Loading...
88-053 Rosendin Electric, Traffic Signal Modification, Rainbow Dr & Stelling Rd., Project No. 5008.. CONTRACT FOR PUBLIC WO.RKS CONTRACT made on ~ /-6/ IfFY by tbe CITY OF CUPERTINO, a municipal corporation of the State of California, hereinafter called the CITY, and ROSENDIN ELECTRIC, INC • .. ,bereinafter called the CONTRACTOR. • IT IS SSREBY AGREED by the parties as foilowsl 1. THE CONTRACT DOCUMENTS. The complete contract consists of the following contract doeumentsl A. Plans and Speeifications for RAINBOW DRIVE AND STELLING ROAD TRAFFIC SIGNAL MODIFICATION, PROJECT 5008 B. Faithful Performance Bond, Labor and Materials Bond, Insurance Certificate C. This Contract O. 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 NORK. 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 manlier, the work of TRAFFIC SIGNAL MODIFICATION as ealled for, and in the manner designated in, and in striet conformity with, the plans and Specifications prepared by: Mr. Bert J. Viakovich, Director of Public Works and adopted by the City, which Plans and Specifications are entitled, respectively, RAINBOW DRIVE AND STELLING ROAD TRAFFIC SIGNAL MODIFICATION, PROJECT 5008 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 :ne inspection and approval of the City, or its representative. 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 abo.ve agreed to be done, the sum of: THIRTY NINE THOUSAND SEVEN HUNDRED THIRTY ONE AND 00/100 DOLLARS ($39,731.00) subject to additions and deductions as provided in the 'Contract Documents, per Exhibit "An attached hereto. 4. DISPUTES PERTAINING TO PAYMENT .'OR wORK. Should any dispute arise respectiqg 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, COMPLIAI,CE NITll LAW. The Contractor shall, at his expense, obtain all, necessary permits and licenses, easements, e~c., for the construction of the project, give all necessary notices, pay all fees required by law, and comply with all laws, ordinances, rules and regulations relating to the work and to the preservation of the public health and safety. 6. INSPECTION BY THE CITY. The Contractor shall at all times maintain proper facilities and provide safe access for inspection by the City to all parts of the work, and to the shops wherein the work is in preparation. Where the Specifications require work to be specially tested or approved, it shall not be tested or covered up without timely notice to the City of its readiness for inspection and without the approval thereof or consent thereto by the latter. Should any such work be covered up without such notice, approval, or consent, it must, if required by the City, be uncovered for examination at the Contractor's expense. 7. EXTRA OR ADDITIONAL WORK AND CHANGES. Should the City at any time during the progress of the work require any alterations, page ;< deviations, additions or omissions from the Specification~ or plans or the contract Documents, it shail have the riqht to do so, and the same shall in no way affect or make void the contract, but the cost or value the~eof 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 aqreement of the parties, or in accordance with the rules of the American Arbitration Association if the parties are unable to aqree. No extra work shall be performed or change be made except by a written order from the City, duly authorized by resolution of its governing body, and by all agencies whose approval is required by law, statinq that the extra work or chan",e is authorized, and no claim f~r an addition to the contract sum Shall be valid unless so ordered. S. CHANGES TO MEET ENVIRONMEN'rAL REQUIREMENTS. The City shall have the right to make changes in this Contract durinq the course of construction to brinq 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 chanqes 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 Aasociation if the parties are unable to aqree. 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 uni t price, if applicable, or in accordance with the aq'reement of the parties, or ,in accordance with the rules of the American Arbitration Association if the parties are unable to al,free. 10. TIME FOR COMPLETION. All work under thia Contract shall be completed I ON OR BEFORE FEBRUARY 10. 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, lockouta by others, fire, unusual delay in transportation, unavoidable casualties or any causes beyond the Contractor's control, or by delay authorized by the City, or by any cause which the City shall determine justifies the delay, then the time of completion shall be extended accordingly. This paragraph does not exclude the recovery of damages for delay by either party under other provisions in the Contract Documents. page 3 11. INSPECTION AND 'l'ESTING 'OF' MATERIALS. The Contractor shall notify the City a sUfficient time in ~dvance of the manufacture or production of materials to be supplied by him under this Contract, in order that t·he Ci ty may arrange for mi 11 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 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 tl!!rminate. 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 Contractl 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 pe~form 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 which the city may retain under paragraph 21 of this Contract until t.he final. completion and acceptance of alt work covered by the Contract, the City may vithhold from payment to the Contractor such an amount or amounts as in its judgment may be necessary to pay just claims against the Cont.ractor or any SUbcontractors for labor and services rendered and materials furnished in and about the work. The City may applr such withheld amount or amounts to the payment of such claims n its discretion. In so doing, the City shall be deemed the agent of the Contractor, and any payment so made by the City shall be considered as a payment made under the Contract by the city to the Contractor, and the city shall not be liable to the Contractor for any such payment made in good faith. Such payment may be made without prior judicial determination of the claim or claims. With respect to any retention of payment by the city to ensore performance of the contract, Contractor will be entitled to sUbsti tute securi.ties' as provided in Section 4590 of the california Governml!!nt Code as more fully described in the City's" Notice to Contractors. Page 4 14. NOTICE AND SERV1CE THEREOF. Any notice from one party to the other under this Contract shall be in writing, and shall be dated and signed eit~er by tbe party giving such' notice, or by a duly authorized representative of such party. Any such notice shall not be effective for any purpose whatsoever unless served in the following mannerl (a) if the notice is given to the city either by personal delivery thereof to the city Manager of the City, or by depositing the same in the United States mails, enclosed in a sealed envelope, addressed to the City, postage prepaid and certified; (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 aite of the project, or by depositing the same in the United States mails, enclosed in & 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 sucll surety or other person, or by depositing the same in the United States mails, enclosed in a sealed envelope, addressed to such s~rety or person, as the case may be, at tile address of such surety or person last communicated by him to tile party giving the notice, postage prepaid and certified. 