Loading...
88-052 Rosendin Electric, Traffic Signal Modification, Mary Ave and Stevens Creek Blvd, Project No. 5006/ . • CONTRACT FOR PUBLIC WOR~S CONTRACT made on ,~/ SJ /1 r f' by the CITY OF CUPERTINO, a municipal corporation of the State of California, hereinafter called the CITY, and ROSENDIN ELECTRIC, INC. ,hereinafter called the CONTRACTOR. • IT IS HEREBY AGREED by the parties as followsr 1. THE CONTRACT DOCUMENTS. The complete contract consists of the following contract documentsl A. Plans and Specifications for TRAFFIC SIGNAL MODIFICATION MARY AVENUE AND STEVENS CREEK BOULEVARD, PROJECT 5006 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 as called for, and in the manner designated in, and in strict conformitr with, the plans and Specifications prepared by: Mr. Bert J. V skovich, Director of Public Works and adopted by the City, Which Plans and Specifications are entitled, respectively, TRAFFIC SIGNAL MODIFICATION MARY AVENUE AND AND STEVENS CREEK BOULEVARD, PROJECT 5006 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 Ci ty I 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 ab~ve agreed to be done, the sum of: TWENTY EIGHT THOUSAND SIX HUNDRED NINETEEN AND 00/100 DOLLARS ($28,619.00) subject to additions and deductions as provided in the Contract Documents, per Exhibit, "AW 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 re,specting 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 aqreement 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 aqree. S. PERMITS, COMPLIANCE WITa LAW. The Contractor shall, at his expense, obtain all, necessary permits and licenses, easements, efc., 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 irispection 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 \'IORK AND CHANGES. Should the Ci ty at any time during the progress of the work require any alterations, Page 2 deviations, additions or: omissions fr:om 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 accorda.nce 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 ~ork shall be performed or change be made except by a written order from the Ci.ty, 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~r an addition to the contract sum shall be valid unless so ordered. e. CHANGES TO MEET ENVIRONMEN'fAL 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 wi th the rules of the American Arbi tration 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 ag'reement of the parties, or .tn accordance wi th the rules of the American Arbitration Association if the parties are unable to a1l'ree. 10. TIME FOR COMPLETION. All work under this Contract shall be completech ON OR BEFORE JANUARY 20, 1989 PLUS THE NUMBER OF CALENDAR DAYS BETWEEN BID OPENING AND THE EXECUTION OF THE CONTRACT. 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, unusu~l delay in transportation, unavoidable casual.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. This paragraph does not elCc1ude the recovery of d~mages for delay by either party under other provisions in the Contract Documents. Page J ll. U'SPECTION AND 'rESTING 'OE' MATERlALS.. The Contractor shall nottfy 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. 1£ 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 intent~on 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 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 HAKE APPLICATION THEREOF. In addition to the amount which the City may retain under paraqraph 21 of this Contract until the final. completion and acceptance of al~ 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 JUBt 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 Cont~act 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 ensare 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. Paqe 4 14. NO~ICE AND SERVICE THEREOF. Any notice from one party to the other under this Contract shall be in writing, and shall be dated and siined: eittler by the party givinq such" notice, or by a duly author zed representative of such party. Any such notice shall not be effective for any purpose whatsoever unless served in the following mannerr (al if the notice is given to the city either by personal delivery thereof to the city Manager of the Ci ty, or by deposi.ting the same in the Uni ted 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 atl P.O. BOX 5061 SAN JOSE, CA 95150 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 Statel mails, enclosea 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 qiving the notice, posta."e prepaid and certlfted. 15. ASSIGNMENT Oli' 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 tlle city. 16. COMPLIANCE WITH SPECIFICA'UONS OF MATERIALS. Khenever 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 aqrees in writing to some other material, process or article offered by Contractor whicb is equal in all respects to the one specified. 17. CONTRACT SECURITY. Tbe Contractor shall furnisb a surety bond in an amount at least equal to one bundred percent (lOOt) of the contract price as security for the faitbful performance of this Contract. Tbe Contractor shall also furnish a separate surety bond in an amount at least equal to one bundred percent (100\' of the' contract price as securitr for the payment of all persons for furnishing materials, prov sions, provender, or otber supplies, used in, upon, for or about the performance of tbe work contracted to be done, or for performinq any work or labo1; thereon of any kind, and for the payment of amounts due under tlle Unemployment Insurance Code witb respect to sucb work or labor in connection with this contract, and for the payment of a realonable attorney's fee to be fixed by the court in case suit is brougbt upon the bond. Pa."e 5 " 19. INSURANCE.. 