Loading...
89-117 Howard Electric Traffic signal installation Foothill & Cristo Rey & Starling, project #5001Cites of Cupertino 10300 Torre Avenue Cupertino, California 95014 Telephone: (408) 252-4505 DEPARTMENT OF THE CITY CLERK April 19, 1989 Mr. Ted Yates, President Howard Electric, Inc. 640 Kings Row San Jose, CA 95112 P.O. Box 580 Cupertino, California 95015 CONTRACT FOR PUBLIC WORKS - TRAFFIC SIGNAL INSTALLATION AT FOOTHILL AND CRISTO REY/STARLING, PROTECT 5001 Dear Mr. Yates: We are enclosing to you for your files one (1) copy of the Contract for Public Work by and between the City of Cupertino and Howard Electric Inc., which has been fully executed by City Officials, along with one (1) copy of Resolution No. 7775, which was enacted by the City Council of the City of Cupertino, at their regular meeting of Monday, March 20, 1989. S incerel► DOR0=M CORNELIU � CITY CLERK CITY OF CUPERTINO DC/so encl. cc: Department of Public Works RESOLUTION NO. 7775 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CUPERTINO AUTHORIZING EXECUTION OF COOPERATIVE AGzMM4T WITH THE COUNTY OF SANTA CLARA FOR COST SHARING OF TRAFFIC SIGNAL INSTALLATION AT FOOlHIILLj/CRISTO REY/STARLIING DRIVE WHEREAS, the City of Cupertino and the Transportation Agency of the County of Santa Clara contemplate installation of the traffic control signal system and safety lighting at the intersection of Foothill Boulevard and Cristo Rey/Starling Drive; and WHEREAS, a Proposed agreement has been presented to the City Council outlining the terms and conditions of administering said project, and said agreement having been approved by the Director of Public Works and the City Attorney; NOW, THEREFORE, BE IT RESOLVED that the Mayor and the City Clerk are hereby authorized to execute the agreement herein referred to in behalf of the City of Cupertino. PASSED AND ADOPTED at a regular meeting of the City Council of the City of Cupertino this 2 0 t h day of March 1989, by the following vote: Vote Members of the City Council AYES: Gatto, Johnson, Koppel, Plungy NOES: None ABSENT: Rogers ABSTAIN: None ATTEST: APPROVED: /s/ Dorothy Cornelius /s/ John J. Plungy, Jr. City Clerk Mayor, City of Cupertino CONTRACT FOR PUBLIC WORKS This CONTRACT made on 5A 0 , 1989 by the CITY OF CUPERTINO, a municipal corporation of the State of California, hereinafter called CITY, and HOWARD ELECTRIC, INC., hereinafter called CONTRACTOR. IT IS HEREBY AGREED by CITY and CONTRACTOR as follows: 1. THE CONTRACT DOCUMENTS. The complete contract consists of the following contract documents: a. Bid Documents (Notice to Contractors, Proposal, Time for Completion, Estimated Quantities, Bidder Qualification Form, Sub -Contractors Form and Signature Form), referred to as Exhibit A. b. Standard Specifications, General Provisions and Special Provisions. c. Plans and Specifications for TRAFFIC SIGNAL INSTALLATION on FOOTHILL BOULEVARD at CRISTO REY DRIVE/STARLING DRIVE, PROJECT No. 5001. d. Faithful Performance Bond and Materials Bond. e. Insurance Certificates. f. This Contract for Public Works. Any and all obligations of CITY and CONTRACTOR are fully set forth and described herein. All of the above documents are intended to cooperate so that any work called for in one and not mentioned in the other, or vice versa, is to be executed the same as if mentioned in all of said documents. The documents comprising the complete contract are sometimes hereinafter referred to as the Contract Documents. In case of conflict between the Plans and the Specifications on the one hand, and this Contract on the other, the Plans and Specifications shall prevail. 2. THE WORK. CONTRACTOR agrees to furnish all of the tools, equipment, apparatus, facilities, labor, transportation and materials necessary to perform and complete in a good and working order, the work of TRAFFIC SIGNAL INSTALLATION on FOOTHILL BOULEVARD at CRISTO REY DRIVE/STARLING DRIVE, PROJECT No. 5001, as called for, and in the manner designated in, and in strict conformity with, the Plans and Specifications prepared by the Engineer and adopted by CITY, which Plans and Specifications are entitled, respectively, TRAFFIC SIGNAL INSTALLATION on FOOTHILL BOULEVARD at CRISTO REY DRIVE/STARLING DRIVE, PROJECT No. 5001, 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 materials shall be furnished, and that said work shall be performed and completed as required in said Plans and Specifications under the sole direction of CONTRACTOR, but subject to the inspection and approval of CITY, or its representative. CITY hereby designates as its representative for the purpose of this Contract the Engineer, Mr. Bert J. Viskovich. Contract Page 1 CONTRACT FOR PUBLIC WORKS(Continued) PROJECT No. 5001 3. CONTRACT PRICE. CITY agrees to pay, and the Contractor agrees to accept, in full payment for the work above agreed to be done, the sum of SIXTY FOUR THOUSAND, FOUR HUNDRED NINETY SEVEN DOLLARS($64,497.00), subject to additions and/or deductions as provided in the Contract Documents, per Exhibit A attached hereto. 