Loading...
80-048 Colebank Ltd. Electrical System Maintenance and Repairt G a4 „ 4 City of Cupertino AGREEMENT NO. BY THIS AGREEMENT made and entered into on the 7th day of October 19 80 by and between the CITY OF CUPERTINO (Hereinafter referred to as CITY) and Name (1) COLEBANK LTD. (2) Address ReynoldsCir-le _ City San Jose Ca Zip 95112 Phone � �0 (Hereinafter referred as CONTRACTOR), inconsideration of their mutual covenants, the parties hereto agree as follows: CONTRACTOR "Shall provide or furnish the following specified services and/or materials: ELECTRICAL SYSTEM MAINTENANCE AND REPAIR DELIVERY: as required EXHIBITS`: The following attached exhibits hereby are made part of this Agreement: Proposal and specifications for _ELECTRICAL SYSTEM MAINTENANCE AND REPAIR PROJECT 81-10 TERMS The services and/or materials furnished under this Agreement shall commence on October 7, 1980 and shall be completed before -June 30, 1981 COMPENSATION- For the full performance of this Agreement, uITY shall pay CONTRACTOR' On a time and materials basis as _described in the proposal and specifications. GENERAL. TERMS AND CONDITIONS HoldHarmless. -Contractor agrees to save and hold harmless the City, its officers, agents and employees from any and all damage and liability of every nature, including all costs of defending any claim, caused by or arising out of the per- formance of this agreement. City shall not be liable for acts of Contractor in performing services described herein. Insurance._ Should the City require evidence of insurability Contractor shall file with City a Certificate of Insurance before commencing any services under this agreement. Said Certificate shall be subject to the approval of City's Director of Administrative Services. Non -Discrimination. No discrimination shall be made in the employment of persons under this agreement because of the race, color, national origin, ancestry, religion or sex of such person. Interest of Contractor. Itis understood and agreed that this agreement is not a contract of employment in the sense that the relation of master and servant exists between City and undersigned. At all times Contractor shall be deemed to be an independent contractor and Contractor is not authorized to bind the City to any contracts or other obligations in executing this agreement. Contractor certifies that no one who has or will have any financial interest under this agreement is an officer or employee of City. Changes. This agreement shall not be assigned or transferred without the written consent of the City. No changes or variations of any kind are authorized without the written consent of the City. CONTRACT CO-ORDINATOR and representative for CITY shall be: Name, Glenn M. Grigg Department Public Works Address, 10300 Torre Avenue Cupertino, CA 95014 Telephone 252-4505 This Agreement shall become effective upon its execution by CITY, in witness thereof, the parties have executed this Agreement the day and year first written above. CONTRs,A 1�) :. CITY OF PE INO ILI w. BY By .h = Title Title z.---' APPROXI LS Depar t .Date c or o � m� �s r21ve erv�= �°,� =Date- y F".. ,, , Sn } a, 1. '. a ".r <enn C L';: 4' ,,. .,.. n 3 .• 3 ,. S �,. b. ,,. S �, a. `s.. s } vs.,m �.,..}.,.. v r>�...9 s, ))t'2i~ t�; t t 3�a... �/r �S '"�.aa t; €, n2. n. F' � �' �... £•e Q. rw 4, r n 1:. S�, 1... i "AfJ 'rm. t`t . .+. .,-. n .f:OsyJ, f f0 U.;:t.. f:e .r ' „t£§.:tin,<'l G,:.. a,Yr ,.• 4 xi.X .,Y. ,. r.. ..a 3 .. d � x< i t.., t ,.3. Y .., �• ., P3... €... i .. Y' `Y,.:'+� }x.. {• t i.atft C• i.� 'v,.,.= e ..... ., .. .J -�. „ m = . ..,'x'. .isi € €. ,r.,. >, t' _, ,. .. .� r r .- .. .... .::i::,r •� e1 .. s .1. {.. h i .,:r f L.., 4� {E1 rr,.r y .x r ,4,.I ,r. e. .. ', .zt .,,'U.. ... .r. t.a ? ... rA. €n:Y t#•...°,-..„4 �.u$'na x.,.„Ie tz a =;s .,. r t ...., :.. 2 r..+U. c � �1}�6 $�s, }ail It �ri '�7k€,.. n� aY'�%. 42 �zr7 .,.:� tin. rz{ t�2JF... �i:. t{, ��.. `�..: }! �. :ta,.§ ., . ,.-.,. if �.� ..y>,, s •€;,}�°. r d .. .+ ....txs ,,:r. ':, ..v ,z <. £rx t .r: ., :':� i � t. Riff.! $ray. i � r `'1� �:,.:' t r V1#y$ Santa Clara, 95050 Transamerica ,�.A'.�C?a..�, 6.i:'.,.r £,Aa., insuranceCompany i it ' MME ,t"dD ADDW A OF h1 UREFfColsbank, ...,._._... ._. ,....�... ._�._,-...:... _.____:a._ ,�...............:c: } E)r if rniy i�sib Ltd, 2630 Tuliptree Lane Nv ' ,x,LmaClara, qwk.kMinii 95051 ff fkE (taA t A 4C tf<ltr3l.,t.fJL (-1c- Ci tt t}st<„ i ,,. !•Vt>t4Lmw ailfiE 11 "A } fckf ,f!° {.',i7i ! .i _.r ,:,€i1 docuine.at k.'ti}! { , v,....Y W whkh ihls CMWO maycR' l.,�t(t't iU IC i1 If# ., fi' l7 }SIi .i7ltiitt ._Yfii r=k' T c7rap U ri c;r PEraff t,..,., ._ , rax, tfr'if1 1 E ET. E! 31"it rtlfl a C# C7t. t� '')Ik.K Gk li) ti Muth k l.E 1>i ! it)j j{+t' r} .;u ”EXMRAPON TYK Rt(tt f - OU ' NW H{f E litAt RR f F1[ CS01Y ..., .... .