'rhe Contractor shall not commence work under this ~ontract 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 Con.tractor 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 modifi~ation of the policy. (al 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 i3 sublet, the Contractor shall require the subcontractor similarly to provide Worker's compensation Insurance and Employer's Liability I'nsurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contraetor. In signing this Contract the Contractor makes the following certification, required by Section 1861 of the Labor Coder . "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) LIAB.tLITY .tNSURANCE. The Contr.actor 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 followsr Bodily Injury Liability Insurance in an amount not less than $300,000.00 for injur ies, J.ncluding 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 acciden.t, and Page I) '-. " Property Dalllag'e Liability Insurance in an am,ount not less than $250,000.00. The City and its officers and employees, shall be named as additional insureds on any such polici.es of insurance, which shall also contain a provision that the in.Burance afforded thereby to the city, its officers and employees, shall be primary insurance to the full limits of liability of the policy and that if the City, or its officers and employees, have other insurance ag'ainst a loss covered by such policy, such other insurance shall be excess insuranc.e only. 19. HOLD HARMLESS. The Contractor will save, keep, and hold harmless' the City and all officers, employees, and'ag'ents thereof from all damages, costs, or expenses, in law or in equity, that may at any ,time arise or be set up because of personal 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 alleg'ed infring'ement of the patent rig'hts 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 such warning'S, sig'ns, 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. g'eneral public. 20. BOURS OF WORK. Eig'ht hours of labor during' anyone calendar day and forty hours of labor during' anyone calendar week shall constitute the maximum hours of service upon all work done hereunder, and it is expressly stipulated that no laborer, workman, or mechanic employed at any time by the Contractor or by any subeontractor or subcontractors under this Contract, upon the work or upon any part of the work contemplated. by this Contract, shall b~-required or permitted to work thereon more than' eig'ht hours during anyone calendar.day and forty hours during' anyone calendar week, except, as provided by Section 1815 of the tabor Code of the State of California, 'work performed by employees of contractors in excess of eig'ht hours per dar and forty hours during anyone week shall be permitted upon publ c work upon compensation for all hours worked in excess of eight hours per day at not less than one an.d one-half times the basic rate of pay. It is fUrther expressly stipulated that for each and every violation of Sections 1911-1915, 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 1$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 mote than eig'ht hours in anyone calendar'day and forty hours iii anyone calendar week in violation of the provisions of said .Sections of the Labor Code. Page 7 '. .. The Coneraceor, and each subconeraceor, shall keep an accuraee ~ecord showinq ehe names of and aceual hours worked each calendar tay and each calendar week by all laborers, workmen, and mechanics 4mployed by him 'in conneceion wieh ehe work coneemplaeed by ehis eonerace, which reco~d . shall be open ae all reasonable hours eo the inspeceion of the city of its officers or aqents and eo the Division of Labor Law Enforcement of the Deparemene 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 ascereained the qeneral prevailinq rate of per diem waqes and rates for holidays and overeime in the locality in which ehis work is to ~ per~ormed, for each craft, classificaeion, or type of laborer, wprkman, or mechanic needed to execuee this contract. The prevailinq waqes so determined are set forth in the Specifications and made a part hereof. Neither the notice invitinq bide nor this Contrace shall constitute a representation of' fact as to 'the prevailinq waqe rates upon which the Contractor or any subcontractor under him may base any claim a9ainst the city. 1776. (a) 'Each Contractor and SUbcontractor shall keep an accurate payroll record, shovinq the name, address, social security number, work classification, straiqht time and overtime hours worked eaah day and week, and the actual per diem waqes paid to each journeyman, apprentice, worker, or other employee employed by. him or her connection with the public work. (b) The certified hours at basisl payroll records enumerated and Shall be available for the principal office of under subdivision (a) shall be inspection at all reasonable the Contractor on the followinq . (1) A certified copy of an employee'S payroll record shall be made available for inspection or furnished to such employee or h'is 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 furnisbed upon,request to a representative of the body awardinq the contract, the Division of Labor Standards Enforcement and the Divi.ion of Apprenticeship Seandards of the Deparement 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, ho~ever, that a request by the public shall be made throuqh either the body awardinq the contract, the Division of Apprenticeship Standarda, or the Division of Labor Seandards Enforcement. The public shall not be qiven access to such recd~ds at the principal office of the Contractor. (c) Each Contractor shall file enumerated in subdivision (a' with records within ten (10) days after a certified copy of the records the entity that· requested such receipt of a written request. Paqe 8 '. (d) Any copy of records. made available for inspectionaa copies and £urnished upon request to the public or any public agency by the awardinq bids. the Division of Apprenticeship $tandards or the Division of Labor Standards Enforcement shall be marked or· obliterated in such' a manner as to prevent disclosure of an individual's name, address and social security number. ~he name and address of the Contractor awarded the contract or performing the contract shall not be marked or obliterated. (e) The Contractor shall inform the body awardinq the contract of the location of the records enumerated under subdivision (aI, including the street adqress, city and county and shall, within five working days, provide a notice of a change of location and addres .... If) In the event of noncompliance with the requirement. of this section, the Contractor shall have ten (101 days in which to comply subsequent to receipt of written notice specifying in what respects such