15. ASSIGNMENT Oi' CONTRACT. Ne! ther thereof, nor moneys due or to become assigned by the Contractor without the the City. the contract, nor any part due thereunder, may be prior written approval of 16. COMPLIANCE WITH SPECIFICA'UONS OF MATERIALS. Whenever in the specifications, any material or process is indicated or specified by patent or proprietary name, or by name of manufacturer, such specifications must be met by Contractor, unless tne City agrees in writing to some other material, process or article offered by Contractor which is equal in all respects to the one specified. 17. CONTRACT SECURITY. The Contractor shall furnish & surety bond in an amount at least equal to one hundred percent (100" of the contract price as security for the faithful performance of this contract. The Contractor shall also furnish a separate surety bond in an amount at least equal to one hundred percent (l00') of the' contract price as securitr for the payment of all persons for furnishing materials, prov sions, provender, or other supplies, used in, upon, for or about the performance of the work contracted to be done, or for performin9 any work or labOr thereon of any kind, and for the' payment of amounts due under the Unemployment Insurance Code with respect to such work or labor in connection with this Contract, and for the payment of a reasonable attorney's fee to be fixed by the court in case suit is brought upon the bond. Page 5 lB. It~SURANCB. 'rhe Contractor shall not commence work under' this Contract until he has obtained all insurance required by the City, nor shall the Contractor allow any subcontractor to commence work on his subc:ontract', 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'a coverage to include the contractual liability assumed by the Contractor pursuant to this Contract and particularly paragraph 19 hereof. Any policy of insurance required of the Contractor under this Contract shall also contain an endorsement providing that thirty (30) days' notice must be given in writing to the City of any pending change in the limits of liability or of any cancellation or 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 sny work i~ sublet, the Contractor shall require the SUbcontractor similarly to provide Worker's Compensation Insurance and Employer's Liability Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. In signing this Contract the Contractor makes the following certification, required by Section 1861 of the Labor Coder • WI 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.·' (bl LIABILITY INSURANCE. The Contractor shall take out and maintain during the life of this Contract such Bodily Injury Liability and Property Damage Liability Insurance as shall protect him and any subcontractor performing work covered by this Contract from claims for property, damage, including third-party property damage, to include coverage on property in the care, custody and control of the Contractor, and also excluding what are commonly known as the ·X, C, and UW exclusions (having to do' with blasting, collapse, and underground property damage), which may arise from Contractor's operations under this Contract, whether such operations be by himself or by any subcontractor or by anyone directly or indirectly employed by either 'of them and the amounts of such insurance shall be as follows. Bodily Injury Liability Insurance 1n an amount not less than $300,000.00 for injur ies, including accidental death, to any. one person, and subject to the same limit for each person, in an amount not less than $500,000.00 on account of one accident, and Page 6 .. prODer~v Damage Liability Insurance in an amount not less than $250,000.00. The city and its officers and employees, shall be named as additional insureds on any such policies of insurance, which shall also contain a provision that the insurance afforded thereby to the city, its officers and employees, shall be primary insurance to the full limits of liability of the policy and that if the city, or its officers and employees, have other insurance against a loss covered by such policy, such other insurance shall be excess insurance only. ' 19. HOLD BARMLESS. The Contractor will save, keep, and hold harmless 'the city and all officers, employees, and'agents thereof from all damages, costs, or expenses, in law or in equity, that may at any ,time arise or be set up because of personal 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 ,infrinqement of the patent rigi1ts 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. Notwithstandinq the above, the Contractor shall wherever it is necessary keep and'maintain at his sole cost and expense durinq the course of his operations under this Contract such warninqs, siqns, and barriers as may be required to protect the public. The provisions of the precedinq sentence shall not impose any liability upon the City and are for the expresS benefit of the qeneralpublic. 20. BOORS OF WORK. Eight 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 Ume by the Contractor or by any subcontractor or subcontractors under this Contract, upon the work or upon any part of the work contemplated by this contract, shall b,,-required or permitted to work thereon more than' eight hours durin9 anyone calendar day and forty hours during anyone calendar week, except, as provided by Section 1815 of the Labor Code of the State of California, 'work performed by employees of contractors in excess of eiqht 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 eigbt bours per day at not less than one and one-half times the basic rate of pay. It is furtber expressly stipulated tbat for each and every violation of sections lell-1815, inclusive, of th., Labor Code of the state of California, all the' provisi~ns whereof are deemed to be incorporated berein, the Contractor sball forfeit, as a penalty to the City, twenty-five dollars ($25.001 for' eacb laborer, worker, or mechanic employed in tbe execution of this Contract by contractor, or by any subcontractor under this Contract, for each calendar day during whicb .aid laborer, worker, or mechanic is required or permitted to work mote than eight hours in anyone calendar'day and forty hours in anyone calendar week in violation of the provisions of said Section. of the Labor Code. Page 7 '-, The Contractor, and each subcontractor, shall keep an accUrate record showing the names of and actual hours worked each calendar tay and each calendar week by all laborers, workmen, and mechanics dmployed by him "in connection with the wor~ contemplated by this Contract, which record . shall be open at all reasonable hours to the inspection of the city of its officers or agents and to the Division of Labor Law Enforcement of the Department of Industrial Relations of the State of California. 