By-Law. of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, This Certificate may be 'i8ned by facsimile under and by authority of the folloy,ing resolution 01 the Board of Directors 01 the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July. 1969. RESOLVED: "That the facsimile or mechanically reproduced .i8nature of any AMistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the .ame force and .Uect a. though manuaUy affixed," IN TESTIMONY WHEREOF. I have hereunto .uhscrlhed my name and affixed the corporate seal of the said Company, this 16 TH day 01 JUNE , 19 88. ) r ~ -r,-!-v,.,fi 1-..-. 016-0187 ~ --_-v~ . , '. ,. EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice~President, or any of the Seuior Vice- Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence or the Secretary or anyone of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business o( the Company may require I or to authorize any person oc persons to execute on behaU of the Company any bonds, undertakings, recognizances. stipulations, polioies, contracts, agreements~ deeds, and releases and assignments of judgemenlS~ decrees, mortgages and instruments in the nature of mortgages, .. ,and to affix the senl of the Company thereto:' LI4-28b \ r~~J[CT"""""T" nLE ItO ........ " ••• Sf9 QrEIiI~G c~TL". ceCA TiO~" ......... . 10· v,I.I\ WATH Hi\i~ 1 S' O.I.P. WATER ~AIN :; FiRE HVDAAIH A5SE~ilLY 4 RE~(]¥E EHSTHW Fl Rt: HmANI A4D BU~Y 5 wms SERVi(E (LONS St~E} b wms SERlICEISHORI SIOEI 7 ABANDOH n. HATER MIN 1 101m. TO EX. IAIER ~MH 9 REMOVE E!. ,W' 11Ft t9Si~\qgS Kt3CELLANEOllS I:ATtR l1Alll REftACEI'IEfH 90,4Z4 ~AY 10. 19B! CiTY ~Al.L ENGINEER', ESWh\iE PAClnc liiiCERGROUtlO CONSTF\l;;:nou1 [NC. 2145 l.F. 3-l.CO 72 1930.CQ ';;3.00 7,1,!S5.M ~29~ L.P. ,;)8.00 J2'3,U4.0(1 35.{J(1 !lS,255.tJO 2 EACH 1,950.00 5,9M.00 ',-3'}{I.(I(\ ~.btiO,OO 1 m4 000,0(1 IjMv.(lO is(l.OO SO~.OO 31 EACH f.,75.0i) 2v,m.OO 100.00 15,SO(l,OO 4l EACH lbO." 15JB~O.(lO 4<10.00 IS/2M,i)!} I L.S, 4,O~O.O~ 41O(l().{l(l 1/4QIi.OO l]40(l.(I() ! l.S. 9,(01).00 9 ,QQQ.OO \,000.00 S,QQ'.O~ lEAC4 500.0>:1 5M,vC 25(1.(1(1 250.00 AS5t~lli:l I CON~. TO El. i4lER MAW 10 REIlQVE EX, ~Em BUiES 3~ EA~H 173.00 S,iSIi.OO 04.00 2,520.0(1 ANO REPlACE ilTH IIEW I-!\'D~O TECH riPELlNt, [NC. vtl/::'S flrElI~E CONST. LJ. ;':RHCH PIPELINE ENG. tiL. INC. 3b.~O n.220,t,:J ll.40 75.931.00 )1.50 iv.m.5,) 41.00 1:SB,~06.00 3a,{li) J.25, rH,{IO 31.7<; 130/732.10 2,J2S.0~ 4,lS0.00 11950.00 3,900.00 2,11).QO 4J3~4.~O :15(;,(1() 7M.Ov 3(lQ.OO 000.'0 228.00 4:5b.M lOO.·" 9 )Z.(IO,!ii) i50.00 iJjZSO.OO Ibb.SO :13:,'01.5(1 250.00 11 ,OQiJ,(I(l lOO.OO 11 ,6-0(1,1}(1 197.00 'H,42B.C.0 7,OQO,03 7,000.00 t ,2\10.00 1,200.00 501.(1(1 56-1.00 13,O{lO.OQ 13rOOO.00 II,ISO.OO 1~!450.(l0 116b4.M 1,6M,(l0 300.00 300,00 I,WO.OO 4,501),(1(1 B1t .00 un ,00 l~4.(lO 4,\1:;:0.00 ,0.00 9~0,OO m.oo ,,180.00 WEET VAttEY CGlGi, CG •• INC, 35.M 75,075.00 '~.M 131,710,Q(1 2,SOO.(J~ 5j O(10.00 700.00 1 j4v{l.{li) 90(1.