Contractor must comply with th,i. ..ction. Should noncompliance still b. evident after such ten (101 day period, the Contractor shall,· as a penalty to ~he st.ate of polit:ical subdivision on Whose behalf the contract. is made or awarded, forfeit t.wenty-five dollar. ($25.001 for each calendar day or portion thereof, for each worker, until strict. compliance is effectuated. Upon tbe request. of the Division of Apprenticesnip Standards or the Division 'of Labor Standards Inforcement., such penalties shall be wit.hheld from pr09'ress payment. then due. (gl The body awardinq the contract shall cause to be insert.ed in the contract. stipUlations to effect.uat.e this section. Such st:ipulations' shall fix the responsibility for compliance with this sect.ion on the prime contract.or. 1h) ~he director shali adopt rules consistent with the California P'ubllc Records Act, (Ch; 3.5 (commencinq with Section 6250) of Div. 7; ~itle 1. Gov. Ch.) and the Information practices Act of 1977, (~itle 1.8 (commencinq wit.h Sec. 1798) Pt.. 4, Div. J, Civ. C.l governing the release of such records, includinq the e.tablishment of reasonable f.es to be charqed for reproducinq copies of records required by this .ect.ion. (Added by Stat.s. 1978, en. 1249), 1775.5 Nothinq in this chapte~ shall prevent the amployment of properly registered apprentices upon public work. Every such apprent.ice shall ·be paid the apprentices under the requlations of the craft is employed, and shall be employed only at the trade to which he is reqistered • • paqe 9 , standard waqe paid to or trade at which he work of the craft or -. . . Only apprentices, as defined in section 3071, who are in training under apprenticeship standards and written apprentice agreements under Chapter. (commencing with section 30101, Division 3, of the Labor Coda. 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 tv 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 workman 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. The, joint apprenticeship or committees, subsequent to approving the subject contractor or subcontractor, shall arrange for' the dispatch of apprentices to the Contractor or subcontractor in order to comply with this section. ~here shall be an affirmative duty upon the joint apprenticeship committee or committees adainistering 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 approyal to local joint apprenticeship committees provided they are already covered by the local apprenticeship s~andards. The ratio of apprentices to journeymen Who shall be employed in the craft or trade on the public work may be the ratio ~ipulated 'in the apprenticeship standards under which the joint apprenticeship committee operates but in no case shall ~~e ratio be lea. 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 preyiously approved in such craft or trade, shall employ the number'of apprentices or the ratio of apprentices to journeymen' stipulated in the apprenticeship standards. opon 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 ayerage of not less than ,one apprentice' to each five journeymen, the Division of Apprenticeship Standards may' grant a certificate exempting the Contractor for the I-to-S ratio as set forth in this section. This sectiod shall not apply to ,contracts of general contractors involvin~ less than thirty thousand ($30,000.001 or twenty (20) ,working days or to contra~ts of specialty contractors not bidding ; . tor work through a galleral or prime contractor, inVOlving less than two thousand dollars ($2,000.00) or fewer than five (5) working days., Page 10 '-. · , "Apprenticeab1e craft or trade, ~ as used in this sect.ion, shall mean a craft or trade determined as an apprenticeable occupation in accordance vith rules and regulations prescribed by the Apprenticeship Coun~il. The joint apprenticeship committee shall have the discretion ,to grant a certificate, vhich Shall be subject to the approval of the Administrator ot Apprenticeship, exempting a contractor from the l-to-5 ratio set forth in this section when it finds that anyone of the following conditions are met, 111.1 In the event unemployment for the previous three month period in such area exceeds an average of 15 percent, or (bl In the event the number of apprentices in training in such area ex~eeds a ratio of l-to-5, or Icl If there is a showing that the apprenticeable craft or trade is replacing at least one-thirtieth of its journeymen 'annua11y 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 ~ublic works contract would create a condition which would jeopardize his life or the life, safety, or property of fellow employees of the pub1ic'at large if the specific task to which the apprentice . When such exemptions are granted to an organization Which' represents contractors in a specific trade from the 1 to 5 ratio on a local or statewide basis the member contractors will not be required to submit individual applications for approval to local joint apprenticeship ~ommittees, provided they are already covered by the Local apprent:ic:aship atandards. ~ contra~tor to whom the contract is awarded, or any subcontractor under 'him, who, in performing any a! the Work, under t~e ,eontract, employs journeymen or apprenti~es in any apprenticeabLe craft or trade and who is not contributing to a fund or fund. to administer and conduct the apprenti~eship program in any· such craft or trade in the area of the site a! the public work, to wbich 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 cra!t or trade in which he employs journeymen or apprentice. 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 Dividon of tabor'Standards Enforcement is authorized to enforce the payment of. auch'·cclntributions to the fund or funds as set forth in sect:ion 221. " : " , 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 jOB1., (Amended by Stats. 