21. WAGE RATES. Pursuant to the Labor Code of the State of california, or local law thereto applicable, the city has ascertained the general prevailing rate of per diem wages and rates for holidays and overtime in the locality in which this work is to ~ pereormed, for each craft, claasification, or type of laborer, ""I)rklllan, or mechanic needed to execute this Contract. The prevailing wages so determined are set forth in the Specifications and made a part hereof. Neither the notice inviting bids nor this contract shall constitute a representation of" fact as to the prevailing wage rates upon which the Contractor or any subcontractor under him may base any claim aiainst the City. 1776. la) Each Contractor and subcontractor shall keep an accurate payroll record, showing the name, address; social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by. him or her connection with the public work. (b I The certified hours at basis I payroll records enumerated and shall be available for tbe principal office of under subdivision la) sball be inspection at all reasonable the Contractor on tbe following , (II A certified copy of an employee'S payroll record shall be made available for inspection or furnished to such employee or h'is or ber authorised representative on request. (2) A certified copy" of all payroll records enumerated in subdivision (al shall be made available for inspection or furnisbed upon ,request to a representative of the body awarding the contract, the Division of Labor Standards Enforcement and the Division of Apprenticeship Standards of the Department of Industrial Relations. {]l A certified copy of all payroll records enumersted in subdivision (al sball be made available upon request to the public" for inspection or copies thereof made, provided, bowever, tbat a request by the public shall be mads through either the body awarding the contract, the Division of Apprenticeship Standards, or tbe Division of tabor Standards Enforcement. The public shall not be given access to such records at the principal office of the Contractor. Icl Each Contractor shall file enumerated in subdivision (al with records within ten (ID) days after a certified copy of the records the entity that· requested such receipt of a written request. Page 8 (d) Any copy of records. made available for inspection as copies and lurnished upon request to the public or any public agency by ~he awarding bids, the Division of Apprenticeship Standards or the Division of Labor S~andards Enforcement shall be marked or oblitera~ed in such' a manner as to prevent disclosure of an individual's name, address and social securi~y number. The name and address of the Contractor awarded the contrac,t or perf01'llling the contract shall not be marked or obliterated. (el The Contractor shall inf01'lll the body awarding the contract of the location of the records enumerated under subdivision (a), including the street adqress, city and county and shall, within five working days, provide a notice of a change of location and addresa-. If) In the event of noncompliance with the requirements of this section, the Contractor shall have ~en (10) days in which to comply subsequent to receipt of written notice specifying' in what respects such Contractor must comply with ~his .ection. Should noncompliance still be evident after such ~en (10) day period, the Contractor Shall,· as a penalty to ~he state of political subdivision on whose behalf the contract is made or awarded, forfeit twenty-five dollars ($25.00) for each calendar day or portion thereof, for each worker, until strict compliance is effectuated. Upon tbe request of the Division of Apprenticeship Standards or the Division of Labor Standards !nforcemant, such penalties shall be withheld from progress payments then due. (g) The body awarding the contract shall cause to be inserted in the contract stipUlations to effectuate this section. Such stipulations' sh'all filt ~he responsibility for compHance with this section on the prime contractor. ih) The director shall adopt rules consistent with the california public Records Act, (Ch; 3.5 (commencing wi~h Section 62501 of Div. 7, Title 1. Gov. Ch.) and the Inf01'lllation practices Act of 1977, (Title 1.8 (commencing with Sec. 1798) pt. 4, Div. 3, civ. c.) governing the release of suah records, including the establiShment of reasonable fees to be charged for reproducing copies of records required by this section. (Added by Stats. 1978, en. 1249). 1775.5 ifotbing in thi.s chapter shall prevent the employman~ of properly registered apprentices upon public work. Every such apprentice shall .be paid the apprentices under the regulations of the craft is employed, and sball be employed only at the trade to wbich he is registered. . . Page 9 standard wage paid to or trade at which he work of the craft or .' only apprentices, as defined in Section 3077, who are in traininq under apprenticeship standards and written apprentice aqreements under Chapter 4 (commencinq with Section 3070), Division 3, of the Labor Code, are 'eliqible to be employed. on pUblic works. The employment and trai'ninq. of each apprent:.ice shall be in accordance with the provisions of tbe apprenticesbip standards and apprentice aqreements under whicb be is traininq. When tbe Contractor t~ whom tbe contract is awarded by tbe state or any political subdivision, or any subcontractor under bim, in performinq any of tbe work under tbe contract or subcontract, employs workmen in any· apprenticeable craft or trade, the contractor and subcontractor sball apply to tbe joint apprenticeship committee administerinq the apprenticeship standards of the craft or trade in the area of the site or tbe public work for a certificate approvinq the Contractor or subcontractor under tbe apprenticesbip standards for the employment and. traininq of apprenticesbips in tbe 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 approvinq the subject contractor or subcontractor, shall arranqe for the dispatch ot apprentices to the Contractor or subcontractor in order to comply with this section. Tbere shall be an affirmative duty upon the joint apprenticeship committee or committees administerinq tbe apprenticesbip standards of tbe craft or trade in the area of the site of the public work to ensure equal employment and affirmative action in apprenticeship for women and minorities. Contractors or subcontractors shall not be required to submit individual applications for approval to local joint apprenticeship committees provided they are already covered by tbe local apprenticeship st~ndards. Tbe ratio of apprentices to journeymen who shall be employed in tbe craft or trade on the public work may be the ratio ~ipu1ated in tbe apprenticeship standards under whicb the joint apprenticesbip committee operates but in no case shall ~he ratio be less than one apprentice for eacb five journeymen, except as otherwise provided in this section. . Tbe Contractor or