Loading...
97-012 B & B Concrete Construction Co. Creekside Park Improvement Proj. 97-012E. CONTRACT FOR PUBLIC WORKS This CONTRACT made on YY1.ue.GE-6 / 9 fl by the CITY OF CUPERTINO, a municipal corporation of the State of California, hereinafter called CITY, and B & B CONCRETE CONSTRUCTION COMPANY 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. Notice to Contractors, Proposal, Time of Completion, Estimated Quantities, Noncollusion Affidavit, Bidder Qualification Form, Subcontractors Form and Signature Form. b. Standard Specifications, General Provisions and Special Provisions. C. Plans and Specifications for CREEKSIDE PARK IMPROVEMENTS PROJECT 96-9208 d. Faithful Performance Bond and Materials Bond. e. Insurance Agreement, Certificate of Insurance, Endorsement of Primary Insurance, Additional Insured Endorsement, Endorsement of Aggregate Limits of Insurance per Project, Waiver of Subrogation Endorsement Worker's Compensation Insurance and Notice of Policy Cancellation Endorsement. f. This Contract for Public Works. 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 IMPROVEMENTS AT CREEKSIDE PARK PROJECT 96-9208 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, CREEKSIDE PARK IMPROVEMENTS PROJECT 96-9208 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. Contract Page 1 of 6 CITY hereby designates as its representative for the purpose of this Contract the Engineer, Mr. Bert J. Viskovich. 3. CONTRACT PRICE. CITY agrees to pay, and CONTRACTOR agrees to accept, in full payment for the work above agreed to be done, the sum of $1.721.300.00 (ONE MILLION SEVEN HUNDRED TWENTY ONE THOUSAND THREE HUNDRED DOLLARS AND 00/100. 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 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, or in accordance with the agreement of the parties, or in accordance with Section 6, paragraph 'T' of the General Provisions. 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 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 and 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 Standard Specifications, or in accordance with the agreement of the parties. 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 ENVIRONMENTAL 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. Contract Page 2 of 6 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. 9. TERMINATION, AMENDMENT OR MODIFICATION. 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 parties. 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 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 subcontractor 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 of 6 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 judgment may be necessary to pay just claims against CONTRACTOR or subcontractors 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 OF CUPERTINO; 10300 TORRE AVENUE; CUPERTINO, CA 95014; 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, 211 RYLAND AVENUE, SAN JOSE, CA 95110 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. 17. WORKER'S COMPENSATION INSURANCE AND EMPLOYER'S LIABILITY INSURANCE. CONTRACTOR shall take out and maintain during the life of this Contract Contract Page 4 of 6 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of County of On before me, Date I 1 n Name and Titl(of Officer (e.g., "Jane Doe, Notary Public") 1 - i— personally appeared �1D `\ 7�:- 1Zm 'k �y SLQ�3� \..1 Name(s) of Signer ) personally known tome -OR - ❑ proved tome on the basis of satisfactory evidence to be the person (s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by JILL A. WEAVER his/her/their signature(s) on the instrument the person(s), f 01 OH �ytE3rE, •.: or the entity upon behalf of which the person(s) acted, (fj Comm. 4;;F AV r.)�/ � 3 NOTAFlv PUDLIC CALIFORNIA5 executed the instrument. BANTA CLARA COUNTY 0 COMM t xXPVOa March 7 1997 � WITNESS my hand and official seal. Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: i Individual Corporate Officer Title(s): Partner — ❑ Limited ❑ General Attorney -in -Fact Trustee Guardian or Conservator Other: Signer Is Representing RIGHT THUMBPRINT OF SIGNER of thumb here Signer's Name: 1 i Number of Pages: Individual Corporate Officer Title(s): Partner — ❑ Limited ❑ General Attorney -in -Fact Trustee Guardian or Conservator Other: Signer Is Representing RIGHT THUMBPRINT OF SIGNER .- • W i aav ry UUIIdi INUlarry Mssociamn - t32Jb Hemmet Ave., Y.U. Box 7184 - Canoga Park, CA 91309-7184 Prod. No. 5907 Reorder: Call Toll -Free 1-800-876-6827 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 subcontractors 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 to the 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 separate 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 occurrences or conditions and effects: earthquakes and tidal waves, when such occurrences 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 occurred 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 subcontractor 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 of 6 P.O. No. 21. DEFERRED ALTERNATE SELECTION. The City reserves the right for the term of the Contract, the deferred selection of none, any or all alternate bid items at the bid price. The alternates chosen would be for any sites currently under construction or to be constructed in the future. IN WITNESS WHEREOF, the parties have executed this Contract, in duplicate, the day and year first hereinabove written. CITY OF CUPERTINO: By: � Mayor Attest: City Cler Date: 'InQx Ck & 199 7 City Clerk APPROVED AS TO CONTRACTOR: B & Bncrete4ist ucti4 Company Inc. By: Robert A. Bothman, President Notary acknowledgment is required. If a corporation, corporate seal and corporate notary acknowledgment and Federal Tax I.D. are required. If not a corporation a Social Security No. is required. Social Security # 94-2549328 Federal Tax I.D. # Contractor's License No. 440332 PROJECT NAME & NUMBER: Creekside Park Improvements, Project 96-9208 CONTRACTOR'S NAME & ADDRESS: B & B Concrete Construction Company, Inc. 211 Ryland Avenue San Jose, CA 95110 CONTRACTAMOUNT.• $1,721,300.00 ACCOUNT NUMBER: 122-9208-953 FILE NO: 92,061 Contract Page 6 of 6 E7x H I`3 IT 'Alt CREEKSIDE PARK IMPROVEMENTS PROJECT 96-9208 TO: THE DIRECTOR OF PUBLIC WORKS, -CITY OF CUPERTINO, STATE OF CALIFORNIA Dear Sir: In compliance with the plans and specifications furnished for the work of the CREEKSIDE PARK IMPROVEMENTS. PROJECT 96-9208 in the City of Cupertino, the undersigned, hereby declare that I have read the proposal requirement, visited the sites, and examined the specifications. I, the undersigned, hereby propose to do all work required to complete the work in accordance with the plans and specifications 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, and transportation costs. I, the undersigned, also understand that the quantities shown below are estimates only, being given as a basis for comparison of bids. The City of Cupertino does not state that the actual amount of work will correspond but reserves the right to increase or decrease the amount of any class or portion of the work or to omit items or portions of work deemed unnecessary 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 procedures. The work to be done consists of furnishing all labor, methods of process, tools, machinery and material required to complete the CREEKSIDE PARK IMPROVEMENTS. PROJECT 96- 9208 as described in the Special Provisions. I, the undersigned, shall diligently prosecute the work to completion as scheduled. I further understand that I shall pay to the City of Cupertino the sum of FIVE HUNDRED DOLLARS (5500.00) PER DAY, for each and every day services are not completed as scheduled and/or specified. In the event of discrepancies between the written unit price and the numerical unit price, the written price shall govern. Bid Proposal Page 1 of 12 BID SCHEDULE Proposal for the Construction of Creekside Park City Project No. 96-9208 Base Bid 1. Furnish and install all the improvements, except alternate bid items, complete, ready for use, according to the Plans, and per Specifications. 