(\0 29,76(1.00 125.00 1.,iOO.OO Zj7M.O~ 2,7{1(I.OO 12,45\1.00 12,ISO.M '1'00.00 90MO 120.00 31b(lO./j0 ",::::===::==========::::::::::::::::::::=:::==:::=;:;:::=:;:::=========::;::; .. ::::::==:::::::=====::::::::::=:::=--==:;:;:;::;::::::::::::::::=::::::::::::=::==="'=========,,====;;;;:z:;;;====::========"'''''''''''''''''''=::===:==:::;::;-;=::=::===::::::======::::::::::::====:::::!:::::::======::==:::;;;;;;;:;:;;;;;:;: 10 I At 261 1079.0V 233,010.00 265,096.00 1.1,161.00 . 268,025..10 21H,3;)S.% DETRICK CORPORATION LEWIS & TI88ITT5 MANUEL C. IARDIM, INC. FEE CONSTRUCTION, INC. EDWARD 3. PESTANA WILLIAM CAPRISTA CONSTRUCTION INC.UNDERGROUND ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 6° D.I.P. WATER MAIN 2145 L.F.36.00 81,510.00 36.00 77,220.00 42.15 90,411.75 45.00 96,525.00 42.00 90,090.00 45. 35 97,275.75 2 8' D.I.P. WATER MAIN 3293 L.F.40.00 131,720.00 41.00 ' 135,013.00 43. 15 142,092.95 49. 00 161,357.00 49. 00 161,357.00 46. 70 153, 793.10 3 FIRE HYDRANT ASSEMBLY 2 EACH 2,000.00 4,000.00 2,380.00 4,760.00 2,265.00 4,530.00 1,600.00 3,600.00 3,000.00 6,000.00 2,350.00 4,700.00 4 REMOVE EXISTING FIRE' 2 EACH 500.00 1,000.00 1,200.00 2,400. 00 83.65 167. 30 250.00 500.00 500.00 1,000.00 550,00 1,100.00 HYDRANT AND BURY 5 WATER SERVICE (LONG SIDE) 31 EACH 800.00 24,800.00 800.00 24,800.00 827.00 25,637.00 700:00 21,700.00 800.00 24,800.00 1,260.00 39,060.00 6 WATER SERVICEISHORT SIDE) 44 EACH 700.00 30,900.00 750.00 33,000.00 690.00 30,360.00 350.00 15,400.00 600.00 26,400.00 500.00 22,000.00 7 ABANDON EX. WATER.MAIN 1 L.S. 500.00 500,00 1,000.00 1,000.00 1,755.00 1,755.00 1,000.00 1,000.00 10,000.00 10,000.00 6,920.00 6,520.00 8 CONN. TO EX. WATER.MAIN 1 L.S. 1,500.00 1,500.00 3,600 An 3,600.00 17,080.00 17,080.00 24,750.00 24,750.00 15,000 An 15,000.00 16,600.00 16,600.00 9 REMOVE El. BLOW OFF 1 EACH 700.00 700.00 500.00 500.00 465.00 495.00 500.00 500.00 2,000.00 2,000.00 1,385.00 1,385.00 ASSEMBLY & CONN. TO EX. WATER MAIN 10 REMOVE EX. METER BOXES 30 EACH 200.00 6,000.00 300.00 9,000.00 115.00 3,450.00 100.00 3,000.00 100.00 3,000.00 55.00 1,650.00 AND REPLACE WITH NEW TOTAL 282, 530.00 291,293.00 315,969.00 328, 332.00 339, 647.00 344, 473.85 14.". tBERT CORF. \ iI" C.l.f'. WATER !'lAIN ms u. 41.2(', 101,244.00 0.00 0.00 (l,Ili'S :;.00 0.00 2 S" :'.!.? WATER MUI 32!f:l L.r. 63.Q~ 2G1,459.i)(1 (!.C\I 0.00 I).(i~ ;).0(1 (/,00 :s FIRE HYlm~lH i\SSEl'!BLY :£ EPCH 1,llS.00 4,m.OO C.OO (I,i1i) Q.QQ C,{1Q 0.00 4 RElfilVE EXISTING FIRE 1 E4CH 550.00 1,li){l.QO lLOO {I.ot! iJ.OQ O.OQ G .00 HY£IWH AND FURY 5 wmq "RVICE (LONG SiDEI 11 EAC~ 995,M j~,e45.flO a.co 0.00 o.~ 0.00 0.00 ~ iitHER SEftVICEUiHORT S mEl 14 EACH m.50 :H,922.{I0 0.00 0.00 0.00 0.00 0.00 7 A6I\m~ EX. WAIER MAIN I L.S. 438.0(1 43a,OO 0.00 0.00 0.00 0.00 0.00 S CO~H. ID EX. WAIER HAlH I loS. 7,725.00 11725.00 O.QO 0.00 v.QO 0.00 0.\10 9 REMOVE El. FLOW OFF I EACH 2!~.00 26g ,1)0 0.00 0.00 0.00 0.00 0.00 ASSEMBll ! COHN. 10 E!. WAIER MIN 10 RElnVE EI. MEIER EnlES 30 EfiCH :29.00 1.,90.00 ~.CO ~.OO {i.flO 0.00 O.OQ AlID REPLACE ilJH HEi ",-.