subcontractor, if he is covered by this section,upoo the issuance of the approval certificate, or if he bas been previously approved in sucb craft or trade, shall employ the number 'of appren.t:.ices or the ratio of apprentices to journeymen' s~ipulated in tbe apprenticeship standards. Upon proper showinq by' ·the Contractor that he employs apprentices in such craft or trade in the state on all of this contract on an annual averaqe of not less than.one apprentice' to each five journeymen, the Division of Apprenticeship Standards may qrant a certificate eltemptinq the contractor for tbe l-to-5 ratio as !let fortb in' this section. This lectiod sball not apply to ,contracts of qeneral contractors invo1vin~ less than thirty thousand ($30,000.001 or twenty (20) warkinq days or to eontraets of Specialty eontractors not biddinq for work throuqb a qeneral or prime contractor, involvinq les9 than two tbo~sand dollars ($2,000.00) or fewer than five (S) workinq days, Paqe 10 " "Apprenticeable craft or trade,· as used in this section, shall' mean a craft or trade determined as an apprenticeable occupation in accordance with rUles and regulations prescribed by the 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 from the l-to-S ratio set forth in this section when it finds that anyone of the following conditions are met, (a) In the event unemployment for the previous three month period in such ar~a exceeds an average of lS percent, or (b) In the event the number of apprentices in training in such area exQeeds a ratio of l-to-5, or (c) If there is a showing that the apprenticeable craft or trade is replacing at least one-thirtieth of its journeymen annually throUgh apprenticeship training, either Il} on a statewide basis, or (2) 'on a local basis •. (d) If assignment of an apprentice to any work performed under a public works contract would create a condition which would jeopardize his life or the life, safety, or property of fello~ employees of the public '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 S ratio on a local or statewide basis the member contractors ~ill not be required to submit individual applications for approval to local joint apprenticeship committees, provided they are already covered by the local apprentic.esh.ip standards. ~ 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 !unds to administer and conduct the apprenticeship program in any such craft or trade in the area of the si te of the public work, to wbich fund or funds other contractorl in the area of the site of the public work are contributing, shall contribute to the fund or funds in each craft or trade in which he employs journeymen or apprentices on the public work· in the same amount or upon the . saine .basis and in the same manner as the other contrsctors do, but where the trust fund administrators' are unable to accept such funds, con.tractors not signatory to the trust agreement shall pay a like amount to the California Apprenticeship council. The contractor or subcontractor may add the amount of such contributions in computing his bid for the contract. The Division of tabot'Standards Enforcement is authorized to enforce the payment of .iuch'·ec:lntribution!l to the fund or funds as set forth in section 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 res~onsibility of compliance with this section for ,all apprentlceable occupations with the prime contractor. All decisions of ,the joint apprenticeship c~ittee under this section are subject to the proviSions of Section j08l., (Amended by Stats. 1916 ,Ch. 1179) 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 qround of the race, religioUS creed, color, national oriqin, ancestry, sex, or age, except as provided in Section 3077, of such employee. (Amended by Stat. 1976, Ch. 11791 1777.1 (a) In the event a contractor willfully fails to comply with the provisions of section 1777.5, SUch contractor shall. ' (1) Be denied the right to bid on any public works contract for a period of one year fro. the date the dete~ination of nonco~liance i ... de by the Administrator of Apprenticeship, and (2) Forfeit as a civil penalty in the su. of fifty dollars ($50.001 for each calendar day of noncompliance. Nothwithstanding the provisions of Section 1727, upon receipt of such a dete~ination the awarding body shall withhold fra. contract progre.s payments then due or to become due such su.. (bl Any 'such dete~ination shall be issued after a full investlgat.1on, a fair and i~artial hearing, snd reasonable .notice thereof in accordance with reasonable rules and procedures prescribed by the California Apprenticeship council • • _ (cl Any funds withheld by the awarding body ~rsuant to this iection shall ,be deposited In the general fund if the awarding body is a stat. entity, or In the e4uivalent fund of an awarding body if such awatding body is an entity other than the state. The interpretation and enforcement of Sections 1777.5 and 1777.7 shall b. 'in accordance with the rules and procedures of the california Apprenticeship council. (Amended by Stats. 1978, Ch. 1249) It shall be mandatory upon the Contractor, and upon any ,subcontractor under hi., to pay not less than the said specified rates to all laborers, wormea, and mechanics employed in the execUtion of the Contract. It is further expressly stipulated that the" Contractor shall, as 11 penalty to the city, forfeit twenty-five ,doliat:1I '($25.00) for each calendar day,' or portion thereof, for .> .aclr labot:er. worban, or mechanic paid less than the stipulated ';\~d!tiiyUHng tates Eor any work done under this Contract by him or by ~:~~' any: llibeon tt:sctor under work done under thia Con tract by him or by ; ,';;t: iliy ilubeontractor under him, and Con tractor agrees to comply wi tn . ":," All provisions of Section 1775 of the Labor code. Page 12 .' In case it becomes necessary for the Contractor or any subcontractor to employ on the project under this contract, any person in a trade or. occupation (except executives, supervisory, administrative, clerical, or other non-manual workers as suchl 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 Con tractor wi th 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 Commisaion 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 notice be recorded within ten days after the acceptance of completion of such Contract as evidenced by resolution of its governing bodYI 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 (1o,) of said contract price so held back as providedl 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 iS9uing 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 writinq 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 writinq aforesaid, in lieu of the certificates, then a compliance by the Contractor with the requirements of said wr.itinq shall entitle the Contractor to the certificates. The payment of proqress 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~oval 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 existinq public utilities, if any, located on the site of construction, but only if such public utilities are not identified by the city in the plans and Specifications made a part of the invitation for· bids. The City shall compensate the Contractor for costs. incurred in relocatinq or repairinq damaqe to utility facilities not indicated in the Plans and Specifications, other than service laterals when the presence of such utilities on the construction site can be inferred from the presence of such visible facilities as buildings, and meters and junction boxes on, or adjacent to, the construction site. The Contractor shall not be assessed liquidated damages for delay in completion of the contract project, as provided in Paraqraph 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 existinq utility facilities. If the Contractor while p~rforminq the contract discovers utility facilities not identified by the City in the Contract plans and Specification., the service laterals as hereinabove described, he shall immediately notify the City in writinq. 