0", "�\hia' s"x L—J'ed ��,�� -s x �I,.� ,o �d d��,� Lump Sum $ 1 . y D00 `= Written Dollar Total wwd Numerical Total Bid Alternatives A. Furnish and install Site Furnishings, complete, ready to use according to Site Furnishing Specification. d_(�- r s 4 n 1 h; 0 Lump Sum $ : 0 0 00 Written Dollar Total Numerical Total B. Furnish and install Sport Field Drainage System, for the single southern field, complete, ready to use according to sheets L-4.0 of the Plans. U,5 Lump Sum J $ Written Dollar Total Numerical Total C. Furnish and install Sport Field Drainage System, for the two northern fields, complete, ready to use according to sheets L-4.0 of the Plans. ,_.IJ Lump Sum $ 1S°l �OGG� Written Dollar Total Numerical Total D. Furnish and install concrete paving, in lieu of asphalt paving, and adjacent concrete mowbands and wood headers, complete, ready to use according to sheets L-6.0 and L-7.0 of the Plans, and per Specifications. Lump Sum $ Written Dollar Total Numerical Total CREEKSIDE PARK BLA JOB NO. 95-23 Bid Proposal Page 2 of 12 Bid Schedule - 1 E. Furnish and install thirty (30) additional trees, complete, ready to use according to sheets L-14.0 of the Plans, and per Specifications. Lump Sum Written Dollar Total F. Furnish and install irrigation equipment to irrigate existing trees, complete, ready to use according to sheets L-13.0 of the Plans, and per Specifications. -rw d tko–s— d L� 1^ wwd.�e d �(,�� 4 µ1 "=� Lump Sum Written Dollar Total G. Upsize all trees from 15 Gallon size to 24" Box, complete, ready to use according to sheets L-14.0 of the Plans, and per Specifications. Lump Sum Written Dollar Total H. Add lime treatment to 50% of parking lot at a 12" depth with 2% lime. 0 1,J . -�a-5, s�C r.e 1, ' '� Lump Sum Written Dollar Total CREEKSIDE PARK BLA JOB NO. 95-23 Bid Proposal Page 3 of 12 $ S SGv-- Numerical Total $ 00�� Numerical Total $ 1 �',000 Numerical Total $ Numerical Total Bid Schedule - 2 UNIT PRICE SCHEDULE Note: This Unit Price Schedule shall be used as a reference of unit prices for additions and deletions of change orders or clarifications. CREEKSIDE PARK BLA JOB NO. 95-23 Bid Proposal page 4 of 12 Unit Price Schedule - 1 Description Add/Deduct Site Preparation/Demolition 1 Tree Removal $ GUa.. EA 2 AC Removal $ SF 3 Curb & Gutter Removal $ LF 4 Curb Removal $ LF 5 Concrete Flatwork removal $ l `Z, SF 6 Fence Removal $ LF 7 Drain Inlet Removal $ / EA Site Construction �s 1 3/4" PVC - SHD. 40 $ (i LF 2 2" PVC - CL 900 $ 5 - LF 3 6" PVC - CL 900 $ LF 4 4" Sanitary Sewer $ LF 5 Cleanout $ EA 6 12" Storm Drain RCP $ LF 7 12" Storm Drain PVC $ / LF 8 8" Storm Drain PVC $ (i LF 9 12" Storm Drain PVC $ l% LF 10 18" Storm Drain PVC $ LF 11 6" Perforated PVC Pipe $ / LF 12 Drainage Inlet $ 5-6,— EA 13 Manhole $ � EA 14 Site Utility Trenching $ LF 15 Hand Excavation $ LF 16 Mechanical Excavation $ LF 17 Non -Select Backfill (Compacted in Place) $ l CY 18 Select Backfill (Compacted in Place) $ o CY 19 Sand Backfill (Compacted in Place) $ CY 20 Aggregate Backfill (Compacted in Place) $ CY 21 AC Paving with Base $ I , l.9- SF 22 Concrete $ S. or__ CY 23 Concrete Paving with base $ >�, o.y SF 24 Concrete Mowband $ )�,CG LF 25 Concrete Curb/Valley Gutter $ ?�, o LF 26 Concrete Curb $ C'- — LF 27 Base Rock- Class II $ ,� G' CY 28 Headerboard $ ^�,_- O LF 29 6' Chainlink Fence $ LF CREEKSIDE PARK BLA JOB NO. 95-23 Bid Proposal page 4 of 12 Unit Price Schedule - 1 Bid Proposal Page 5 of 12 Landscaping 1 24" Box Trees $ j EA 2 15 Gallon Trees $ EA 3 1 Gallon Shrubs $ EA 4 5 Gallon Shrubs $ / S`f EA 5 Flatted Groundcover $ /5 SF Irrigation 1 Rainbird PEB Series Remote Control Valve $ EA 2 Rainbird 44 RC Quick Coupling Valve $ q S EA 3 Gate Valve 1 1/2" $ ��`= EA 4 Hunter 1-40-26S 3 1/2" Pop -Up Gear Rotor $ EA 5 Hunter 1 -40 -ADS 3 1/2" Pop -Up Gear Rotor $ EA 6 Toro 570A -4p -CV 