4. DISPUTES PERTAINING TO PAYMENT FOR WORK. Should any dispute arise respecting the true value of the work done, or any work omitted, or of any extra work which CONTRACTOR may be required to do, or respecting the size of any payment to CONTRACTOR during the performance of this Contract, said dispute shall be determined either by reference to the Unit Prices bid, if applicable, or in accordance with agreement of prices, if applicable, of in accordance with the agreement of the parties, or in accordance with the rules of the American Arbitration Association if the parties are unable to agree. 5. PERMITS, COMPLIANCE WITH LAW. CONTRACTOR shall obtain and bear all expense for all necessary permits, licenses and easements for the construction of the project, give all necessary notices, pay all fees required by law, and comply with the laws, ordinances and regulations relating to the work and to the preservation of the public health and safety. 6. INSPECTION BY THE CITY. CONTRACTOR shall at all times maintain proper facilities and provide safe access for inspection by 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 CITY of its readiness for inspection and without the approval thereof or consent thereto by CITY. Should any such work be covered up without such notice, approval, or consent, it must, if required by CITY, be uncovered for examination at the Contractor's expense. 7. EXTRA OR ADDITIONAL WORK AND CHANGES. Should CITY at any time during the progress of the work require any alterations, deviations, additions or omissions from the Plans or Specifications or the Contract Documents, CITY shall have the right to do so, and the same shall in no way affect or make void the Contract, but the cost or value thereof will be added to, or deducted from, the amount of the Contract price, as the case may be, by a fair and reasonable valuation, which shall be determined either by reference to the Unit Prices bid, if applicable, the Standrad Specifications, or in accordance with the agreement of the parties, or in accordance with the rules of the American Arbitration Association if the parties are unable to agree. No extra work shall be performed or change be made except by a written order from CITY, duly authorized by resolution of the City Council, and by all agencies whose approval is required by law, stating that the extra work or change is authorized, and no claim for an addition to the Contract sum shall be valid unless so ordered. 8. CHANGES TO MEET ENVIRONMEMTAL REQUIREMENTS. CITY shall have the right to make changes in this Contract during the course of construction to bring the completed improvements into compliance with environmental requirements or standards established by State and Federal statutes and regulations after the Contract has been awarded or entered into. CONTRACTOR shall be paid for such changes either by reference to the Unit Prices bid, 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. Contract Page 2 CONTRACT FOR PUBLIC WORKS(Continued) PROJECT No. 5001 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 modification, shall be determined either by reference to the Unit Price bid, if applicable, the Standard Specifications, or in accordance with the agreement of the pantie, or in accordance with the rules of the American Arbitration Association if the parties are unable to agree. 10. TIME FOR COMPLETION. All work under this Contract shall be completed in accordance with the Time for Completion section in the proposal and the Specifications of this project. If the Contractor shall be delayed in the work by the acts or neglect of CITY, or its employees, or those under it by contract or otherwise, or by changes ordered in the work, or by strikes, lockouts by others, fire, unusual delay in transportation, unavoidable casualties or any causes beyond CONTRACTOR'S control, or by delay authorized by CITY, or by any cause which 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. 