25. CONTRACTOR'S RESPONSIBILITY FOR THE WORE. The Contractor shall not be responsible for the cost of repairinq or restorinq damaqe 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 dalllaqe to the work caused by an Act of God. -Acts of God-shall include only the followinq occurrences or conditions and effects I earthquakes and tidal waves, when such occurrences or conditions and effects have been proclaimed a disaster or state of emerqency by the Governor of the State of California or by the President of the United states, or were of a maqnitude at the site of the work sufficient to have caused a proclamation of disaster or . state of emergency havinq occurred in a populated area. Subject to the foreqoing, the City shall not, .in any way or manner, be answerable or suffer loss, damaqe, expense or liability for any loss or damaqe that may happen to said buildlnq, work, or equipment or any part· thereof, or in, Paqe 14 on, or about the same during its construction and acceptance. before' 26. CONTRACTOR'S GUARANTEE. The Contracto~ ,unqualifiedly guarantees the firat-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 11 the subject of this Contract, unless a lesser quality is expresaly authorized in the Plans and Specifications, in which event the Contractor unqualifiedly guarantees auch lesser quality, and that the work as performed by the Contractor will conform with the Plana 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 cost to the ci ty. ' 27. LIQUIDATED DAMAGES. Time shall be of the essence of this Contract. If the Contractor fails to complete, within the time fixed for such completion, the work hereinbefore mentioned and described and hereby contracted to be done and performed, he shall become liable to the city for liquidated damagea in the sum of $150.00 CALENDAR DAYS for each and every working day during which said work ahall remain uncompleted beyond such time for completion or unlawful extension thereof, which sum shall be presumed to be the amount of damage thereby sustained by the City since it would be impracticable or extremely difficult to fix the actual damage, and the amount of liquidated damages may be deducted by the City from moneys due the Contractor hereunder, or his assigns and successors at the time of completion, and his suretiea lihall be liable to the ci ty any excesa. ~8. ADDITIONAL PROVISIONS. None Page 15 STATE OF CALIFORNIA COUNTY OF ,. MJ;lJ;.(\., .Gk;)'R;)', .. ,., .. (;!(!)~Qt,,)GkJ~C1W~~~?C'l(9QC9C'(9:~C)~~ I @"-:COFFICIAL SEAL ~ -.; . RITA FISHER ; . ,».~ NOTARY PUBLIC· CALIFORNIA ~ • '" SANTA CLARA COUNTY ~ ~ 'My Commission Expir •• April 10, 1992 ~ ~~~G);llGX1GX1C>l'11~Gl;:l~Gl;:lGl;:lGl;:lG1l)G: 58. On this ...... ~?":h ........ day of. ..... ~U~U~.T ................... , in the year .............. \ 9.a? ................................................. , before me, . ......... R XI ..... l.'lSl\J;,R ............... , a Notary Public, State of California, duly licensed and sworn, personally appeared ............................ , . , .. . . "." ....•..•....... JQ~JlaN. ~ •.. CROWI): •.•.................................. , personally known to me (or proved to me on the basis of satisfactory evidencel to be the person who executed the within instrument as .. y:t.Gl', .l;'~f..:'HRl):l'\T, or on behalf of the corporation therein named and acknowledged to me that such corporation executed the within instrument pursuant to its by-laws or a resolution of its board of directors. IN WITNESS WHEREOF I have hereunto set my hand and affIXed my official seal in the ... , .. , ..... 9AUL ...... , . , County of. .. ?AliA" ......... . TIll$ doe\Jll1\l!11;$ only a guoomJ form wh~ nmybBpruparfcr U5e in 0011'101<3 ••• , , •••••• , •••••• , ~.I,.~.li~ ....... t on the~da :e set~fo abov in this certificate. Irfl/\&illlliDns and In no way 1Id!I. or I1lntended to ad. as a S'.lbst1u19101 lhe~ ~ .- (!;dW:e 01 an attomoy. ~prlrWr~;\ no! mak$ 61'1; warnJ/llyflthar6JO'l!1lS& Or impliad ... ll) \tIa .:::::::::.:Id. logsva:idit)o"fan'lprovbionorINtSI!IUlbr.tyof~hmniii!li!l!)'$p!!(i!it~, Nota..r'jt Public, State of California Cowdery's Form No. 28 Acknowledgement to Notary Public - Corporation (C. C. Sees. 1190-1190.1) -(Rev. 1183) My commission expires 4-10-92 . . P.O. No. IN HITNESS WHEREOF, the parties have executed this COntract, in duplicate, the day and year first hereinabove written. CITY OF CUPERTINO Approved Mayor city Attorney City Clarlu DatelCi ty Clerlu J' ~ ~ CONTRACTOR. ROSENDIN ELECTRIC, INO ...... (J,fB~ Notary acknowledgment required. /-JORjJAN B, CROWE l! a corporation, corpo!!,ate .eal VICE PRESIDENT and corporate notary ~~A' G acknowledgment require4. IYI ,JA ER, HIGHWAY DIVISION project, NalDe aDd Number.. RAINBOW DRIVE AND STELLING ROAD TRAFFIC SIGNAL MODIFICATION, PROJECT 5008 contractor. Nllme. ROSENDlN ELECTRIC, INC., P.O. BOX 5061, SAN JOSE, CA 95150 Contract: Amountl THIRTY"NINE THOUSAND SEVEN HUNDRED THIRTY ONE AND 00/100 DOLLARS ($39,731.00) ccntraOt: Account NWllber I· 120-953-5008 Page 16 . " 1988 CAPITAL IMPROV~~T PAYMENT SCHEDULE QUA.~TInES FRIDAY December January February March April May June July July August September Oecober November December ..... i:.. CUT-OFF DATE 5:00 18 15 12 11 8 6 3 1 29 26 23 21 18 16 P.H. .. -" '. .. ,," . CRECK RELEASE DATE FRIDAY January 1 January 29 February 26 March 25 April 22 May 20 June 17 July 15 August 12 Sepcember 9 Oecober 7 November 4 December 2 December 30 • " .~ .. : .