-... „.._ :., ..._......,..,., & as a �,* afiA ;% to 9? fbd A . innPd P(J.IC ( __..._ __. _ } [MTI- - I -------A ! t + 17i R Nt t Kt r R2E, Rl E. �t ENERAL 18AH I IS `1 g RON& MA 1,00,01 i._ ! nlVl}f}2EWNIt1 F_ fs`iitCVlTAIL 1142 64 6/19181 k{{9 � a, � I h ud, �f ;ICii PROPERTY DANIiTf11 'm 5� ,'+tea. 'n f nRd C:Rr CG {t}IlRRT� ��`„,R � n �. ,..h HUARDr ROWiD (tCCCR GR HAZARD i )( CRA 10 �'! f,£l�f it j { �7 X51 ! f)F `4 `>I}# $$[ (1�t�iL Jl(( f la �) 9� £ll, As.G E . E2 mom I n I 1 PW LI 1Y i r'P0PER1 ,. DAMAt t *r r I� ; p � COMIRIDEDDMAJAGE tnr.;Gb..,_ II (t E7 C n t t (} .l€ i<)?2'; j 5 PERSIXML 1IHIJ ` 000 iigym .....1 ((}IfIF i 3iF J—,iV4.. UIS J El OVLU Iv}1J}S{ j {( ft t+f((Ir lii twoMAW W r L 1142 64 7 �....?`ElI7I I, Ibfpi1 (; ' f t i i t ilii 4r-,> 1 ? - r300 syn } £, p C�<, iCft .. t j t ROPEMY DAMG1 I i ¥ 3i i(E I ii Il r( YL71 r'• t E g FOP I � 3 � tJUE.NE7 i t 1 I {'+ =r".Ii'TiTlin Ok t3C rst;'€9a El.,ta `)NA fiCrf r.,,'v"GI i IN! My G— Electrical system maintenance and repair, Project 81-10 { y f 1( +I(d any (7{ die aWsm f'm $I'< 4! l t�IC!'. I r tan l d t Ita e II € ;�.:.(I 1 1 ii thereof,i.(7v 4 t i �tl,t }rrf(t = (C+ 1 }t ..,4.:: day-, }, I[t ,"i! f n'otl :{: o be b ow n ned cebhc ate iJCif ler it(I% NOW to t 3 i nuH snt, h 4�clke AM�ii1,_f£�w no{obi , �I[ n of stability iii anyf kkid t.7i)£aa� the {..orrq a , � } WME MC ADMEN ORTRI CATs HT DER : � )Y z;8QS 0,� City of Cupertino } 10300 F a„R w, Avenue. ' Macw U. in%California 95014 r• AMHORIND REPIAGERFIATYNE f �i€R t't� � ��'li A; f �,�� iit rix y t}Y +s } r r sfrf, €..:t�Y f•<..s�` � t t t m.; r'x :r s r>ti x..v .... fl ,,, ds... . �trkx� .z s,,..,isn,�,{§{G,,, r.. 'F:-.3,:. ,. .�' i7r�,{ {.rra.:=: $zs„M, ., :'.. }},� ,{e�..2'�Y"x„vr� t ,r,,. . :V3,r .r.'ri ,��,}, s,.. }I;?t,z�tl,.tz•r.I... Y,., .>„s.,.. .... Y„`A t xJ .�'.�,..,.;...r..n,.. SurefyjnjfUrance Company o Nlo $ BOX 2430 2280 WEST WHITTIER BOULEVARD LA HABRA, CALIFORNIA 94631 PROPOSAL BOND _ Bond No: 550927 KNOW ALL MEN BY THESE PRESENTS, chat we, Colebank Ltd. as Principal, and Surety Insurance Company of California a corporation under the laves of the State of California, as Surety, are held and firmly bound unto City of Cupertino (hereinafter called the obligee) in the full and just sum of one Thousand and NO/100ths----------- Dollars, t$ 1 , 000------ ) for the payment whereof in lawful money of the United States, we bind ourselves, our heirs, administrators, executors, successors and assigns; jointly and severely, firmly by these presents. WHEREAS, the said PRINCIPAL has submitted the accompanying bid for Electrical System maintenance and repair, Project 81-10 STATE OF PAUEOR i ) COUNTY OF ["'SANTA GLAM ) On this.-- .. ...........day of ........ ......... ..... .:........:, 19...................... before me J 67 gR R personallycame.............. •..... ...::........ .............................. ..... ....... ................. , ............ ............. to be known, who being by ine duly sworn, did depose and say: that he 1s Attorney-in-Fact of Surety Insurance Company of California, the Corporation described in and which executed the foregoing instrument; that he knows the- seal of said Corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority granted to him in accor- dance with the By-Laws of the said Corporation, and that he signed his name thereto by like authority. O€ - ..... (Notary Public) 5100-01 ny -- A OR EY-1N.FACT 5360-OA Joy Ashmore cguretyltsurance Compatty ol Catiloritia "The Dollars and Sense Surety" yg p HOME 0 CE IN ISA, CALIFORNIA Box 2430 La Habra, California 90631 CERTIFIED F POWER OF_ ATTORNEY r No .... .-- 21.�a.:0 ......... low cell Anen lay >F ese resents That Surety Insurance Company of California, a California Corporation, hav- ing its principal Office in the City of La Habra, County of Orange; State of California, pursuant to the following By -Laws which were adopted by the Directors of the said Company on the 9th day of April, 1969 and are now in effect, to -wit: "Article -IV, "Section 7(b). The President shall have power and authority to appoint Attorneys -In -Fact, and authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity, and other writ- ings obligatory in the nature thereof, and he may at any in his judgment remove any such appointees and revoke the authority given to them." Has made, constituted and appointed and by these presents does make, constitute and appoint Joy Ashmore San Jose, California its true and lawful agent and attorney-in-fact, to