11. INSPECTION AND TESTING OF MATERIALS. CONTRACTOR shall notify CITY a sufficient time in advance of the manufacture, production or testing of materials to be supplied under this Contract, in order that CITY may arrange for mill, factory or laboratory inspection and testing of same. 12. TERMINATION FOR BREACH OR INSOLVENCY. If CONTRACTOR should be adjudged a bankrupt, or should make a general assignment for the benefit of creditors, or if a receiver should be appointed on account of insolvency, or if CONTRACTOR or any sub -contractor should violate any of the provisions of the Contract, CITY may serve written notice upon CONTRACTOR and CONTRACTOR'S surety of its intention to terminate the Contract. Such notice shall contain the reasons for CITY'S intention to terminate the Contract, and unless within ten(10) 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(10) days, cease and terminate. In the event of any such termination, CITY shall immediately serve notice thereof upon CONTRACTOR'S surety and CONTRACTOR, and the surety shall have the right to take over and perform the Contract; provided, however, that, if the surety within fifteen(15) days after the serving upon it of notice of termination does not give CITY written notice of its intention to take over and perform the Contract, or does not commence performance thereof within thirty(30) days from the date of the serving of such notice, 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 CONTRACTOR, and CONTRACTOR and CONTRACTOR'S surety shall be liable to CITY for any excess cost occasioned by CITY thereby, and in such event 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 CONTRACTOR as may be on the site of the work and necessary therefor. Contract Page 3 CONTRACT FOR PUBLIC WORKS(Continued) PROJECT No. 5001 13. THE CITY'S RIGHT TO WITHHOLD CERTAIN AMOUNTS AND MAKE APPLICATION THEREOF. In addition to amounts which CITY may retain under other provisions of the Specifications until final completion and acceptance of all work covered by the Contract, CITY may withhold from payment to CONTRACTOR such an amount or amounts as in its judgement may be necessary to pay just claims against CONTRACTOR or sub -contractors for labor and services rendered and materials furnished in and about the work. CITY may apply such withheld amount or amounts to the payment of such claims in its discretion. In doing so, CITY shall be deemed the agent of CONTRACTOR, and any payment so made by CITY shall be considered as a payment made under the Contract by CITY to CONTRACTOR, and CITY shall not be liable to CONTRACTOR for any 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 CITY to ensure performance of the Contract, CONTRACTOR will be entitled to substitute securities as provided in Section 4590 of the California Government Code as more fully described in CITY'S Notice to Contractors. 14. NOTICE AND SERVICE THEREOF. Any notice from one party to the other under this Contract shall be in writing, and shall be dated and signed either by the party giving such notice, or by a duly authorized representative of such party. Any such notice shall not be effective for any purpose whatsoever unless served in the following manner: (a) if the notice is given to CITY either by personal delivery thereof to the Engineer of CITY, or by depositing same in the United States mails, enclosed in a sealed envelope, addressed to CITY, postage prepaid and certified; (b) if the notice is given to CONTRACTOR, either by personal delivery thereof to CONTRACTOR, or to CONTRACTOR'S duly authorized representative at the site of the project, or by depositing same in the United States mails, enclosed in a sealed envelope, addressed to CONTRACTOR at HOWARD ELECTRIC, INC., 640 Kings Row, San Jose, CA 95112 postage prepaid and certified; and (c) if notice is given to CONTRACTOR'S surety or any other person, either by personal delivery thereof to CONTRACTOR'S surety or other person, or by depositing same in the United States mails, enclosed in a sealed envelope, addressed to CONTRACTOR'S surety or person, as the case may be, at the address of CONTRACTOR'S surety or the address of the person last communicated by such person to the party giving the notice, postage prepaid and certified. 15. ASSIGNMENT OF CONTRACT. Neither the Contract, nor any part thereof, nor moneys due or to become due thereunder, shall be assigned by CONTRACTOR without the prior written approval of CITY. 16. COMPLIANCE WITH SPECIFICATIONS OF MATERIALS. Whenever in the Specifications, any material or process is indicated or specified by patent or proprietary name, or by name of manufacturer, such Specifications must be met by CONTRACTOR, unless CITY agrees in writing to some other material, process or article offered by CONTRACTOR which is equal in all respects to the one specified. It shall be CONTRACTOR'S responsibility to prove equality of any such material, process or article offered as a substitution to the one(s) specified. Contract Page 4 CONTRACT FOR PUBLIC WORKS(Continued) PROJECT No. 5001 17. WORKER'S COMPENSATION INSURANCE AND EMPLOYER'S LIABILITY INSURANCE. CONTRACTOR shall take out and maintain during the life of this Contract Worker's Compensation Insurance