~ . . . : .. , PROPOSAL TO THE DIRECTOR OF PUBLIC WORKS CITY OF CUPERTINO 10300 TORRE AVENUE CUPERTINO, CA. 95014 E.X" l-/iBiT A In compliance with the Plans, specifications and/or Special Provisions for the constructing to completion the RAINBOW DRIVE and STELLING ROAD Traffic Signal Modification, PROJECT 5008, I, the undersigned, heral:>y declare that I have read the proposal requirements, visited the site, and examined all of' the above dOCUIllents. I, the undersigned, heral:>y propose to do all work required to complete the project in accordance with the Plans, specifications and/or Special Provisions for the prices set forth in the following schedule. I further understand that said prices include all costs including, but not limited to, local, state and federal taxes or transportation costs. I, the undersigned, also understand that the quantities shown below are estimates only, being given on a basis of comparison of bids, and that the City of cupertino does not state that the actual amount of work will correspond but reserves the right to increase, decrease or delete the amount of any class or portion of the work or to omit items or portions of the work that may be deemed necessary by the Engineer. The city of cupertino reserves the right to unilaterally determine and award the contract to any qualified bidder based on the most advantageous proposal, to reject any or all bids or to waive any irregularities in the bidding procedures. Th.e 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 RAINBOW DRIVE at STELLING ROAD, PROJECT 5008 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 ROSENDIN ELECTRIC, INC. . . . BID PROPOSAL (Continued) ~ FOR COMPLETION 1. Traffic signal poles and hardware will be deli~red to the job site for installation on or before.J2CKFMBffl ,010 , 19~. 2. The traffic signal system will be complete and operating on or before &43RI!A-f{Y 1017f I 198'). 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 each and every portion of the completion process. ITEM EST.OTY. UNIT ESTIMATED QUANITIES ~ UNIT ~ICE TOTAL 1. O~(l) 2. ONE(l) 3. 1 LS Traffic Signal Modification: _ '~!;rfl1 l... c,rtI n-\o"sW2 1U\...:J.e Hv ... JY'e,Q ~~,h1 Dollars Lump Sum LS construction Signing & Traffic Control: !'fl Etv-€ P,u ... ~v('e:: Dollars Lump Sum Each Remove Traffic Signs: Qt.J6 HcJrJoBED Dollars per Each $ 10Q. DO lEa $ 100. a::::> proposal Page 2 ROSENDIN ELECTRIC, ING. .. PROPOSAL (Continued) BID ESTIMATED QUANITIES UNIT PRICE ITEM EST.QTY. UNIT TOTAL 4. 2 5. 4 6. 380 7. 140 8. 475 9. 390 . Each Relocate Traffic Signs: TI1.}Q HvNOREO ~.._::::=_=-==-=;:--________ $ 2(){),!JO/Ea $ tJoo.a Dollars per Each Each Install Traffic Signs: TWO I:iVNOfUU) ~========~$ 2OO,OO/Ea $ mOC Dollars per Each LF Remove Painted Traffic Striping: THReE --------------- ~.._::::=_=_==__...._.r:::=_:;;:::::r_--$ .3. a? /LF $1) 'fo,a Dollars per Lineal Foot ' LF Install Traffic striping state Detail 27A: ~/ EJt:::.LL CErJT.s ----------$ O.60/LF $ 70.{):2 Sollars per Lineal Foot LF Install Traffic striping state LF Detail 39: v' FfFTL C.£ll.ff:5 ~~!iini!;rr;rru;;;trFOOt--$ 0, 50 /LF $ Z3 7.50 ~olla%s per Lineal Foot Install Painted 12 Inch White Traffic striping: ,_ I Otv E DOli ttR. AfIJ[) ,93JleAfTY FII/E (.C£A)~~T.s~=fii~·· ~r== $ I. 75 /LF $ 68Z!!1J ~lla~per Lineal Foot proposal page 3 ROSENDIN ELECTRIC, INC. . . . PROPOSAL (continued) BID ESTIMATEP QUANITIES UNIT PRICE ITEM EST.QTY. UNIT TOTAL 10. 590 11. 230 12. 6 13. ONE (1) 14. 40 15. 45 . LF Install Traffic striping state Detail 21: ';;;;-:-;;=---=:-;;:-;-rr-=-: -;-,-;-==.-;.::----$ L 00 /LF $ 5'20,0 Dollars per Lineal Foot LF Install Traffic striping State Detail 38: ONE: ~-~====- =~:::-::-=-;;-r.::-::-::.--:;:;=-:=---$ 1.00 /LF $ 2-?/J, 0-Dollars per Lineal Foot Each Install Pavement Legends: F/ETY- ;;;;;;:;:;:;;;:~=====-$ So. OO/Ea $ X:O,a Dollars per Each LS Removal of p.e.e. Island Curb and Fill: TWo TlioU.5ltdO E I Vt? YUA.Jf)REO ~ < Dollars Lump Sum SF Install Four(4) Inch p.e.e. Median cap: :ITi~Vvi~C;;'2J"LJL\A~c..::-=====- =-=:;;:::::=:::::;==::::::;;::::;==== $ I 2, OO/SF $ '180, Dc. Dollars per Square Foot LF Install p.e.e. Extruded CUrb: ~~~~;:;::;;::;;;:==-$ {5 ,DO /LF $ b 1.5. U. Dollars per Lineal Foot Proposal Page 4 ROSENDIN ELECTRIC, INC. , . . PROPOSAL (Continued) . BID ITEM EST.QTY. UNIT ESTIMATED QUANITIES ITEM UNIT PRICE TOTAL . 16. 17 Ton Provide and install A.C. Deeplift: ONe tlUAJDBEJJ &)0 rWGNTY ---------. $ 12aWTon $2. Dqo" Dollars per Ton I TOTAL PRICE BID: $ S9\131.~ ======~====~===~======== I, the undersiqned aqree 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 undersiqned, declare that this bid is made without connection with any person, firm, or corporation makinq a bid for this work, and is in all respects fair, and without collusion or fraud. I, the undersiqned, recoqnize that the Director of Public Works of the city of Cupertino will reserve the riqht to establish the priority of one portion of the work over another and each startinq date where conflict of construction schedules occur. Attached hereto is the ~QlljJ=AI,'l. Cifxt,Uied check,~d,bond>or surety in the amount of $ tJlUUtK:> tJUNU' I wh ch amount represents ten percent(lot) of the total amount of the bid, as required by law and the notice to bidders. Proposal Paqe 5 ROSEN DIN ELECTRIC, INC. .. PROPOSAL (Continued) BIDDER QUALIFICATION lQBH 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 work comparable with that required by proposed contract is -25+ years operating under current business name. Our experience in work comparable with that required by proposed contract is 25+ years operating under business name ROSENDIN El fI:I RII~ INI~ Our california Contractor's License Number is 142881 the our the the • • The classification of this License is __ ~<:~I~O~-~~~~ _______ . The following is a list of work similar in character to that required in the proposed contract which our organization or personnel in our organization has completed within the past three (3) years. Year Class. Location 2f Work and for Whom Performed 1987 SIGNAL INSTALLATION, 04-SCL-130-1.3,1.6 ALUM ROCK AVE., SAN JOSE, CALTRANS -------------------------------------------- ~ __ ~SuI~GANAW!~.~I~N~ST~A~!~.j,~AT~IuQ~N~0~4~-~S~C~!.-~1~3~0~ ________________ _ Q. 4, 1. Q; ALUM ROCK AVE.. SAN JOSE CAL TRANS ,------------------------------------------- proposal Page 6 AlIIount 60,334.00 61.070.00 ROSENDIN ElECTRIC, INC. PROPOSAL(Continued) SUB-CONTACTQRS lQBH The sub-contractor(s) that I propose to use to perform any of the work for this project are listed below. only those listed shall perform work on this project. , 1. Name RIl£t5 STfflelN6 · . Address MNIT7NEZ CI'<. 7 • Work to be Performed _""'5!J.I .... G<LN=lN-"'-'(.d.;>---'.r~-'S~r..L..i..J8u.ILeJ.,(I\Jp,..u(-<<L-__ _ 2. Name BoBrQ {£)1TO • Address /DELMONT. CA l • Work to be Performed A, c.. OeEPU ET 3. Name CtfA-! OES c.oiJceifc Address PBEMD~ CA • Work to be Performed pce.. ('i\EDlAiA) c:.ttf * Etr8tJOEO CURt3_ . 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 7 ROSENOIN ELECTRIC, INC, • PROPOSAL (Continued) SIGNATURE lQEM IF Y01:J ARE AN INDIVIDUAL, SO STATE. IF YOU ARE A COMPANY OR A CO-P~TNERSHIP, STATE THE COMPANY NAME AND LIST THE NAMES OF ALL INDIVIDUAL CO-PARTNERS COMPOSING THE COMPANY. IF YOU ARE A CORPORATION, STATE THE LEGAL NAME OF THE CORPORATION AND THE NAMES OF THE PRESIDENT, SECRETARY-TREASURER AND MANAGER, THE CORPORATE SEAL MUST BE AFFIXED TO THIS FORM, ROSENDIN ELECTRIC. INC. TYPE OF BUSINESS R. J. ROSENDIN -PRESIDENt CORPORATION : ROSEN DIN ELECTRIC, INC. J. M. ROSENDIfI -a Y. fR~ 6. &m. .: .--~ .. CO-PARTNERSHIP: ____________________ , • INDIVIDUAL . _------------------------- JOINT VENTURE : ______________________ • OTHER : ------~(r=De=so~r::-:!i"t::b-::-e.) -:I\J9:ltiR~D.I\fG.