make; execute, seal and deliver for and on its behalf as surety, and as its act and deed, all of the following classes of documents, to wit: Indemnity, Surety and Undertakings that may be desired by contract, or may be given in any action or proceeding in any court of law or equity; policies indemnifying employers against loss or damage caused by the misconduct of their employees, official surety and fidelity bonds: THE AUTHORITY OF THIS POWER OF ATTORNEY IS LIMITED TO ONE HUN- DRED FIFTY THOUSAND AND N0/100 — ($150,040t{l0} — DOLLARS FOR ANY SINGLE BOND. THIS POWER OF ATTORNEY IS VALID ONLY FOR A BOND OR: UNDERTAK- ING EXECUTED PRIOR TO DECEMBER 31, 1980. And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in La Habra, California in their own proper persons. IN W �S�V�R F. Surety Insurance Company of California has caused these presents to be signed by its duly aut r• o nc yits rporate seal to be hereunto affixed this . . th..._...,.day of.. I GC iT1bE'r -_ - 19---7_9_ Gj 0 SURETY 1tla'S ANC;E COMPANY OF CALIFORNIA INCORPORATED =n c JAN. 31, 1969 `' By -----..-.... cn av ° John F. Merrill President S.TA l } COUNT E J SS: On this.l:4--- day of ........ D.ecCIL1ber........ ..A.D. 19... ... 79-, before the subscriber, a Notary Public of the State of California, in and for the County of Orange, duly commissioned and qualified; came John F. Merrill, President of SURETY INSURANCE COMPANY OF CALIFORNIA, to me personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposed and said that he is the officer of the said Company aforesaid, and that the seal affixed to the preceding instru- ment is the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer were duly affixed and subscribed to the saidinstrumentby the authority and direction of the said Corporation, and that Article IV, Section 7(b) of the By -Laws of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the City of La Habra, the day and year first above written. -"� t%Kq _ �XOF CIL S r- '--� EAL r,- <: CAROLYN J. MARCUS ....... .............. a NOTARY PUBLID - CALIFORNIA t �' Cc�rolyli. m rcus Notary Public 1 ORANGE COUNTY 4; a„,P try comm. expires FEB 4, 1981 2250 W. Whittier Blvd., to Habra, CA 90631 CERTIFICATE I, the undersigned, certify that I am the Secretary of SURETY INSURANCE COMPANY OF CALIFORNIA and that the attached Power of Attorney remains in full force and effect; and has not been revoked; and furthermore that Article IV, Section 7(b) By -Laws of said company as set forth in said Power of Attorney; are now in full force and effect. IN TESTIMONY ONY WE3EREiOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company 199 this ......... ............. .............. .------_-_- ( (SEAL) Secretary 560-05-2 (Rev. 12/79) donor rble C tty Council City of Cupertino Cupertino, California Gentlemen: We hereby offer to provide Electrical System Maintenance and Repair Service during the term of this contract, in strict compliance_ with the current State of California Standard Specifications and Details, as amended, and the specifications of the City of Cupertino. II. COST OF ELECTRICAL SYSTEM MAINTENANCE AND REPAIRS PER CENT ESTIMATED ITEM DESCRIPTION EST. QUANTITIES MARK-UP BID COST PERYEAR A. Materials $10,000.00 x % + $10,000.00 = $ (Contractor's ----� invoiced cost) B. Contractor's currentchargerates (including mark-up) for the following employment categories: ("Straight" time 8:00 A.M. to 4:00 P.M., Monday through Thursday and 8:00 A.M. to_12:00-P.M.- Fridays)- ESTIMATED UNIT ESTIMATED DESCRIPTION UNIT QUANTITY PRICE COST- PER YEAR 1. Foreman Electrician Hr'. 200 x_ & 50 $ 2. Journeyman Electrician Hr. 200x $ '> v. 3. Apprentice Electrician Hr. 200 x $ C) 4. Laborer Hr. 300 xCn $ TOTAL (Items 1 through 4) TOTAL $ III. INSURANCE The insurance offered conforms to the City's requirements, as specified, and provides the following coverage: BodilyInjury r �, r InJ y $ each person , ..'� each occasion Property Damage Other: IV. EXPERIENCE QUALIFICATIONS The following statement as to experience of the budder is submitted in conjunction with the proposal,_ as a part -thereof and the truthfulness and accuracy of_the -information is-guaranteed-by the bidder: PROPOSAL 1/3 The bidder has been engaged in the electrical contracting business,_ under the present business name for 9 years. Experience in work of a naturesimilarto that covered in the proposal extends over a period of 1. years. The bidder has never failed to satisfactorily complete a contract awarded to him_except'as follows: (Name any and all exceptions and reasons thereof). The following traffic signal construction contracts have been satisfactorily completed