4' Pop -Up Spray Heads $ EA 7 Hunter PGH 12" Pop -Up Gear Rotor $ < S°SEA 8 Hunter PGH ADV 12" Pop -Up Gear Rotor $ S% EA 9 Toro 570 -Z -6P -CV 12" Pop -Up Spray Head $ 1 EA 10 Toro FB50 ADJ-PC Bubbler $ I S °= EA 11 Irrigation Control Wire $ LF 12 3/4" Lateral Line PVC CV 200 $ y LF 13 1" Lateral Line PVC CL 200 $ ?,5J LF 14 1 1/4" Lateral Line PVC CL 200 $ 409— LF 15 1 1/2" Lateral Line PVC CL 200 $ SU LF Electrical 1 3/4" Conduit $ 3, n0- LF 2 1" conduit $ 3.5 O LF 3 1 1/2" Conduit $ Li -a-5- LF 4 2" Conduit $ L4 , 15p LF 5 2 1/2" Conduit $ S , 510 LF 6 #12 AWG $ (0.S13 LF 7 #10 AWG $ , "60 LF 8 #8 AWG $ n,-.5 LF 9 #6 AWG $ . 00 LF 10 #2 AWG $ ,15 - LF 11 #2/0 AWG $ ; i Q LF 12 Fourplex Receptor, 20A, 125V $ —[ S. 01D EA 13 Duplex Receptor, 20 A, 125W $ L4-1,130- EA 14 #3 1/2 Pullbox $ 3 0-;00 EA 15 #5 Pullbox $ X 00,W EA 16 12" Trench $ LF Labor Rate 1 Contractor Laborer $ 5`7, OCi HR 2 Contractor Foreman $ -1-7, 09- HR 3 Journeyman Electrician $ 7 0. oo- HR 4 Electrical Helper $ HR 5 Electrical Project Manager $ (o b.00- HR 6 Electrical Superintendent $ $5, CO- HR 7 Electrical Helper $ o, 0y'- HR 8 Plumbers Helper $ c:.. HR CREEKSIDE PARK Unit Price Schedule - 2 BLA JOB NO. 95-23 Bid Proposal Page 5 of 12 9 Plumbers Apprentice 10 Journeyman Plumber 11 Mechanical Apprentice 12 Journeyman Mechanical 13 Field Labor 14 Concrete Foreman 15 Concrete Laborer CREEKSIDE PARK BLA JOB NO. 95-23 Bid Proposal Page 6 of 12 $ 55,C'c--HR $ Se.oc--HR $ HR $ SS HR $ HR HR $ oJ HR Unit Price Schedule - 3 I, the undersigned, agree that if this proposal is accepted, I will enter into a contract with the City of Cupertino to provide all necessary machinery, tools, apparatus, and other means of construction and to do all the work specified in the contract in the manner and time specified. I, the undersigned, declare. that this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair, and without collusion or fraud. I, the undersigned, recognize that the Director of Public Works of the City of Cupertino will reserve the right to establish the priority of one job over another and each starting date where conflict of construction schedules occur. Attached hereto is the required certified check or bid bond in the amount of $10o Ricks Ba -;las required by law and the Notice to Bidders. (10% of bid amount) Bid Proposal Page 7 of 12 CALIFORNIA. ALL-PURPOSE ACKNOWLEDGMENT State of C CA County of�>�\` On - 1 - before Date Nameland Title of Officer (e.g., "Jane Doe, Notary Public" ( v personally appeared Lots Name(s) of Signer(s) ersonally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), = V JILL A. WEAVER �,�d; � or the entity upon behalf of which the person(s) acted, U;; m Comm. #987068 ^ U�#'Ra£ NOTARY PUBLIC CALIFORNIAy executed the instrument. GC SANTA CLARA COUNTY n p Comm 6xplrea March 7 1997 WITNESS my handTd official seal. 1 / 1 Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Individual Corporate Officer Title(s): Partner — Limited ❑ General Attorney -in -Fact Trustee Guardian or Conservator Other: Signer Is Representing Top of thumb here Signer's Name: ❑ El Number of Pages: Individual Corporate Officer Title(s): Partner — ❑ Limited ❑ General Attorney -in -Fact Trustee Guardian or Conservator Other: Signer Is Representing: E I.. Top of thumb here 0 1994 National Notary Association • 8236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 91309-7184 Prod. No. 5907 1 Reorder: Call Toll -Free 1-800-876-6827 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I, the undersigned, being first duly sworn, depose and say that I am Vice Prxida-it of B & B mete OTstnticn Oagmry Irc. (Business Title) (Business Name) the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract. All statements contained in the bid are true and, further, the bidder has not, directly or indirectly, submitted the bid price or any breakdown thereof, or contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Bid Proposal Page 8 of 12 BIDDER QUALIFICATION FORM 