~'H1 BIS:-.~GRI«9:IV\t.H:'E:__---· VICE PRESIDENT Name and Signature of Bidder: ___ ;-;:;::::TM:::;AN.:-A-::GE=R",. H;;:,J:::GH_::_W,-;A;::Y-:::/lI'::iVlrcSI;.;;.O;.:.N_-. (Print or Type Name) -ti~---:-~~~~~~~~~~=---~-' (S gnature) Date: __ U_6 _' _6_1_98_8 ______ • Address(mailing & looation) : P. O. BOX 5061, SAN JOSE, CA 95150 • 880 N. MABURY RD., SAN JOSE, CA 95133. ---------------, ---~----------~-' Telephone Number : ( (408) 286·2800 Aoknowledge Addenda Reoieved by oiroling the addendum number • 3 4 5 6 7 8 9 10 Proposal Page 8 ROSENDIN ElECTRIC, INC. STATE OF CALIFORNIA COUNTY OF ..... 9!'.I'TA .. Gl-AM ..... ss. ~/I<i)Il><9~fl>l')!:(!)fl>l')I:<9I:<9~It<.'J(;;!)I:<9I;i.9~ lj .oFFICIAL SEA!} ~ ~ RITA FISHER ~ ;ll NOTARY PUBLIC· CALIFORNIA g ~ SANTA CLARA COUNTY (, ~. My Commission Expires April 10, 1992 ~ ~(i)<J""'G>:/~Gl'IIUNJ(,}II"",,,,G}Il(,>ll"""t.>IlG On this ....... ~?,\1 ....... day of ..... W<iY.'lT .....................• in the year ................................... 1.?~~ ............................. , before me, . ...... ~I~~. n.SH.ER ...............••.. , a Notary Public. Stata of California, duly licensed and sworn, personally appeared ................................. . JORDAN B~ CROWE .......... , ........... , ...... , .................................................. , personally known to me (or proved to me on the basis of satisfactory evidence) b h h d h . h' . VICE PRES !DENT to e t e person W 0 execute t e Wlt In Instrument as ....... ., .. , ...... , " ... . 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 ........ ~~~~ .............. , County of. .. ~:~~.~~ .. CI:~~A. "".~I$CJ!,Ifllgeneraflonn~(!W)'OOptt'lpC!ftcfUWirl&im;>le ••••••• , ••• , •• , •••••••••••••••••• J on7!;ith date set~fort abovei this certificate. vansactiCt'4wlnflj);r;ayscts.OI'ili~load,&!Ia$.~ulI«IM ~ \' ) .-MceallVla::omey.ThepIWet~IlOtN.looMl'f\fOlVral'll)'eVlareqlfe$!lOl'~u:Olho~ ~::<"~'<':"-=_-:- kog .. Ya·od<tyol.anypmvisiono.-~"ri',.m.lynjU'lt1$OIorm.:n&nf~vliflS3Cllo:;n .... Notary Public, State of California Cowdery's Form No. 28 -Acknowledgement to Notary Public-.. Corporation (C. C. Sec •. 1190·1190.1) -(Rev. 1/83) My commission expires 4-10-92 .' 'I y' . ! " , Stat .. of California County of Marin • .. OFFICIAL SEAL . JOCELYN V. QUIRT ". • NOTARY PUBLIC-CALIFORNIA Principal Ollice In MARIN County My CQmmlsslon Expire. 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 evidencel 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 t e that such Cm,"""o:ru;;:~_~ . NOTARY PUBuC J 1 , ~ • • Bond No. 81231341 Premium: $179.00 FAITllFUI. ?EllFOBMANCE BOND KNOW ALL MEN BY THESE PRESENTS: THAT WE, ROSENDIN ELECTRIC. INC. as Principal and Federal Insurance Company as Surety are held and firmly bound untO the City of Cupertino, State of California, in the sum of THIRTY NINE THOUSAND SEVEN RUNDRED THIRTY ONE AND 00/100 Dollars ($ 39,731.00 ) lawful monay 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 ?rincipal has entered into a contract dated _________ _ with the Obligee to do and perform the following work to-wit: RAINBOW DRIVE AND STELLING ROAD tRAFFIC SIGNAL MODIFICATION, PROJECT 5008 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 Surer:y this 29th day of Au~!!st, 19.Jl!L. (To be signed by Principal and Surety and acknowledgment.) Rosendin Electric, Inc. ~;1~~~ -~ VICE PRESIDENT.. . MANAGER, HIGHWAY .D.lVISION . Federal ·'lJ:iSi.i.rance Company Surety '" ~ ._. -~~ Joan Do--Luca " jmd The above bond is acce;:ted and approved this _-/-______ ...,." ~ 19_. Bond No. 81231341 LAIIoa AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENT: WHEREAS, the City of Cupertino, State of California, and aOSENDIN 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- c0tltractors. shall fail to pay for any uterials, provisions, provender or other supplies or teams used in. upon. for or about the perforlllance of the vork 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. TRER.E'FQR£, ve, 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 uterials, 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 uchinery, 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 uterials. whose claim has not been paid by Principal or .by any other person, in the just and full sum of _____________________ _ THIRTY NINE THOUSAND SEVEN HUNDRED THIRTY ONE AND 00/100 DOLLARS _____________________ (.$ 39,731. 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 perforlllance of the vork 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. COUNTYOF ......................... . G"<!)1J>(!)Il<!)Il<!)IJ<'.)ImlG><9I:"<SI;<!lI;<!lI:"<SI;<!lI;<!l(;>(9~ ~.-OFFICIAL SEAD ~ ~ RITA FISHER E} ~ NOTARY?U8LIC· CALIfORNIA ~ R SANTA CLARA COUNTY (; ~ My Commission Expires April 10, 1992 ~ ~b""<»I.lGl<:l@l.1Gl<:1(,)<1bN)&l\IIW'IIGl'IIGl'II('l\IIGl'IIu On this .. .2y.t.h ........... day of. ,,:I!V<:iVI'.T, .. , .. , .... , ........... in the year ., .. , .. " ........ ""' .... ~ ?~~.", ........ ,.,., ...... ,.,., .. ,., ..... , before me, """" ,?~Tl\, !.I~.H~,R." .. , ...... ,., .. ,a Notary Public, State of California. duly licensed and BwornBPerBonally appeared, .. , .. , .. , .............. " ... , ... . JOR AN B. CROWE ..... , .... , ........... , .... ,., ...... , ........................................... , personally known to me (or proved to me on the basis of satisfactory evidence) tobeth h tedth ·thin· VICE PRESIDENT e person w 0 execu e Wl Instrument as ........ , ......... , .... . 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 ... ?A~P ... ,.,., ....... ,." County of ...... ~.~~.~~ ...... . --. lsillllySse. Iler3lto""_. i¢ll'l'WliYoopl'qletlotU2msimple . , ••• , ••••• ~~~~ •• , •• , •• , .~ .... ' ~t date:&set h above in this certificate. 1m~3i"dfnnowafactJ,ottsilllMdodkla::1.At/1.~'ctttw , .• ./ A _ ~ofatta1tomtly,1l<.eptlntct~lIOtmalwanyWlll'!'Nltyt»Uleretpfll""/lmpii«la,l.)the ) ~ , kJG<IIVaJ6'lyo!a."YprQ'4l3icno.-tlta~"'~llf~II'IMy~~ .. Notary Public, State of California Cowdery's Form No. 28 -Acknowledgement to Notary Publlc - Corporation (C. C. Sees. 1190·1190.1) -(Rev. 1183) My commission expires .. __ 4:....-"'1::0::.-"'9:,:2"-_____ _ Siale of California County of rlarin OfFlCIAL SEAt. JCCEL YN y. QUIRT NOTARY PUBLlc..CALIFORNIA Principal OlfiC$ln MARIN County My Commission Expires May 17. 1991 On August 29, 1988 a Notary Public of said County , before me. the undersigned. and state. personally appeared ,Toan Del.uca , known to me (or proved to me on the basis of satisfactory evidence) to be the Attorney-inFact of ___ -=F~deriU Insurance Co.1llp&lY • 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 me that such Corporation executed the same. • '~, .. Labor and Macerial Bond Page 2 And che said Surecy, for value received, hereby scipulaees. and agrees chac no change. excension of c1me, aleeracion or addicion co che cerms of che caner ace or eo ehs work co be performed thereunder or the specificaeions accompanying the same shall in any wise affect iCs obligations on this bond. and iC does hereby waive nocice of any such change, extension of time, alcer- at ion or addition to the terms of the coneracc or co the work or to che speci- fieaeions. . IN WItNESS WHEREOF, this i:serument has been duly executed by the Principal and Surety this 29th day of August • 19 ..... 