in the last three years for the person, firm or authority indicated, and to whom reference is made. (Name five contracts) Please show years such contract is or- was in effect, _name of contractee and name of contractee'`s administrator below: Years Contractee Contract Administrator to G: r?'ftaeft . to to to to The name, location of place of business of eacti subcontractor who will perform work or_labor _or other service tothebidder in performance of of the work-in excess of 1/2 of one. percent of the total bid,--and_the portion of the work which will be done be said subcontractor is as follows: (If none, so state) WORK LOCATION WORK TO BE PERFORMED Proposal 2/3 V. PROPOSAL REQUIREMENTS Bidder's guarantee in the amount of $ in the form of n is enclosed. The undersigned certifies that he holds a valid, unrevoked_g7lQ license as set forth in the Contractors License Law (Chapter 9, Division 3, Business and Professions Code, State of California) and said license number is 3o/ -7(,- 2 . We certify that we have carefully read the specifications relating to maintenance and repair of the City's electrical systern, have inspected the City's Standards, and that we fully understand all provisions of said specifications and related general requirements. It is also understood that upon award of the bid, a contract will be drawn up by the City covering the mutual agreement into which the City and the successful bidder will enter. Service Address: Proposal Submitted by: (Location from which service crews and vehicles will be dispatched) C0111PANY ADDRESS L4 I ADDRESS L4-71 CL, Or, 9�51 la - PHONE PHONE BY: (Authorized Repr s ative) DATE (Type or print a cr name) NOTE: When submitting a bid, please fill out Pages 1, 2, 3, of the bidding forms and mail or deliver to: Ther City Clerk 10300 Torre Avenue Cupertino, California 95014 dr -1-4 ez-- 5- m t, }a%P 6 C - C7 i Proposal 3/3 Surety Jn.4urance Company of Catilornia PUBLIC WORKS PERFORMANCE BOND BOND NO. 550986 KNOW ALL MEN BY THESE -PRESENTS That we, Colebank_Ltd. as Principal, and Surety Insurance Company of California, a corporation organized and existing under the laws of the Stage of California, authorized to transact: surety business in the State of California, as Surety, are held ;and firmly bound unto City of Ctipertina as Obligee, in the sum of Ten thousand and NO/100ths-- _______________________..___ DOLLARS ($ 10,`000.00- --j-, lawful money of the United States of America, for the payment whereof, well and truly to be made, we hereby bind ourselves,_ our heirs, executors, administrators, successors and -assigns, jointly and severally, _firmly by these presents. Signed, sealed with our seals, and dated this 17th day of October 19 80 THE CONDITION of the foregoing obligation is such that, whereas the above -bounden Principal has entered into a contract dated -- October 8, , 19-80 with said Obligee to do and perform the following work, to-'it`Electrical System Maintenance and Repair Project 81-10 STATE OF COUNTY OF CALIFORNIA SANTA GOA` } .. ,. On this ... ___ ... ....::.. ......m. _......... ..day of.............. ,..., ... 19...:.. .......... before me personally came ...... _ .. to be known, who being by me duly sworn,, did depose and say: that he is Attorney -in -Fact of Surety Insurance Company of California, the Corporation described in and which executed the foregoing instrument; that he knows the seal of saidCorporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority granted to him in accor- dance with theBy-Lams of the said Corporation, and that he signed his name thereto by like authority. KAREN ANDERSON ... . a. L Y PUBLIC -CALIFORNIA (Nota.ry Public) NTA CL RA COUNTY r issron Expires Jun 1984 5100-0z Wcgurel.*Jitsurance Company of Calijornisa "The Dollars and Sense Surety Box 2430 HOME OFFICE IN LA HABRA, CALIFORNIA La Habra, California 90631 CERTIFIED _ OF POWER OF ATTORXEY __ now all seam ic7 ese presents: That Surety Insurance Company of California, a California Corporation, hav- ing its principal Office in the City of La Labra, County of Orange, State of California; pursuant to the following By-Laves which were adopted by the Directors of the said Company on the 9th day of April, 1969 and are now in effect; to-wit: "Article IV, Section 7(b): The President shall have power and authority to appoint Attorneys-In-Fact, and authorize them to execute on behalf of the Company,bonds and undertakings, recognizances, contracts of indemnity, and other writ- ings obligatory in the nature thereof, and he may at any time in his judgment remove any such appointees and revoke the authority_ given to them," Has made, constituted and appointed and by these presents does make, constitute and appoint CAlifprnl . its true and lawful agent and attorney-in-fact, to make, execute, seal and deliver for and on its behalf as surety, and as its act and deed, all of the following classes of documents, to wit. Indemnity, Surety and Undertakings that may be desired by contract, or may be given in any action or proceeding in any court of law or equity; policies indemnifying employers against loss or damage caused by the misconduct of their employees, official surety and fidelity bonds.