and Employer's Liability Insurance for all of CONTRACTOR'S employees employed at the site of the project. In case any work is sublet, CONTRACTOR shall require any and all sub -contractors similarly to provide Worker's Compensation and Employer's Liability Insurance for all of the latter's employees unless such employees are covered by the protection afforded by CONTRACTOR. In signing this Contract CONTRACTOR makes the following certification, required by Section 1861 of the Labor Code: "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for worker's compensation or to undertake self insurance in accordance with the provisions of the Labor Code, and I will comply with such provisions before commencing the performance of the work of this Contract." 18. ACCIDENT PREVENTION. Precaution shall be exercised at all times for the protection of persons (including employees) and property. The safety provisions of applicable laws, building codes 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 and Safety Orders issued by the Industrial Accident Commission of the State of California. 19. CONTRACTOR'S RESPONSIBILITY FOR THE WORK. CONTRACTOR shall not be responsible for the cost of repairing or restoring damage to the work caused by Acts of God. NEVERTHELESS, CONTRACTOR shall, if the insurance premium is a seperate bid item, obtain the insurance to indemnify CITY for any damage to the work caused by Acts of God. "Acts of God" shall include only the following occurances or conditions and effects: earthquakes and tidal waves, when such occurances or conditions and effects have been proclaimed a disaster or state of emergency by the President of the United States or by the Governor of the State of California, or were of a magnitude at the site of the work sufficient to have caused a proclamation of disaster or state of emergency having occured in a populated area. Subject to the foregoing, CITY shall not, in any way or manner, be answerable or suffer loss, damage, expense or liability for any loss or damage that may happen to said building, work, or equipment or any part thereof, or in, on, or about the same during its construction and before acceptance. 20. CONTRACTOR'S GUARANTEE. CONTRACTOR unqualifiedly guarantees the first- class quality of all work and of all materials, apparatus and equipment used or installed by CONTRACTOR or by any sub -contractor or supplier in the project which is the subject of this Contract, unless a lesser quality is expressly authorized in the Plans and Specifications, in which event CONTRACTOR unqualifiedly guarantees such lesser quality; and that the work as performed by CONTRACTOR will conform with the Plans and SPecifications or any written authorized deviations therefrom. In case of any defect in the work, materials, apparatus or equipment, whether latent or patent, revealed to CITY within one(1) year of the date of acceptance of completion of this Contract by CITY, CONTRACTOR will forthwith remedy such defects without cost to CITY. Contract Page 5 CONTRACT FOR PUBLIC WORKS(Continued) PROJECT No. 5001 21. ADDITIONAL PROVISIONS. NOTWITHSTANDING CONTRACTOR'S PROPOSAL, CONTRACTOR hereby agrees by signature hereon that the date for completion of this Contract shall be June 30, 1989 and further agrees to the imposition of liquidated damages from that date subject to the provisions for extension as outlined in Section B, paragraph 4f of the General Provisions of the Specifications. IN WITNESS WHEREOF, the parties have executed this Contract, in duplicate, the day and year first hereinabove written. CITY OF CUPERTINO By Q4 - yor CORPORATE ACKNOWLEDGMENT FTATE OF CAIAFORNIA County of...... ........Santa Clara .................................................... HOWARD ELECTRIC, INC. By: Id A—,t— Ted Y e , President On this ...............30th.................. .................. day of ......... March in the year............1989............................................ before me, a Notary Public in and for said Santa Clara ............................................................................................................................................................. County, State of California, residing therein, duly commissioned and sworn, personally appeared ,..,.Ted Yates ....... [In personally known to me, ❑ proved to me on the basis of satisfactory ........................................................................................................................................... evidence to be the person who executed the within instrument as.................Pies. dent...,,..•••,..,,,,..,.......,,,,,,,••,.,,,....