8 .. 8 ___ _ (To be signed by Principal and Surety, Noeary acknoWledgments required,) Rosendin Electric, . L·. ipal JORDAN B. CROWE VICE PRESIDENT Federal ~M&JlI&tWAMv)[VIS'ON Surety DeLuca jl; The above bond is accepted and approved this __ -:-_day of __________________________ , 19 ____ , 6/17/85 POWER OF ATTORNEY Know -~I1"Men' by l_h~se F'reserit~, r~~t the F-EOER,~L _1N"SUFIANCE,COMPANVi , 15 'M9Un!~in VieW Road, W'arran, New -JeFs~y'~ a"New'J~rs_ey: C9.r:pma· tiqr!, ,'t1aS', consfit4te_d 'and apPo-inlect;_ ari9 does hS(9t:ly"constituie ,arid:,appbint, j bhn i&!, Ho;l teniann:-, GO'r ali G:. E. Ryn, J9an .DeLucaand La.w"eIH,e J.,. Coyne ,of Navatb" 'Californi,,~~~~~~~~~~--~~~~---~~---~-_---~------------__ -- ,ea~h.'jt!?:,trI.!franQ laWful ,Attorn,ey"i:r~Fact ·to'·executEi!, under 'SL!ch 'designatior) ,i'n ,jts n'ame !ind ,to affix,'it:;> corporJ3,te !;>eal ',to ·an~ ,deliver tor -and on'its behalf '!is surety there<Jn 'or ,otherwise, :bonds of ,any_ Of the. folloWing' cla~ses, t9;,wit:_' 1. Bon~~~ani~ l,I~d!ilrta~lngs,llle_~.iin:J3.ny:s'l!it, 'matter or proceedrr)~ i,n any t,o[Jr~,,;()r-filed w,ith_:any''S~eriff,or Ma,~istrale;, for Ibe dQ~ng,',Qr:r)ot-;dojng of, aqyth'ing: specified In such, Bgn-d 9r:'Un-d_~'r!a~lllg. - 2, Surety -po_nds to ,the: U n iled '"States of, Ame rica· q r; any .~genoY '~hereof; Iineluding, tho-s!? fs~ujre_d or '-pe rrn itts,d, under ,th_ ~,' laws 'qr' reg u la lion, s_ relat; n-g I to: Customs, or Inten1all:_Fl~venu~; ,1lice,ns9' anQ':perr'n.!t-:Bofld~_'or other indemni.ty'tlonds -under the laINs,_ 6idin~nces' or rt;lQulations of any',S,ate, Ci\y) i[owfI, Village, 'BQarq '_or '9the_r body'or organiz~tigl1, Pllt::lliqi'or~pri'l~te;, pongs, IQ 'Tr.a.nsportaUotl Cqmp~n,es" L_o§t rn~lrumEml bonds; te,!ise bondsi,'.workers'''Corn~ens_a­ lioo; bonds! 'Miscellalleous Surety, bonds' and bonds on, behalf of Not~ri'es:, P'ublic, Sheriffs"Deputy Sheriffs anq: :simil~r-Pt,lRliG' '9ftil;>i~rs, 3. Bond~ on' bepa!f ,6" c;:oritractgfs 'in, connection with I 1:119s1 prQPos,alsl qr contracts. In,lwitne-ss Wh~re~I;'the_',s-ai~,:FEDERA'" ~NSURANCE"COMP"N'{has, 'P!JrsuBnt',to: ils By-l:fI.",!s. ,causei::l1ti~~~,-presenls,to b;e,s!gned, by ils Assislant Vii::e";P(~siC!e~'Land:'J'lsa,sfant;Secretary'and Its :corporate"~eal !0"p~;~ereI9~lIix!,!dAhis" ,I s,t' day of Janu.;:try 19 88 'Corporate'Sea,l STATE, OF NEW,JERSEY :Couri~y ,of-§)om$~et } IBy George ,McClellan' Asslsta~1 ~ V{ce~presi~elll, ,On thl,. ls-t, 'day Q:f J an-uary, _ _ 19 ___ 88:,,,balore me:pers<jnaJ!y -c'ameIR!chard:O, O'Coniior jiime kiiowlI:a~d by,me:lmowii'to,bEi 'Assrsianti!3ei:retar~,of the, FEOERAl.iN" ,SURANCE-COMPANY.,lheu;orporaHon descrJbed 1)1 and which executed,the foregoing Power ,01 Attowey, and the saJd"Aicha[d D_ O,'Conrlor, being by,me duly SWOf!l, did depose and say ih~u,he is Assistallt,Secretary :01 ttiecF_EDERAL _INSURA~CE'COMPAt.!J'anQ k.nows_t}le,corpo.\ate'~eal !hei'eol; thEit ttJe,se:a:I'affiX~(tid,!hinoregoirig;Power oj N(omey Js;suc;h corporal~ sa.!l! <l:rid,w;;ls"therBlo:alfix'9d'py'aulh~~~y,ol.the By-laws :Of s~id Gomp;i.ny,;and th'al he ~lg'ned"said Powerol Attorney as-'~is(an! Sil1::r~tary 9' said,qompany by'1ike,auth~rh~:-an~ lha,t h~ is acqitainled,wlUi_George'M~c;:I~lIan and I(n9ws'him!~ b~,tti~A.ssf$.!arit,Vice'PrE1.side,nt of'sard "Company, ~ndl,thal)he -signature ol'said:,GeorgeiMcCleflan:subscrib~d 10 said:Power of,,A.ttorney'!s!i"n ,the',gonu(ne _hall(lwrilln_g,:91's~ld;Ge()rfi!e McClell,m and was",lhereto' subS'«(lbed ;I?y;~uihority!,cil sai~ 'By-laws 'and; in i:l.eponerl1-'s, preia'iri¢e;, '::}TA'TE 9F,NEW JER~EY Gourityi of $:ortletset } 5S, CERTJFICA'TION AtlG~I.EONMlD NOTA~ypu~licOf NEW JERSEY My, 'Gomin;ssiorr Expir@s July, 12, 1993 f::!otary,'Public, ,I.:the_ Undersigned: ASsjst_ani-~ecrelarx;o(,ihe:FEQERAL:INSURANC~ CO_~pAN_y,,~g,'_hereby c:er1ifY"lhaIJhi:!'foUowin9 J~'!l.t,rl!~ I?:)(c:§lrpt 'Ir9m' the, By'!,.aws'Qr)h~ ~!l.iQ,Cl:Im~anv, ~s adopi~lI by it~,80ard oj Dl~ctors on, March, 11. 1953' and;,mosl recently e~lnendei:!' Mal ch,5. 19B5 and' ,thaI thiS' By:Law.'isjn (ulli force~a"d,effBel. '-'-;AffnG1:i::-);\fJlt; S'ecHi:in :2.-'AII' bOilqs,_ uh.dertakings, c'ontracts ,ani:!: othe(in S,l,ru'I'Iii_nrs'oltier ,It"!an ~s 'ab9ve 19r a,n-9'Qil';bshal J ,01 tno:: 90mpariy w_~ i¢h_' i i~i5 i a-~thori~ed; QY law-or, ils chai1e.r, to,e)(e¢Litl?; ,may 'a);1d, shall' b~',exeguJe~ iii the,hafil~,ll1ld on belialf, ,,,I J_f),~,Co,mpar\y 'ei(hl?r by the_iC!1airm~fi:or'the, Vice:c,::~,frmari'~r'the-:-presjd,e,n~,or:a Ylce;P(e~idE!!lt, jQin,tly',iNilh the ~~cr{!lary"()'r'an As~j!!larit,SI:l'"t~lary" !In_der ,~heir,'re.s.pective gesignations, fJXCepllh<l:t,any o_n~'or, m9rE!,olflcers or"allomeys-in-fact designatedrin an1:"resol_Ulio~l:.ohtie,lloard'9"Dlrl?c:tors or the E_x~l::l:Itiv~:CommlU~e::'Qr in any,pow~'-o"a!l()(n""y'e)(~,cul~C1!?s" pro~19~d for in, S'ectibri ,:3 .balow, m.ay':execute any suob bond; 'underinklng or:other dhti~.illrcln, as provldedlrn-,sucJrJl'!so:futio!1~or power:of !lUo_mey.--- $ec\_iun'3. Ail power_s, 01 a~t~rn!'lY f(lt,anl)_ onl~~hloln 91 the Company __ may and sliaU b_~ _executed ih ttie n:ame and:on,be'half QUhe ~~mpany,< eith~r;by !h"e,Chairm~n pxthE! Vi~_~·9h!l\rm!ln or,~h~ pr~~-ident~r_a Vic~. Presidenl or,an Assistant vlco,presiden_l; join,tly,wlth the Secmtery or all Assistant Secretary,: uni::ler,their respeetivedeslflnations_ T,he slg!"alure of,such officers may be en_graved,' printed or Iilbograp~ed, Tho-signalum pl __ each of th",l'oll,owing officers: CJ1Eiirman,-Vico Chai(man;iP/esident;' any Vice P(eaic1ont, any AssiSiamVr.;:e preslderJ, any. Se-cre!ary, 'imy Assislant ~e"retary and the seal 01, th~ ,COrflpallY may,b(:i affixed,by facsimne '_to !lnfPowe_r _ClI aHor,n_ey or f(i.~ny cer1Hici(l.te rBleticg Ihereto'_appoioting Assistant,Secretaries or_At!orneYS'lIl:Fa!l! for" purpose,s 'onl~ ,,=!f_ ex~~tjng and'~tt.E'~tlng PClndl? "and un.de_~akings_~n.ti other 'o\!rl!in9_S obligatory !in<Jhe.nalure _thereat. and-any ~uch power.otattorney or .::ertlficate,t.earing ~uch·facsirriile_signature or,facsimi.le s~al;shall be valld and bindjng'~PQn,t_he_ Com~r1y !Ini;! any,:§:u9h power,so ,e)(ecut~d'and cerlilh3d by sUch-facsimile sif,lnatu'fQ aild Jacsimil(j soal shall tie 'valid"and b'iridin~ ,upon tfie Company with respect" io any;bolid or undertaking towhich \lis-attached:1' " I;i_urthet c!lrtlfy,that saie! FE::D~_RAlINSURANC,E COMPAfIIY i~ ~uly ifcaFlsed !o'iri'l.nsaci IIdeli'ty and'sUrjlly-business in each ol,lhe Slales olthe,Unjted, Stat§ls-of Ani,?rlcaiDi~!ric:t g! C()lum~ia, Puer16 RIco, and each olth90' Provinces'9i ,Gan!ida with !h~ e)(cepU~n ot f'rinc¥'~dw!l-"! latand:'al)ct i_s also_d~ly Hc,enl?ed to ~~c~rritl ~01~ ~!-lr",,_ty C;lIi bond~, IindertaKingste1c::, -permitt~d'oi" requIred by I_aw" ~7r~'-7'~'-"'-~~~ ,49',--· _8-,-8,--. ~ PRI~~ED ,U,~A