__ THE AUTHORITY OF `PHIS POWER OF ATTORNEY IS LIMITED TO ONE HUN- DRED FIFTY THOUSAND AND NO1100 (,$150,000.00) — DOLLARS FOR ANY SINGLE BOND: THIS DOWER OF ATTORNEY IS VALID ONLY FOR A BOND OR UNDERTAK- ING EXECUTER PRIOR TO DECEMBER 31, 1950. And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in La Habra, California in their own proper persons: IN WITNESS WHEREOF, Surety Insurance Company of California has caused these presents to be signed by its duly authorized officer, and its corporate seal to be hereunto affixed this .-::,,j,gt.h _-,-.:, day of....,-Becegib.ex............. 19_.:7.9.:. SURETY INSURANCE COMPANY OF CALIFORNIA ,t By .......... ._._... John F. Merrill President STATE OF CALIFORNIA COUNTY OF ORANGE S: On this ,l_ t a of. December 7 y __...-_ ..............A.D. 19._..._....., before the subscriber, a Notary Public of the State of California, in and for the County of Orange, duly commissioned and qualified, came John F. Merrill, President of SURETY INSURANCE COMPANY OF CALIFORNIA, to me _persona lly known to be the individual and officer described in, and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposed and said that he is the officer of the said Company aforesaid, and that the seal affixed to the preceding instru- ment is the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation, and that Article TV, Section 7(b) of the By-Laws of said Company, referred to in the preceding instrument, is now in force: IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the City of La Habra, the day and year first above written, OFFICTAL SEAL. .. __.---- ..... ...... k CAROL-YN J. MARCUS Carolyn M us Notary Public 5 m a NOTARY PUBLIC CALIFORNIA ORANGE COUNTY My comm. expires FEB 4, 1981 CERTIFICATE 2250 W. Whittier Blvd., to Habra, CA 90631 I, the undersigned, certify that I am the Secretary of SURETY INSURANCE COMPANY OF CALIFORNIA and that the attached Power of Attorney remains in full force and effect, and has not been revoked; and furthermore that Article IV, Section 7(b) By-Laws of said company as set forth in said Power of Attorney, are now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company OC-T 17 198( ........................ .------ (SEAL) ....(SEAL) Secretary "560-65-2 (Rev. 12/79) PROPOSAL SPECIFICATIONS GENERAL REQUIREMENTS TO BIDDERS NOTICE INVITING SEALED PROPOSALS CALL FOR BIDS FOR: ELECTRICAL SYSTEM MAINTENANCE AND REPAIR PROJECT 81-10 _CITY OF CUPERTINO BID OPENING TO BE: Wednesday October 1, 1980 2:00 P. M. l ilonorable City Council 1 City of Cupertino Cupertino, California Gentlemen: We hereby offer to provide Electrical System Maintenance and Repair Service during the term of this contract, in strict compliance with the current State of California Standard Specifications and Details, as amended, and the specifications of the City of Cupertino. II. COST OF ELECTRICAL SYSTEM MAINTENANCE AND REPAIRS PER CENT ESTIMATED ITEM DESCRIPTION EST. QUANTITIES MARE: -UP BID COST PER YEAR A. Materials $10,000.00_ x L�L % + $10,000.00 = $_- 111 cz (Contractor's invoiced cost) B. Contractor's current charge rates (including mark-up) for the following employment categories: ("Straight" time 8:00 A.M. to 4:00 P.M., Monday through Thursday and 8:00 A.M. to 12:00 P.M. _Fridays) ESTIMATED UNIT ESTIMATED DESCRIPTION UNIT QUANTITY PRICE COST PER YEAR 1. Foreman Electrician _ Hr. 200 x 2. Journeyman Electrician Hr. 200 x F. 3. Apprentice Electrician Hr. 200 x- `(n, Cr 4. Laborer FIr. 300 x 3f�CU TOTAL (Items 1 through 4) TOTAL $ c i, om III. INSURANCE ?; The insurance offered conforms to the City's requirements, as specified,' and provides the following coverage; a; BodilyInjury tic-� � In J Y $ C"L"" each persona.C- each occasion 4; Property Damage Other: IV. EXPERIENCE QUALIFICATIONS; The following statement as to experience of the budder is submitted in ' conjunction with the proposal,--as-a- part thereof and the truthfulness and accuracy of theinformationis y guaranteed by the bidder;... .