1976, Ch. 11791 1777.6 It shall be unlawful for an 'employer of a labor union to refuse to accept otherwise qualified employees as' reqistered apprentices on any public works, on the ground of the race. religious creed, color, national oriqin, ancestry, sex, or &qe, except as provided in Section 3077, of such employee. (Amended by Stat. 1976, ch. 11791 1777.7 (al In the event a contractor willfully fails to comply with the provisions" of Section 1777.5, such contractor shall, (11 Se denied the right to bid on any pubiic period of one year from the date the noncompliance i, made by the Administrator of works contract for a determination of Apprenticeship, and (2) Forfeit as a civil penalty in the sum of fi!ty dollars ($50.001 for each calendar day of noncomp.liance. Nothwithstandinq the provision. of Section 1727, upon receipt o! such a determination ehe awarding body shall withhold from contract proqress payments then due or to become due such sum. ,(h) Any' such determination shall be issued afeer a full investigation, a fair and impartial hearing, and reasonable ,notice thereof in accordance with reasonable rules and procedures p~escrihed by the California Apprenticeship Council. _ (c) Any' funds withheld by the awarding body ~ursuant to this §ection shall ,be deposited in the general fund i! the awardinq body is a stats entity, or in the equivalent fUnd o! an awarding body if such awarding body is an en,Uty other than the Seate. The interpretation and enforcement of Sections 1777.S and 1777,7 shall be' in accordance with the rules and procedures of the california Apprenticeship Council. (Amended by Stats. 1979, Ch. 1249) It shall be mandatory upon the Contractor, and upon any ,subcontractor under him, to pay not less than the said specified rates eo all laborers. workme~, and mechanics employed in the execution of the Contract. It is further expressly stip~lated that , the.Contractor shall, aa a penalty to the City, forfeit twenty-five :. doliai'lt '($25.00) for each calendar day,' or portion thereof, for' , .:;: e'c~ 1aboter I workman, or Dlechanic paid less than the stipUlated ~'\!.,i;~t8iJlI..I:lln'1 tatea for any work done under this Contract by him or by ~~~;ahY~lubcontractor under work done under this Contrace by him or by ; ,;'~~~~:Aliy ,subcontractor under him, and contractor agrees to comply with .. ,,:". all provisions of section 1775 of! the Labor Code. '. Paga' 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 ~or 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. The city 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 notlce be recorded within ten days after the acceptance of completion of such Contract as evidenced by resolution of its govern!'ng body I or, if such notice be not so recorded within ten days, until the expiration of ninety-five (95) days after the acceptance of completion of such work of improvement as 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 (lO) 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 (lO) 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 w~iting 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 app,roval 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 luch public utilities are not identified by the City in the Plana 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 facilitiel not indicated in the plans and Specifications, other than lervice 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 p~rforming the Contract discovers utility facilities not identified by the City in the Contract Plana and Specificationa, 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 worx 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 effectsl 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 aite 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 aaid building, work, or equipment or any part· thereof, or in, Page 14 , . . .. on, or about the same during its construction and acceptance. before' 26. CONTRACTOR'S GUARANTEE. The Contracto~ ,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 11) year of the~ate 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 ahall become liable to the City for liquidated damages in the sum of $150.00 CALENDAR DAYS for each and every working day during which said work shall remain uncompleted beyond auch 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 successor. at the time of completion, and hi's sureties shall be liable to the City any excess. '"28.' ADDITIONAL PROVISIONS. None Page 15 .' , '. ~ .. STATE OF CALIFORNIA . SS. COUNTY OF ... SARIA. .CLARA ...... . :N.9G:t!JG:C.<)'*JGj!)CiDt£)WG':(')~J(;:(·)«')«')t;i.I)~ ~ @....;.,OFFICIALSEAL.: G "",'.' RITA FISHER : ~ ·,}fffi, NOTARY PUBLIC· CALIFORNIA ~ 2 .... 0· ... SANTA CLARA COUNTY ~ '$1 My Commission Expir.' April 10, 1992 ~ r~Gl'<lGl<l.lGl<l.lGl<l.lGl<l.lGl<l.lU)!:lU)!:lU)!:l~~(,"'IfM>G On this ........... 2.9 th .. day of ...... AlJeus:r; ..•..........•....• , in the year .............................. l9.68 .................................. , before me, . .......... .RlXP.. .F~SHER .............. , a Notary Public, State of California, duly licensed and sworn, personally appeared ................................. . ........................... • J'oRDAN . .B ••• CROWE .............................. , personally known to me (or proved to me on the basis of satisfactory evidence) to be the person who executed the within instrument as ..... Y.'L>:.E. EMS.~DET:lI or on behalf of the corporation therein named and acknowledged to me that such corporation executed the within instrument pursuant to its by-laws or a resolution of its board of directors. IN WITNESS WHEREOF I have hereuntj) set my hand and affixed my official seal in the. p.J!.7J) .................... , County of. ..... fi".~rA ...... . ThbO:xuIT\O!'JIsDn.'yalleneralIOl'mwhid1.INI'I'baPl'QporforUSBjl!lI1l'f!1l~ •••••••••• C.lJ~R~ ................ , on tlte d~a set fo~rth rz£bove'n this certificate. Ir~ art:l1A 110 WR)' iiC5, or IB Iri!tmdad Ul a:t, all a BUbstMe lor !he ~ .. • B!Mtaal'lfl~. The:pT¢eI' i:IImMt~ Wl)'-a-renfy0i\tle1 C~()Iimpll&d!\tIOV\O i"'14':.) ~ lEgaJyalidityiJIqpn)\ri$iOnQl'l/tell(/itabililyoil/'fi(lfonnJ.iMany~t~. ; Notary Public, State ofCalifomia Cowdery's Forro No. 28 -Acknowledgement to Notary Public -Corporation (C. C. Sees. 1190-1190.1) -(Rev. 1183) My commission expires ...;4"'-::.1"'0"'-::.9"'2'-______ _ • , ' ," .. P.O. No. IN WITNESS WHEREOF, ehe pAreies have execueed ehia Coneraee, in duplicaee, ehe day and year firse hereinabove vri~een. CITY OF CUPERTINO Ap~roved as eo form Mayor I ciey Aeearney Cit:y Clerlta Oaee/Ciey Clerkl CONTRACTOR I ROSENDIN ELECTRIC, INCa No't:ary acJcnowled9lllent. required. d{YI ~JORDt,....A~N B CROWE If a corporation, corporat:e aeal ' , and carpora.