•...,,,,..,,,,..,•,,,.................................................................... on behalf of the ............... Howard.... Ele.c.tr.ic..,......Inc................................................................................................................................................................................................................................................ ...................... . the corporation which executed the foregoing instrument. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in this certificate above. �••' SHERYL ANN SMALL ..................... ................. ............... .v.......................... ............ NOTARY PUBLIC-CALIFORNIA Notary Public SANTA CLARA COUNTY x . My commission expiresApXil a1l..-.1.9.9D ............................................. My Commission Expires April 23,1990 360750-7-83 rurcnase uraer Number: Contract Page 6 10300 Torre Avenue Cupertino, California 95014 Telephone: (408) 252-4505 DEPARTMENT OF THE CITY CLERK August 2, 1989 Board of Supervisors Santa Clara County 70 West Hedding Street San Jose, CA 95110 P.O. Box 580 Cupertino, California 95015 AGREEMENT - SHARING OF SIGNAL INSTALLATION AT FOOTHILL/CRISTO REY/STARLING We are enclosing as requested the enclosed document of the Agreement by and between the City of Cupertino and Transportation Agency of Santa Clara County, which has been fully executed by City Officials. We have alson enclosed one (1) certified copy of Resolution No. 7775, which was enacted by the City Council of the City of Cupertino at their regular meeting of March 20, 1989. Sincerely, .B DOROTHY CORNELIUS CITY CLERK CITY OF CUPERTINO DC/so encl. r/ AGREEMENT THIS AGREEMENT, ENTERED INTO ON JUN 2 1 A969 AND 1989, IS BETWEEN CITY OF CUPERTINO, a body politic and a municipal corporation of the State of California, referred to herein as "CUPERTINO". TRANSPORTATION COUNTY OF referred to "COUNTY". RECITALS AGENCY OF THE SANTA CLARA, herein as (1) CUPERTINO and COUNTY contemplate construction of the traffic control signal system and safety lighting at the intersection of FOOTHILL BOULEVARD, CRISTO REY DRIVE and STARLING DRIVE, referred to herein as "PROJECT", and desire to specify the terms and conditions under which such systems are to be installed, financed and maintained. (2) A developer will bear fifty percent(50%) of the expense of preparation of plans and specifications, construction engineering, construction costs and necessary traffic signal equipment purchase required to complete the PROJECT. CUPERTINO and COUNTY will share the portion of expense not paid by the developer. SECTION I CUPERTINO AGREES: (1) To provide advertisement, bid opening, award of the contract, contract administration and all necessary construction engineering services for the PROJECT. (2) Prior to advertisement for construction of PROJECT, to submit said plans and specifications to COUNTY for review and concurrence as to conformity to COUNTY'S standards and/or existing facilities. Page 1 of 4 (3) To construct the PROJECT by contract in accordance with the plans and specifications of CUPERTINO. (4) To pay an amount equal to twenty-five percent (25%) of the portion of the expense of preparation of plans and specifications, construction engineering, construction costs and necessary traffic signal equipment purchase required to complete the PROJECT that is not paid by the developer. In no event shall CUPERTINO'S total obligation for construction costs and necessary traffic signal equipment purchase under this Agreement exceed the amount of fifteen thousand dollars($15,000.00), provided that CUPERTINO may, at its sole discretion, in writing, authorize a greater amount. (5) To operate and maintain said PROJECT upon completion. COUNTY shall reimburse CUPERTINO for COUNTY'S proportionate share of the cost of maintenance and operation of the traffic control signal system and safety lighting. The proportionate share of maintenance costs will be determined in the same ratio as the number of approaches to the intersection under such jurisdiction bears to the total number of approaches of said intersection. SECTION II COUNTY AGREES• (1) To pay CUPERTINO within thirty(30) days of receipt of billing therefor(which billing will be forwarded after July 2, 1990) an amount equal to twenty-five percent(25%) of the final construction costs not paid by the developer or fifteen thousand dollars ($15,000.00), whichever is less. An example of the schedule is shown below as Exhibit A and incorporated herein by this reference. In no event shall COUNTY'S total obligation for said costs under this Agreement exceed the amount of fifteen thousand dollars ($15,000.00); provided that COUNTY may, at its sole discretion, in writing, authorize a greater amount. (2) CUPERTINO shall operate and maintain said PROJECT upon completion. COUNTY