° a PROPOSAL 1/3 b 'i The bidder has been engaged in the electrical contracting business, 'f under the present business name for Q ears. Experience in work of a nature similar to that covered in the proposal extends over a period of 9 years. nle bidder has neverfailedto satisfactorily complete a contract awarded to him except 'as follows: (Name any and all exceptions and reasons thereof) The following traffic signal construction contracts have been satisfactorily completed in the last three years for the person, firm or :authority indicated, and to whom reference is made. (Name -five contracts). Please show years such contract is or was in effect, name of contractee and name of contractee °s administrator below: Years Contractee Contract Administrator r� (} to to to to to The name, location of place of business of each subcontractor who will perform workorlabor or other service to the bidder in performance of ofthework in excess of 1/2 of one percent of the total bid, and the portion of the work which will be done be said subcontractor is as follows:'_ (If none, so state) WORK LOCATION WORK TO BE PERFORMED Proposal 2/3 R V. PROPOSAL REQUIREMENTS i Bidder's guarantee in the amount of $--fit oO in the form of__--1'�e-,ham is enclosed. The undersigned certifies that he holds a valid, unrevoked C_10 license as set forth in the Contractors License Law (Chapter 9, Division _3, Business and Professions Code, State of California) and said license f' number is ,301- 7G. 2 . We certify that we have carefully read the specifications relating to maintenance and repair of the, City's electrical system, have inspected-the_City's Standards, and that we fully understand all provisions of said specifications and related general requirenents. Itis -also understood that upon award of the bid, a contract will be drawn up by the City covering the mutual _ agreement into which the -City and the -successful bidder will enter. Service Address. Proposal Submitted by: (Location from which service crews and vehicles will be dispatched) COMPANY__ L+ ADDRESS y l ADDRESS Ll -7 i PHONE PHONE y BY: (Authorized Repr s tative) DATE q' �(�) r �. vv. 2Q2Y2)C- (Type or print a name) NOTE: When submitting a bid, please fill out Pages 1, 2, 3, of the bidding forms and mail or -deliver to; The City Clerk 10300 Torre Avenue Cupertino, California 95014 ;1' % 'l r� �(_ % • �! f �"� i r* +�? ' r q L r +-t rx M c3e i c 4t cL ti c: t, &IT 4 �7 Proposal 3/3 I ,) !� V. _v r" ? ELECTRICAL SYSTEM MAINTENANCE AND REPAIR PROJECT 81-10 I. DESCRIPTION The work to be done consists of furnishing all labor, materials, tools, andappurtenancesnecessary to maintain the City's electrical- system in accordance with the Standard Specifications of the State of California, as revised, andthesespecifications. Bidsarerequested on a contract to run for a period ending June 30,_1981. % IZ. PROPOSAL The City Council of the City of Cupertino, California will receive sealed proposals_ for this project at the office- of _ the _City Clerk, _ Room 102 10300 Torre Avenue,_ Cupertino until 2:00 P. M. on_Wednesday, -_October 1, 1980 ZII. DEFINITION OF TERMS A. Bidder: Any individual, firm or corporation, submitting a proposal for the work contemplated, acting directly or through a_duly authorized - representative. B. City: The City of Cupertino, a municipal corporation of the State of California. C. Contractor: The bidder awarded the contract for the traffic signal maintenance and repair work. D. Engineer: The Director of Public Works of the City of Cupertino, or his authorized representative limited to the particular duties en- trusted to him. E. Proposal: The written offer of the bidder to perform the proposed work made upon the approved form on which the City requires formal bids to be submitted_, F. Proposal Guarantee: The security (bid bond or cashier's check) designated in a proposal to be furnished by the bidder as_a guarantee that said bidder would enter into a contract with the City for -the - acceptable performance of the work, if theworkis awarded to him. G. Work: All the work specified, mentioned, or indicated in any and all documents comprising the contract, including, but not by way of limitation; all the work specified inthenotice to contractors, proposal, plans, specifications, agreement and supplemental agreements, .� l IV. SCOPE OF WORK The work to be done consists of providing electrical system maintenance and repair within the City of Cupertino. The _contractor shall furnish all tools, equipment, apparatus, facilities, Tabor, services,_ and materials, and perform all work in conformance:_ with the current State of California Standard Specifications and Standard Plans. V. MATERIALS AND EQUIPMENT Unless otherwise specifically provided for in the specifications, all workmanship, equipment, materials, and articles incorporated in the work covered by this contract are to be of the best grade of the respective kinds for the purpose. Where equipment, materials, or articles are referred to in the specifications as "equal _ to" any particular standard; the Engineer will decide the question of equality. All work to be done shall be in accordance with Section. 