~. not:llry , VICE PRESIDENT acknovledgmene requ1:l:'ed. MANAGER, HIGHWAY DIVISION project:. Name and NWIIl:Ierl, TRAFFIC SIGNAL MODIFICATION 'MARY AVENUE AND , STEVENS CREEK BOULEVARD, PROJECT 5006 Cant:ractora lIamel ROSENDIN ELECTRIC, INC., P.O. BOX 5061; SAN'JOSE, CA 95150 Contract Amount:1 TWENTY' EIGHT THOUSAND SIX HUNDRED NINETEEN AND 00/100 DOLLARS ($28,619'.00) , 120-953-5006 Page 16 • 1988 CAPITAL L~ROVEMENT PAYMENT SCHEDULE QUANTITIES CUT-OFF DATE CHECK REL~~SE DATE FRIDAY 5:00 P.M. FRIDAY Dec.ember 18 January 1 January 15 January 29 February 12 February 26 Marc.h 11 Marc.h 25 April 8 April 22 May 6 May 20 June 3 June 17 July 1 July ,15 July 29 August 12 August 26 Sep,ember 9 September 23 October 7 October 21 November 4 November 18 December 2 December 16 December )0 " WOo .~ ; ,,' .. '., •• \1 '". , . . , ,-PROPOSAL TO THE DIRECTOR OF PUBLIC WORKS CITY OF CUPERTINO 10300 TORRE AVENUE CUPERTINO, CA., 95014 /EXHiBiT A In compliance with the Plans, Specifications and/or special Provisions for the constructing to completion the MARY AVENUE and STEVENS CREEK BOULEVARD Traffic Signal Modification, PROJECT 5006, 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 proj ect 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 advantageous proposal, tq 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 MARY AVENUE at STEVENS CREEK BOULEVARD, PROJECT 5006 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 " . , . BID PROPOSAL (Continued) TIME FOR COMPLETION 1. Traffic s.ignal controller equipment, appurtenances, poles and hardware will be delivered to the job site for installation on or before f)8:;.(;;Mf3€8 30TH , 19l8:. 2. The traffic signa~system will be complete and operating on or before J7WUA!'<{ 20 ,19m. The actual dates for completion shall be the dates set forth above plus the number of calendar days between the bid opening and the date the contract is executed by all parties. The contractor shall diligently prosecute the work to acceptance by the city before the actual dates for completion as set forth above. The contractor shall pay to the City of Cupertino Liquidated Damages, as set forth in the Special Provisions, for each and every calendar day's delay beyond the dates established in this proposal for eaoh and every portion of the completion process. ESTIMATED OUANITIES UNIT ITEM EST.OTY. UNIT ITEM PRICE TOTAL 1-ONE(l) IS Traffic Signal Modification: "TlU~ SelJe0 lL:ru<;. c.-D 5~-e...; lu,,..cLJ ~ '-!~ a Dollars Lump Sum $ 'l-1.15'l-- 2. ONE(l) IS construction Signing & Traffic Control: §,S(J( hvlVW -f"'~l~~ew ~ Dollars Lump Sum J. 2 Eaoh Install Traffio signs: (Q~ ItlvW ' ,e) $ ! 0"0,'-lEa $ z.,a,~ TOTAL PRICE BID: $ 'lS "{'t,"..!,.. ~ ========~=============== Dollars per Each Proposal Page 2 ROSENDIN ELEGTRIG, ING. . . .. ' PROPOSAL (Continued) I, the undersigned agree that if this proposal is accepted 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 conflic~ of construction schedules occur. Attached hereto is the reffllired certified check, bid bond or surety in the amount of $ BID FRS BONO -, which amount represents ten percent(lOt) of the total amount of the bid, as required by law and the notice to bidders. Proposal Page 3 ROSEN DIN ELECTRIC, INC. . . .' .. PROPOSAL (continued) BIDDER QUALIFICATION r9BH 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 75 years. Our experience in proposed contract is current business name. wor~5com.parable with that required by the + years operating under our Our experience in work comparable with that required by the proposed contract is 25+ years operating under the ,business name ROSENDIN ELECTRIC. INC. • Our california contractor's License Number is 14288] • The classification of this License is __ ~c:~,~C)~-~c>~ft~ ______ _ 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 ~ithin the past three(3) years. . Year Class. Location of Work and for Whom PerfOrmed 1987 SIGNAL INSTALLATION, 04-SCL-130,1.3,1.6; ALUM ROCK AVE IN SAN JOSE FOR CALTRANS Amount 60,334.00 1987 SIGNAL INSTALLATION, 04-SCL-130, 0.4,1.0: ALUM ROCK AVE. 61,070.00 IN SAN JOSE FOR CALTRANS Proposal Page 4 ROSEN DIN ELECTRIC, INC. . . ," " , , " , ' PROPOSAL (Continued) SUB-CONTACTORS FORM The sub-contractor{s) that J: 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 MULT/SONICS Address DU t3 L-I N ,Cit I • Work to be Performed CoN1AQLL£t? MOOZACATlOJS. 2., Name __________________________________________________ _ Address ______________________________________________ __ Work to be Performed ____________________________________ ' 3. Name ___________________________________________________ • Address ________________________________________________ • Work to be Performed ____________________________________ • 4. Name __________________________________________________ _ Address _________________________________________________ • Work to be Performed __________________________________ __ 5. Name __________________________________________________ _ Address ______________________________________________ ___ Work to be Performed ____________________________________ • 6. Name ___________________________________________________ • Address _________________________________________________ • Work to be Performed ____________________________________ • 7. Name __________________________________________ ---------. Address ______________________________________________ ___ Work to be Performed __________________________________ __ Proposal Page 5 OMl=flJnIN FI Fr.TRIC. INC. • • .. ~ . . , . , . " PROPOSAL (continued) SIGNATURE I.QBM 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 I SECRETARY-TREASURER AND MANAGER. THE CORPORATE SEAL MUST BE AFFIXED TO THIS FORM, . ROSENDlN ELECTTiIC. INC. 'TYPE OF BUSINESS R. J. ROSENOIN -PRESIDElft I. M. ROSENDItl M U y, fMll, IliIllL ;--~=-------------------------------'-"--------' CORPORATION CO-PARTNERSHIPl ___________________________________________ , , INDIVIDUAL '--~------------------------------------- ,JOINT VENTURE l _________________________________________ , , '------------~~~~~--~~~~~c_------' (Describe) JORDAN B. CROWE VICE PRESIDENT Name and Signature of Bidderl ______ -.