shall reimburse CUPERTINO twenty-five percent (25%) of the cost of maintenance and operation of the traffic control signal system and safety lighting. In the event that the unincorporated area within the limits of this PROJECT is annexed by CUPERTINO, COUNTY'S share of maintenance and operational resposibilities shall cease. Page 2 of 4 SECTION III IT IS MUTUALLY AGREED AS FOLLOWS: (1) Neither CUPERTINO nor any officer or employee thereof shall be responsible for any damage or liability occuring by reason of anything done or omitted to be done by COUNTY under or in connection with any work, authority or jurisdiction delegated to COUNTY under this Agreement. It is also agreed that, pursuant to Government Code Section 895.4, COUNTY shall fully indemnify and hold CUPERTINO harmless from any liability imposed for injury (as defined by Government Code Section 810.8) occuring by reason of anything done or omitted to be done by COUNTY under or in connection with any work authority or jurisdiction delegated to COUNTY under this Agreement. (2) Neither COUNTY nor any officer or employee thereof shall be responsible for any damage or liability occuring by reason of anything done or omitted to be done by CUPERTINO under or in connection with any work, authority or jurisdiction not delegated to COUNTY under this Agreement. It is also agreed that, pursuant to Government Code Section 895.4, CUPERTINO shall fully indemnify and hold COUNTY harmless from any liability imposed for injury (as defined by Government Code Section 810.8) occuring by reason of anything done or omitted to be done by CUPERTINO under or in connection with any work, authority or jurisdiction not delegated to COUNTY under this Agreement. (3) Should any portion of the PROJECT be financed with Federal funds or State gas tax funds all applicable procedures and policies relating to the use of such funds shall apply notwithstanding other provisions of this Agreement. (4) After opening bids for the PROJECT and if bids indicate a cost overrun of no more than ten percent(10%) of the estimated cost ($109,000.00), CUPERTINO may award the contract. (5) If, upon opening of bids, it is found that a cost overrun exceeding ten percent(10%) of the estimate will occur, CUPERTINO and COUNTY shall endeavor to agree upon an alternate course of action, such as proportional increases in the financing by each party. CUPERTINO shall not be obligated to award the contract unless such agreement is reached. Notwithstanding any such overrun, CUPERTINO may award the contract, without consent of COUNTY, if CUPERTINO agrees to assume financial responsibility for the cost overrun. (6) In the construction of said work, CUPERTINO will furnish a representative to perform the usual functions of a Resident Engineer. COUNTY may, at no cost to CUPERTINO, furnish a representative, if they so desire. Said representative and Resident Engineer will cooperate and consult with each other, but the orders of CUPERTINO'S engineer shall be final. Page 3 of 4 (7) CUPERTINO shall require any contractor awarded a contract for any portion of said PROJECT to secure and maintain, in full force and effect at all times during construction of said PROJECT and until said PROJECT is accepted by CUPERTINO, public liability and property damage insurance, in forms and limits of liability satisfactory and acceptable to CUPERTINO, naming CUPERTINO and COUNTY and their respective officers, agents, and employees as insureds, from and against any and all claims, loss liability, cost or expense arising out of or in any way connected with construction of said PROJECT and to indemnify and hold harmless those entities and individuals from all such liabilities. (8) COUNTY hereby grants to CUPERTINO and its agents and contractors all necessary authority to perform within the boundaries of COUNTY any and all work required to perform the terms of this Agreement, and agrees to provide such documentation as may be required by COUNTY to confirm such authority. (9) This Agreement shall terminate on June 30, 1990, if CUPERTINO has not awarded the contract for construction of the PROJECT prior to that date. This Agreement shall terminate upon reciept of COUNTY'S reimbursement as specified in Section II. CITY OF CUPERTINO By: Yor i d Attest: City blerk 17 COUNTY OF SANTA CLARA Boa d o Supervi ors tsAttest: Clerk of he Board of Supervisors DONALD M. FWNS APPROVED AS TO FO1T. AND APPROVED AS TO FORM AND LEGALITY* LEGALITY: ity Attorney Deputy"County Counsel EXHIBIT A (EXAMPLE OF PAYMENT SCHEDULE) CUPERTINO bid opening date March 16, 1989 CUPERTINO award of Contract for Project March 20, 1989 CUPERTINO'S bill to COUNTY July 2, 1990 COUNTY'S repayment (due within 30 days) August 1, 1990 Page 4 of 4