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. We have been in business under the present name for 19 years. Our experience in work comparable with that required by the proposal contract is 79 )Dam years operating under the following different name(s). My California Contractor's License Number is 440332 The classification of my Contractor's License is A,B,C-8,C-27 The expiration date for my Contractor's License is 5/31/97 ****************************************************************************** * (This Section for City use only) * The above information has been verified by�C' on t -- Contractors Contractors State License Board (800) 321-2752 or (408) 277-1244. ****************************************************************************** Where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with the laws of the State of California, however, at the time the contract is awarded the contractor shall be properly licensed. Bid Proposal Page 9 of 12 BIDDER HISTORY OF WORK The following is an example 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. For Whom Contact Year Location Tyne of Work Performed Phone No. Amount (See Atter) Bid Proposal Page 10 of 12 CONCRETE CONSTRUCTION A General Engineering Firm Statement of Experience and Financial Condition Bob Bothman Concrete Construction Company, Inc. DBA: B & B Concrete Construction Company, Inc. Bonding Company: National Surety Corporation Bonding Capacity Unlimited One Market Plaza Spear Street Tower San Francisco, CA 94105 Insurance Thoits Insurance Brokerage: 250 Cambridge Avenue Palo Alto, CA 94306-0190 Bank: Comerica Bank 55 Almaden Boulevard San Jose, CA 95113 Construction Projects 1987-1988 Castro School Park and Playground Improvements Mountain View, CA For: City of Mountain View 500 Castro Street Mountain View, CA 94041 Michael Ballard (415) 903-6311 1988 Dove Hill Park San Jose, CA For: Evergreen School District 3188 Quimby Road San Jose, CA 95148 Clark Scheller (408) 270-6800 1988-1989 La Colina Park San Jose, CA For: City of San Jose 675 N. First Street, Suite 300 San Jose, CA 95110 Ubaldo Perez (408) 277-4777 1989 Cimmaron Park San Jose, CA For: City of San Jose 675 N. First Street, Suite 300 San Jose, CA 95110 Ubaldo Perez (408) 277-4777 1 $850,000.00 $391,540.00 $130,000.00 $190,000.00 211 Ryland Avenue San Jose, CA 95110 (408) 279-2277 FAX (408) 279-2286 CA Lic. #440332 NV Lic. #0027271 1989 Klein Park Mountain View, CA For: City of Mountain View 500 Castro Street Mountain View, CA 94041 Michael Ballard (415) 903-6311 1988-1990 Linear Park, Phase 1-11 Fairfield, CA For: City of Fairfield 1000 Webster Street Fairfield, CA 94533 Patrick Martin (707) 425-7485 1989-1990 Rainbow Park San Jose, CA For: City of San Jose 675 N. First Street, Suite 1000 San Jose, CA 95110 Ubaldo Perez (408) 277-4777 1989-1990 Jackson Park Mountain View, CA For: City of Mountain View 500 Castro Street Mountain View, CA 94041 Michael Ballard (415) 903-6311 1989-1990 Annual Sidewalk Repair & 1990-1991 Annual Concrete Sidewalk and Curb Repair For: City of Mountain View 500 Castro Street Mountain View, CA 94041 Mike Ballard (415) 903-6311 1990 Annual Sidewalk Repair - Earthquake Damage Repairs & 1990 Annual Sidewalk Repair - Emergency Earthquake Damage Repairs FEMA For: Town of Los Gatos 110 East Main Street Los Gatos, CA 95031 Cris Jerdie (408) 354-6864 1990 Calaveras School Park Hollister, CA For: City of Hollister 375 Fifth Street Hollister, CA 95023 Clayton Lee (408) 637-8137 2 $265,425.00 $3,029,463.00 $700,000.00 $250,000.00 $405,000.00 $388,000.00 $780,000.00 1990 Landscape Development at Whisman School $160,606.00 Mountain View, CA For: Whisman School District 780-A San Pierre Mountain View, CA 94043 Deanna Walston (415) 969-1167 1990 1990 Sidewalk Repair Program $67,000.00 Sunnyvale, CA For: Fremont Union High School District 589 W. Fremont Avenue Sunnyvale, CA 94087 Carl Dunn (408) 522-2256 1990 Courtyard Development at Barnard White School $343,504.00 Union