-.;:=:MF.A~N~AG~E='R'r;, H~I::GH~W...,AY~D~IWH:S~I~ONI4---­(PrInt or Type :Name) l..J~~~~~~~(~~~g::!n<!:~r-e-;g~~·r~e)=::::::-=----· Date l __ A_U G __ 9_1_98_8 __ '_' ____ • Address(mailing & location) ,880 N. MASURY RD., SAN JOSE, CA 95133 . , P. O. BOX 5061, SAN JOSE, CA 95150 -----------------------------' ----------------------------_. Telephone Number ; «(408) )286·2800 , . Acknowledge Addenda Recieved by circling the addendum number • 1 @ 3 4 5 6 7 8 9 10 Proposal Page 6 Qn~~NntN FI Fr:TRIC. INC. STATE OF CALIFORNIA 5S. COUNTY OF .SANn .. Qk~M ........ . On this ..... Z9.t.I:> ......... day of .... <\].!GWiJ: ....................• , in theyeaT ............................. i.'lll.Il .................................. , bernreme, .. .......... R IIA .. FlSHER ............. , a Notary Public, State of California, duly licensed and sworn, personally appeared ................................. . ............ JORDAN .. Il .•.. QRQl1ll •...................................•....•..• , personally known to me (or proved to me on the basis of satisfactory evidence) to be the person who executed the within instrument as .. VJ;<iI!:. ?1I11.$)Jll'.I'iT .. or on behalf of the corporation therein named and acknowledged to me that such corporation executed the within instrument pursuant to its by-laws or a resolution of its board of directors. IN WITl\TESS WHEREOF I have hereunto set my hand and affixed my official seal in the .......... SAiD ............ , County of .... SAl)J:~ ........ . Thi$tl:)oonIcl!ll!lc~agenor. .""'''''.'''' -mayoo~fotVStii'\SImI:l\e ••••• , .CL.ARA .•...•••....•...•.• , on th~e d set~fO abot£v in this certificate. 1I'~4IIdillwwayar:lli,<¥lsjl!loodedloaQ,aJia~fpr!h6 ~ '" J < ~oIanaltQrMy. n.pri!'!lefdoeSMm3llaanywarrantyelherl!~(J1imp!iodll$iOt'!C ~ ~ ,I I!!Q<IlvalldityctatlY~OtIt;o&\li!4bi/l:yoftileseformsrr.MIY~U~ Notary Public State of California Cowdery'. Form No. 28 -Acknowledgement to Notary Public -_H /.A 0'-, . Corporation (C. C. Secs. 1190·1190.11-(Rev. lJSS) My commission expires -"-!-"c.:"-,/:...::. .v_-,..,"'c..:: .---= _____ _ • State of California County of Marin OFFlOIAL SEAL JOCELYN Y. QUIRT NOTARY PUBLIC-CALIFORNIA Principal Dillen In MARIII eounly My Commission Expires May 17, 1991 On August 29, 1988 , before me, the undersigned, a Notary Public of said County and state, personally appeared .Joan DeLuca known to me (or proved to me on the basis of satisfactory evidence) to be the Attorney-inFact of Federal Insurance Company the Corporation that executed the within instrument, and known to me to be the person who executed the said instrument on behalf of the Corporation therein named, and acknowledged to t uch Corporation executed the same. NOTARY PUBlIC • • , \ r • FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: THAT WE, ROSENDIN ELECTRIC, INC. Bond No. 81231342 Premium: $ 129.00 as Principal and Federal Insurance Company as Surety are held and firmly bound unto the City of Cupertino, State of california, in the sum of TWENTY EIGHT THOUSAND SIX HUNDRED NINETEEN AND 00/100 Dollars ($ 28.619.00 ) 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 __________________ __ with the Obligee to do and perform the following work to-wit: TRAFFIC SIGNAL MODIFICATION MARY AVENUE AND STEVENS CREEK BOULEVARD, PROJECT 5006 NOW, THEREFORE, if the said Principal shall well and truly perform the work contracted to be performed under said contract, then this obligation shall be void; otherwise to remain in full force and effect. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety this 29th day of Augnst' 19....!lB-. (To be signed by Principal and Surety and acknowledgment.) . ::Federal Surety The above bond is acce~ted and approved this ----1""1 VICE PRESIDENT MANAGER, HIGHWAY DIVISION Insurance Company Joan DeLuca _____________ , 19 jrnd . . ' . Bond No. 81231342 LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENT: WHEREAS, the City of Cupertino, State of California, and ROSENDIN ELECTRIC, INC. hereinafter designated as "Principal" have entered into or are about to enter into a contract providing for the installation, construction, and erection by Principal of 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 Federal 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 ______ --' _______________ _ TWENTY EIGHT THOUSAND SIX HUNDRED NINETEEN AND 00/100 DOLLARS ___________________ ($ 28.619.00 ) . THE CONDITION OF THIS OBLIGATION IS SUCH THAT if said PrinCipal, his or its subcontractors, heirs, executors, administrators, successors or assigns, shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon, for or about the performance of the work contracted to be done, or for any work or labor thereon of any kind. or for amounts due under the 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 SANTA CLARA SS. COUNTY OF ..... " ... , .. '" ... , .. ,. ,. On this ...... ~?"l: .. , ..... da~ of.., AU~V~.-r .. , ..... , ......... " .. , in the year .... , " ... , ... ,' ,., ... ,., .. 1,~.,8 ... ,,""" """'" , ... , .... , ... ,,' ,before me, . ....... " ,R1:rA,. F,l;l,lY!l?!l; ............... , a Notary Public, State of California, duly licensed and sworn, personally appeared ................ , . , . , ............ . , .. , .. , .... , , •.•..• ~Oj.Wilt;l .. 11 .•.. Ql;{Ql)I)'; •••••.•••. , ••••• ,. , , , .•.•...•• , , , , •••. , personally known to me (or proved to me on the basis of satisfactory evidence) to be the person who executed the within instrument as ' , 'y~,G!l .. 1'.!l.".11 LQJ;:.lj1. or on behalf of the corporation therein named and acknowledged to me that such corporation executed the within instrument pursuant to its by-laws or a resolution of its board of directors. IN WITNESS WHEREOF I have hereunto set my hand and affixed my official seal in the.,., .. , ,Il(l.,W .... , ... , ..... , County of, ... , ,;;.'~\'l.l~., , ... , ThI3~ISO/IIyageoeralhmn ... tlidUMyboptapel/olUSll!iA~ ••••••••• Yk~R~ ... , .. , .. , ....... , on~th date~set ti rth above in this certificate, ~ IiI\d ill ~Wll!f lttI2. (J( Is int!:mOOd to ad, 8\. l'I\1b1tit!.;1o for 1M ~ ." / / . «Moe:ot.tn~. Tl'leptU'lfefdoesflOfmak1t""'WIm'v>fYtilhel~"O!~a'tG!he .q..< ...! ~~, II1Qaly··Ottolllll'l7pmv's"'l'I()tuv.