86 and all other applicable sections of the latest published edition of the Standard Specifications of the Department of Transportation, State of California, as revised. Where there areconflictsbetween the State specifications and other authorities cited, not including special conditions specifically discussed herein, thestandardspecifications shall prevail. Wherever replacement of material or equipment in accordance with the State specifications may cause- an obvious_ difference ineither the appearance or operation of the system or_would -be-in any way incompatible with other equipment now in use, the contractor shall so inform the Engineer, and if approved by the City, the contractor may replace such equipment in kind or in modified form. Where applicable, all materials shall bear the label of the Underwriters Laboratories, Incorporated, and all work performed shall conform to the - Standard of the NationalElectricManufacturer's Association, and material andwork_ shall -conform to the National Electric Code, hereinafter referred to as the Code,_ the Electrical Safety_ Orders of the Division of Industrial Safety, Department of Industrial Relations of the StateofCalifornia, and_the-rules ---for overhead_ and underground line construction of the California Public Utilities -Commission,-local ordinances of the City of Cupertino California, regulations of the local utilities, and to the satisfaction of the Director of Public Works of the City of Cupertino,- California. All phases of the wore: are subject to the inspection of the Public- Works Department. VI. PROSECUTION OF THE WORK The Contractor shall prosecute the work in the following manner: A. The contractor shall at all times maintain a force of qualified electricians and workers sufficient to perform the work required and described herein. 2 The contractor shall not subcontract any part of this maintenance contract work and shall not retain another organization unless specifically authorizedbythe City or listed intheproposal. B. The contractor shall maintain adequate storage and shop repair facilities to perform this contract, including a sufficient stock of standard electrical materials to effect permanent repairs to the system within --'- a thirty (30)day period. Failure to effect permanent repairs within this time limit shall be sufficient cause for the City to authorize repairs to be completed by others. C. Whenever it is necessary to block any traffic lanes to complete any portion of the work,thecontractor shall notify the -Public -Works Department, and closure and times scheduled shall be subject to the approval of tine Engineer. At _least onelaneof traffic shall be kept open in each direction at all times._ VII. PAYMENT Payment for electrical system maintenance and repair shall be made monthly upon _receipt of an invoice and the appropriate daily extra work report forms. The contractor shall submit -a singleinvoicecovering all work performed_ during the month together with the original and at least two - (2)_ copies of the applicable daily extra -work_ reports The contractor, upon request by the engineer, shall verify the actual cost for the materials used and any freight charges incurred. Claims for Electrical System l a:intenace-or Repair which have not been authorized by the Engineershallbe rejected. There will be no liquidated damages assessed _to -this contract. VIII. GENERAL REQUIREMENTS A. City Reserves the Right to: a. Determine which is the best bid considering rates offered and/or projections of total costs -computed by the City basedonpast experience. General ability to _perform the work including__ technical qualifications of, personnel, and location and size of bidder's servicefacilitieswill also be considered, in determining the best bid. The City may, as part of its bid evaluation, inspect the plant and equipment of any bidder. B. Bidding Forms and Requirements: 1. Each bidder musts a. Submit bids on forms furnished by the Director of Public Works at the _City of Cupertino. 3 b. Clearly and fully detail and explain on the bidding form any or all deviations from approved specifications whether or not such deviations may or may not be to the advantage of the Cityas determined by the City at the time bids are considered. c. Attach to bid proposal a bid bond, certified or cashier's check by some responsible bank orbanderof the State of _ California, payable to the City of Cupart_r_o, In t:<e amount of One '11-lousand Dollars ($1,000.00). C. Standards Specified: 1. All replacement materials shall conform to existing sizes and be equal to or of higher quality than those replaced. 2. All materials shall be from new stock or remanufactured to a condition equaltonew stock, delivered, installed and in place in good condition and no damagedequipment will be accepted. D. Pricing 1. The prices bid shall be the maximum prices to be paid by the City of Cupertino. No charges for labor will be made- except those specifically detailed in the bidder's proposal. - Charges for equipment shall be made at the rates specified in the latest published edition of the State of California Labor Surcharge and Equipment Rates Book. 2. All prices quotedshallinclude California State and Local Sales and Use Taxes. 3. Prices bid shall exclude Federal Excise Taxes with the understanding the exemption certificates will be signed by the City _as -required. 4. if the unit price and the total amount bid on any item do not agree, theunitprice shall govern. E. Faithful Performance Bond The successful bidder, as contractor, shall furnish a good and sufficient bond, in the amount of ten thousand dollars $10,000.00) for the term of the contract, acceptable to the City of Cupertino, which bondshall guarantee that the contractor well and truly performs each and all of the requirements and obligationsofthe agreement 4 - F. Public Liability and Property Damage Insurance Before the contract is entered into, the _bidder- to whomitis awarded shall furnish to the City Council satisfactory proof that he has taken our for theperiodcovered_by -the proposed contract, public liability insurance and property damage insurance with an insurance carrier satisfactory to the City,_ under forms satisfactory to the City, to protect the contractor against loss from liability imposed by law for damages on account of bodily injuries, including death resulting therefrom, accidentally suffered or alleged to have been suffered by any person or -- persons not employed by the contractor, that may be caused directly r indirectly by the performance of the contract. Said insurance shall also directly cover and protect the City of Cupertino-a_municipal corporation, its elective and appointive boards, officers, agents, and, employees, and shall be maintained by the contractor in full force and effect during the entire period of performance of the contract. Said public liability_ insurance shall be, in the amounts not lessthan$250,000.00 for one personinjuredin one accident and not less than $500,000.00 for more than one person injured in one accident, and said property damage insurance shall _be_i.n an amount not less than $100,000.00_for _any one accident If the contractor fails to maintain such insurance, the City may take out such insurance to cover any damages of the above mentioned classes for which the City might be held liable on accountofthe contractor's failure to_pay such damages and deduct and retain the amount of the - premiums from any sums due the contractor under the contract. Nothing herein contained shall be construed as limiting in anyway the _extent to which the contractor may beheldresponsible for payment of damages resulting from his operations. C. The Contract shall not be assignable without written consent of the City. Each bidder will also be required to identify any and all subcontractors. H. Each bidder must state his experience qualifications either onthe form provided by the- City or in attachments if he needs more space. 5 I. Each bidder must certify that he has carefully read these specifications and realizes that any variation or deviation from these specifications,_ requirements, and conditions shall be sufficient grounds for rejection of all or any part of the work performed. Such rejected work shall be replaced entirely at the contractor's expense, and failure to do so within a_reasonable length of time, or as directed by the Engineer, shall be sufficient- reason for the withholding of payment for any part or all of the work_, J. TerminationofThe Contract. Any contract entered into by the City as a_result of award of this bid is subject to cancellation upon presentation of 30 days notice in writing when it can be demonstrated by the City that the Contractor -has -failed to _perform inaccordance th_the terms of the agreement V ED APP ED nn gg ert J. iskovich Traffic_ Engineer Director of Public Works