$UI1!Ibiti!yot!tti$l:tkwm$lr!arrt~ln1t\&.!Ii:OOrt, • Notary Public, State of California Cowdery's Form No. 28 -Acknowledgement to Notary Public --L/" CJ Corporation (C. C. Sees. 1190·1190.1) (R.v.l/83) My commission expires ~O -~z.,-":.:z",==,,,/ ____ _ I • '. State of California County of Marin {I) OFFI¢IAI..SEAL JOCELYN V. QUIRT .. • NOTARY PUBLIC-CALIFORNIA Principal om"" In MARIN Counly • My Commlsslo. Expires May 17. 1951 On August 29, 1988 . before me, the undersigned. a Notary Public of said County and state. personally appeared Joan DeLuca -------, known to me (or proved to me 011 the basis of satisfactory evidence) to be the Attorney-inFact of Federal Insurance Company the Corporation that executed the within instrument, and known to me to be the person who executed the said instrumenl on behalf of the Corporation therein named, and acknowledged to me such Corporation executed the same. \ ~==============================================~ , i • ., • <, " I • ". " 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 ir.strument has been duly executed by the Principal and Surety this 29th day of August , 19 81l • (To be signed by Principal and Surety. Notary acknowledgments required.) Rosendin Electric, Inc. ~ VICE PRESIDENT . Federal I~~~~RJloln%~~Y DIVISION Surety Joan-DaLuca The above bond is accepted and approved this ______ ~day of ________________ , 19 __ 6/17/85 jmd .. POWER OF A TTORNt;V Know aU Men by-these Presenl!l. That .1ho FEDERAl'INSURANCE COMPANY. 15 MouJitaio View Road, Warren, New Jersey. a New jersey Corpora- tion. has 'oonstitu~ed and appointed" an9'does tl,eroby constitute· and 'appoint john R. lioltemann, Goran G. E .. Ryn, Joan DeLuca and LawrenceJ. COYlle' .of Navatd. Californ·ia----M--M~-_-------M---~--------____________ ---- each :its,true and Ir,aWf,ui ,AUotneY':in~Fact tOLO><eGute under',such desigmitlol1 'in 'Its name andAo affix its corporate, ~eal t~H~nd deliver ,for 'and on, its,:behaU as surety ,th~reon:ror ot.herwise; ponds of al"!Y,of: the foll~wjng 'cla~eS. to-wit: 1, Bonds and,Underta~ings filed in_,·any ~I,ljt, maUaror proceeding in any:CQurt"or"filed'wifti any,Sherlff or Magjs1rat~~ fqr the,doing orlnot doing 0' anything specified in ,suc,h Bond or lJi')dli!r1aking. --. 2. Surety bonds to the United Slat~s 9fAfIlerica or any agency-thereofi including thOse required or pe'rmiUed under the Iaws"or, regulationi.He!a,ting,to GustQ:ms or,lnlema.'Revenue; License a(l(f Permit Bonds o,r, other 'indemnity bonds under the ,raws, ordinances,or re:gulalions,of.any Stale, ,CUY"Town. Vilrage, Board or Q!her bqdy Of. organization. publlc'Qr p,riv~te: bonds to Transportation qompanies, Lost'll!strumen' bonds; Lease bonds, Workers' CPmpensa· tion, bonds. MTscen~neous',Surety. bonds and bonds' on bahalt:01 Notaries PubUc, Sheriffs, Deputy Sheriffs a{1d sjmltar public' oUtcial~. . 3. ~onds on behalf, of conlractq:rs tn Q9flDeptjon wit!"t bid~, propQsals ~('contracts~ III Witness WhSfOof"lfic,sa1d FEDSR/lll~S\JnANCE COMPANY, !',as.:pLlrflU"nl tt;l ils,B'I:i,.aVoG.. caused thew~pr6senl~·to bc,srQrled by, ilS AsSlslant Vlcll'Pres';C!~mlll.nd As~;Sll\nl.'Sp.CtUfary and'l!s 'cbrporatn seal lQ-ba;hertfto,aftixGclithl$ tl st day'el J'a.U\Aa'ry 19 88 CO!potalit Seal FEDE~. ' .. ,By '. ,: ',: " ',' ',' , -' - /GaPf9':l'r.1Cglelian, STATE:'OF,NEW JERSEY Counly. 01 Somerset } Al'i$letant ,Vlcc-Preslde-nl 55, On thlll: la:t ,day or January, . 19 ,88. beI0l6:':.e per~na!!y cama Rlc~ar~,O. O'COI:'nOr'ttl me ~nOW!'1'and by l!V;i,ltrio'lII1't.b: be:Ass1stanLSsl?'feti!ry of th'!!: FE<?E~AL IN- SURANce COMPANY, t~e (:01porall(ln tm:crlbad in and'whlch executed lholorogol{lg f:lowQC,Qi AUomey. end .tho said FlI~hJ¥d O;.Q'C~flnor, being by ma (juI1~orn, dlQ,deposo er.d iIIay lhat-fmlS AssJsI!ln! Se~relruy ,oUbe FEDERAL INSUFlANCE,COMPANV',llrl!l-,kriomi ,Ihe oorptll'ale sa?", tnereol;, thai fh~'seal affilf.I';IIHo,the ',afE!9Q!ngIPoW!>f at' A!torney:ls,9U~h Cotpol1it6 sei'\i'and was'lherell.u-lrtxed:by aU!holft¥ of Ihe By·laws. tol said Company, enathal he,Signed sali; PO't.'Elr,ofAttQmoY as Asslsfant SeQrell!!Y of srutj 9ompSW(lly,lIko <luUie-tny; and Ihal he js _acquainted wllh George MIlCleUart,and !\nows}\lh:110 be lOO.'~S$i51a"l.\ Vice-Presl$m ol~!d Company, 'ar;~, 'tlfit \ne $i91i?lu;e,oLsfl!d'Geo;g:e'~cCl$lIal'J'$uh5~ribed to said powe. Qr AU,orney is :11 !n(l,genlllnE! handW!lt!l1g,ol "aKi,Gao~Il'MeCJelieh ai1d:was',ltleretCi iilvbscr'bed by.au!horily of sail:! B:fl.a .... ~ !lf1d,in deponen:'!hP~ll.nte, - ~TArE O~'New JE'ASEV County, of, S.om~r$el CHRTIFICATIOW ALICE tEONARD 'NRTARYPUDUC 'OF .NEW 'JERSEY 1\1)' ~ommissiQn t.xjlires' July 12, -1993, L tho:ul'lders;gMd. ~lanrSecrelary of 1M FEDERAl; INSURANCE 9PM~AUY.,dO hOfsby cert;/ylhaHhe fellowing is a true excerpt troll'!,thO By-laws of I~e saiffCmno:tany as adople9 by its Boar<! ot !;)irEICtOfS on March 1,1, JgSa and mosllocently amended MaH:h 5, f9a6'and that lhis,By,Law is. h'l,{tJ1lloree,'and elfW;l, "ARTICLE XVIII. \ SacUol1 2. AlI06ndS;,kli'li:lel1aki!'lgs, e9.nl(lOC;s'Lll)d'(}th-eril'l$lrum$nl~ olher.lh,el'l as ab~,!Ol' iiid 01\ oohall of the C~mpany whlchii'; lS·authorlZed'by law 0,' iirrctmifer to ~Cll!e, may,ei'id shiiJl'bii iJieclJl0d htl}e·tlame enQ 01'1 ~ehaH,qf'lh~. COlJ1pany,~1thOf by :np Chalf!'n~1'I, Of Ih<\l Vk:e.Cha!ff'/tan'or.lhe, pr9:.1d9nl·0f a Vlce.pruf!idenl,.lo\nlly,wilh ~he'Se:cr<1tarv 01",1\1\ ASS1S!MI Secralruy, l.meler thll.lr'rOSP9cflVB dGSign8fions"exCf;ll!t ti1?I'any'on,G;or,more olJlcars:Of altomcyS-lfl·~acl designated In'any ,.,OO[ulion ollhtl Boari:l'cLOlreelors,or Itia,:ExGcut:ve Commille.e~Qr:tn,al'Jy,.pQwar.91 a!lOrney,_eXO(:UI(~('hilS provided :!or in Seelion 3'bs!bw. may"cucIll6'l'iIny,&u.::1i bond, undsrtak";ns,6r other, obligation,M ~roYidiid'lh'5ucl1 rpSol'utloi'H,:<r pow!!')r of'~tfQ'Tl9Y. ~ltclt(\n 3, All pO'h-ru-,scf aliofilayfor'al'l(JOt'l bOI"!a.'f<JftheCo.fl1pany may lind 8nal! be exeCl!ieti in ~he n~hJelllidOrrbeM!f dIme Com,paKy, elltWbylM Chairman o::'illo VlCe-Chatrm'sn or the Pres!.dr:'1-Ji1!'lf,aNiCi!" E:r6sloool aLan Ass;~~t V~Presldent, jOin!!y ,iIl\tl theset:re!ary or an Msistan! Sootetary. ul'tder,lha:( rospci;1!vs. deS'lQl'Ialions. The aigoruUlo Of Sll$ ol1:ciela maY,be e:ngrave,d, pr;t'!leq or lilhog(apiled. The sigJlahrro of each 011110 10I1owiilg officers: Ctulirmao,-Vieo Chail!iti1rt, ~resident, al'lyNlcn p/US!/iIl·n1. il.f)Y: Assislanl ViC{) Proskfsnl "any ,Secr~blry. any AAsmlant ~(eliIfY ,ano;l,l~ SIlal pt Iha ~Compal'l)' may be affi;(OO by la.cliimh;) 'to anY,power of atlp{nsy Of j.O.arlY gert:i!cate lelatlng lliEIr919c l1Pf1O'iIlirig-Ass1s1anl S:a(:iotafl~ <;)!' A.uom!!V5'in-F act tor pUI'J)~§ o,nly Qf execullng'&nd attesting !'OM? an~ !laderteldngs end olhsrwnllngs ob.ligarory in the nature (horeel, und any suc:b PO'Nl)fOf'(lltctrooyor,CetUt<eale hoMing S(Jch racsimh" slgnalutS or fij;csimile .sea! shal! 00 vSJidMdblndlng upon mo Company af!d any sllcn powat SO tlX9~lll!lAm:.rll(!rUlled QY ljlJch facsimile &i!,l:nallifO and lacshriill1scal shall tie vallil'itnd billdingbpon tho Company wfih WS{Jl1Ct to any Mod or undQJtaklrtg 10 willen it Ii auschad." nWlhllf t:Cr1i1Y.lhat said f:ED~L INSURANCH COMPAtlYJs !july !ice/'lOOd 10 transact fkloiity. ~n# Sll(aly business 'In each of ~ Stales of the Unllad Slates o! Amarlea, DIslrlel ol,Celomble, Pueltri Aleo, and each ,Of,lhe 'ProvlltCes 01 Camula with,1ho excGplion of PrInce EdWert! Isjand; and In (11,SO dl.!ly licensed tCoocoioo sOlo SUttlly on bonos, lJnderleklngs[ etc,;pormltWd Or te.qulred by law.-, 1;'II1e underslgMd<AsSiSI3;t1 S&!:falary o! FJ!OERAlINSURANCE COMPANY, do hctOby certl!y Ihat Iha rOffigolng P6wer,Qf At!9rney I!" in tull {oml,! and ellee!. Gi ... on1,JndofmyhaadandlheSeo.!'OlSaldCofl\pany,alwar(en.N.J,;lh·~. ______ -'2~9 ... t~h~· _______ ,oayc*L=7r __ ~l!li:ua!;:..._~-_,19 88 . ~... . CHI B GROUP of Insuranc ~ompanies 15 MounlZlin V;cw Road, P.o. Box 1615. Wmren, NJ nl0Gl~1615 FEDERAL INSURANCE COMPANY BID BOND Bond No. BBSU Amount $ 10% of Amt. Bi d Know All Men By These Presents, That we, ROSENDIN ELECTRIC, INC. (hereinafter called the Principal), as Principal, and the FEDERAL INSURANCE COMPANY, Warren, New Jersey, a corporation duly organized under the laws of the State of New Jersey, (hereinafter called the Surety), as Surety, are held and firmly bound unto CITY OF CUPERTINO (hereinafter called the Obligee), in the sum 01 TEN PERCENT OF THE AMOUNT BID ---------------------------------Dollars ($ 10% of Amt. B; d), for the payment of which we, the said Principal and the said Surety. bind ourselves. our heirs, executors. administrators, successors and assigns. jOintly and severally. firmly by these presents. Sealed with our seals and dated this A. D. nineteen hundred and 88 28th day of July," WHEREAS. the Principal has submilled a.bid. dated August 9, . 1988 for MARY AVENUE AND STEVENS CREEK BLVD. TRAFFIC SIGNAL MODIFICATION, PROJECT #5006 NOW, THEREFORE. if the Obligee shall accept the bid of the Principal and the PrinCipal shall enter into a con-' tract with the Obligee in accordance with such bid and give bond with good and sufficient surety for the faithlul performance of such contract. or in the eve!)t 01 the failure of the Principal to enter into such contract and give such bond, il the Principal shall pay to the Obligee the difference, not to exceed the penalty hereof, between the amount specified in said t)d and the amount for which the Obligee may legally contract with another party to per- form the work covered by said bid. if the laller amount be in excess of the former, then this obligation shall be null and void. otherwise to remain in full force and effect. . ; .. '.;' .. ROSENDIN ELECTRIC, INC. /-C· Principel'-~~ c' ~,:-:., JORDAN B. CROW~ : -; -" VICE PRESIDENT B ~~~ER; HI~HvtA'( ~IVISION ." . <::-.~-:~ , ", FEDERAL INSURANCE COMPANY ~~ 'r By: \...:/~~;;,,<k . THERESA FERMANICH, Attorney-in-Fact· " .,' PRINTED IJ~A. I ., POWER OF ATTORNEY 1I_.n Men,.., __ •• ThollhO fEDEllAl.INSUIIIoNCE COMPANY. 1& Moun""" lIiIW RoIod. w ...... '_ JorMy •• _ "" .... y Corpora· -............ ,......, .",IIPpo",,"',·nd -herlby ~~·1fId """",.1 Jues ,C.', Locker. ~vr~Dce J. Coyne. Theresa. t·..,rm,r~1I i "II :U1rl Ikll'lald ... Krues"r of San Francisco. California-----.------------------.. ..................... RDEMLM'· ... ClMiWfY ............ .,..... .................... ey ........ vv ... ___ '.., ..... .........,.a -_ .... _,_... 1st ...... January 'I' 65 =--};;kLt.tL _WWl ........ '_ ..... .,.... L"t. ... <11 January II 65 ._ .. ___ 0.0_ •• _ ....... _" .. _ ............ _ ... ~COIII' ......... CQIIpaI' ...... ~I'I_~~ ............ _~._ ...... f:kNIdD.O'CDwlart.ll"'_..,.,WW!1.tlCtdIpDIIlftd..,.IMI ........... """"'" ............ _'"''C'CIOIIPMYIftd.,.,.. .. ~ ... ~ ... IlII: ..... tftadl:) .. ~ .... ~....,.IUdI~'''' __ ,..IIfCI.IId'''IIioJtfICIIIIfCIII .. ,.,.U .... ,.,MId~.IIWINI ........ ...,PllMlral....., ...... IIIIt.....,._..,~f"' .. ....,.,_ ...... ....,lIID'Io.r,.~ ....... fW'I'IlD,.._~~n1 ,1" .... eo...-, ......... ..,....... ..... GIorfIo ~~ .. ..,,..,d~.II\ .. ....-~cI...,O'U"~ nf_ ....... ~"'...,..r til....., ....................... ~ _....' "', I ., .. 1'1:_ ........ 'County III SametMl } ... t. ....... ...,........-.~ ... n&II.ML_'.'ea......" .• .."...., ..... ~ ............. .,.......d ..... ~.~or .. IiooIItO."~,, _~ n. tel __ ....,.....,..,,~tJ. ,.,..,INII ... .,................... ' , " ~, .. tcnot..~. ______ ...-CIIIIr .......... ..,mtllllllltJI .. ~......., •• ~ 0, ..... 1HIIIIt IDI:IWCrM _; .wJ .............. IfII: ....... _OI\WIII" .. ~...,c, .. ~O' .. ~CII' .. "'"*"OI.yDPlI r'n",.,..".e .... """" .... ~1 ~ ..... ..., ....... _a_, .......... _ ....... IiJItII:.l .......... ·~IItI~ift""~ClII_..."ot~ ..... ~~ • • ~""pr-.. ot......., ........ ~bI'llSlc;;at* ..... ..., __ "" .... IIOnI,~ .... ~.Pl'tMIIId", __ ~ ... """ GIl..",.., ...... 'ilUl)IOIIIIII'Ioot~ ....... Cft .... CJI .. ~..,_ ........... ft ...... ~CI .. ~ ..... ." .. ~., .. ~ ..... ~ .... Vao"......IJ)I • .....,.,.v., "1liI .. JCIInIII! ..... s.:r-,CJ'III ........ ........,. ......... ""**" , iIDCIIl&. , .. ~ot ......... ,..,,."9 ..... pn\IIIlII01 • ;Oed", I ...... CMfr ... ...,fICIPII. .. ' •• NCI~._ ...... ID ....... ..,INt....., ........ lIli1C11d ..... fII .. UnIIIrd ... c:f.,...,DeCtfll~ P ..... III.G.INtMCflCJII· .. . " ~ .. c-.,. .. ......,cr" .. I .. O~,_ ... _~ ...... _.....,anClONll......,....._".lJII!rIIIIIIIIItW....,::t., .... • : ... iidscS;;o;od ........ .......,d~_ ... fIII:I~ANY.fD,.....,.,..,. ............ ,~ .. ~ .• ift ... fInI ...... , __ ..................... """""'.W_N4 ..... ____ ...;2::.8=t"h_-----'~'., ...... -~~~u..-____ 't 88 d). i.£i.t!itr