City, CA For: New Haven Unified School District 34200 Alvarado -Niles Road Union City, CA 94587 Carson Adams (510) 471-1100 1990-1991 Cataldi Park $909,570.00 San Jose, CA For: City of San Jose 675 N. First Street, Suite 300 San Jose, CA 95110 Ubaldo Perez (408) 277-4777 1990-1991 Calabazas Park $839,922.00 San Jose, CA For: City of San Jose 675 N. First Street, Suite 300 San Jose, CA 95110 Ubaldo Perez (408) 277-4777 1990 Villa Montalvo Arboretum Path Renovation $179,266.00 Saratoga, CA For: County of Santa Clara 911 Bern Court, Suite 100 San Jose, CA 95112 Aysun Kundupoglu (408) 299-7040 1990 Foothill Road Soundwall and $431,334.00 Landscape Improvement For: City of Pleasanton 200 Old Bernal Avenue Pleasanton, CA 94566 James Walker (510) 484-8041 3 1990 Campbell Community Center $70,098.00 Pool Deck Replacement For: City of Campbell 70 N. First Street Campbell, CA 95008 Brett Stollenwerk (408) 866-2138 1990 Landscape Development San Benito High School $89,056.00 Hollister, CA For: San Benito Joint U.S.D. 1220 Monterey Road Hollister, CA 95023 Steve Delay (408) 637-5831 1990-1991 Campbell Historical Museum, Phase 1 $697,329.00 Campbell, CA For: Campbell Redevelopment Agency 70 N. First Street Campbell, CA 95008 MaryWoodworth (408) 866-2110 1990-1991 Reconstruction of Curbs, Gutters $422,000.00 Sidewalk and Driveways For: City of Sunnyvale 456 W. Olive Avenue Sunnyvale, CA 94086 Gerry Krize (408) 730-7428 1991 1991 Curb, Gutter, and Sidewalk Repair $268,000.00 San Ramon, CA For: City of San Ramon 2222 Camino Ramon San Ramon, CA 94583 Doug Spindler (510) 275-2235 1991 Lighthouse Field State Beach $231,904.00 Santa Cruz, CA For: City of Santa Cruz 323 Church Street Santa Cruz, CA 95060 Donald Van Selus (408) 429-3691 1991 Downtown Parking Lot#15 $131,000.00 Los Gatos, CA For: Town of Los Gatos 110 E. Main Street Los Gatos, CA 95031 John Swenson (408) 354-6864 LI 1991 Foxhollow/Hearthstone Mini -Parks $242,008.00 Tracy, CA For: City of Tracy 520 Tracy Blvd. Tracy, CA 95376 John Best (209) 836-4420 1991 San Jose City College, Moorpark Entrance $223,900.00 and Parking Renovations, San Jose, CA For: San Jose/Evergreen Community College District 4750 San Felipe Road San Jose, CA 95135 Phillip C. Mowry (408) 274-6700 1991 Rengstorff Park Swimming Pool/Tot Lot $847,324.00 Renovations, Mountain View, CA For: City of Mountain View 500 Castro Street Mountain View, CA 94041 Michael Ballard (415) 903-6311 1991 Ceciliani Neighborhood Park, Slayter and Kelly $1,094,359.00 Mini Parks, Tracy, CA For: City of Tracy 520 Tracy Blvd. Tracy, CA 95376 John Best (209) 836-4420 1991 Fowler School Playfields $428,815.00 San Jose, CA For: Evergreen School District 3188 Quimby Road San Jose, CA 95148 Terry Adovnik (408) 270-6800 1991-1992 Central Park $1,347,667.00 San Ramon, CA For: City of San Ramon 2222 Camino Ramon San Ramon, CA 94583 Fred Romer (510) 275-2236 1991 Lafayette Community Center $306,180.00 Lafayette, CA For: City of Lafayette 251 Lafayette Circle #350 Lafayette, CA 94549 Cliff Jorgensen (510) 284-1968 1991 Landscape Development San Benito High School $176,422.00 Hollister, CA For: San Benito Joint Union High School 1220 Monterey Street Hollister, CA 95023 Steve Delay (408) 637-5831 1991 Dunne Park $175,000.00 Hollister, CA For: City of Hollister 375 Fifth Street Hollister, CA 95023 Clayton Lee (408) 637-8137 1991 Retaining Wall Reconstruction $88,300.00 Alameda De Las Pulgas For: City of Redwood City 1017 Middlefield Redwood City, CA 94064 Peter Vorametsanti (415) 780-7388 1991-1992 Milpitas Drainage Channel $474,373.00 Milpitas, CA For: City of Milpitas 455 E. Calaveras Blvd. Milpitas, CA 95035 John Miller (408) 942-2365 1991-1992 Highway 17 Soundwall Contract #04-126854 $805,377.00 Los Gatos, CA For: California Department of Transportation 1101 S. Winchester Blvd., #P-297 San Jose, CA 95128 Nasser Fakih (408) 277-1075 1991-1992 NASA West Parking Lot $141,860.00 Moffett Field , CA For: NASA/Ames Research Center ATTN: M/S 213-13 Moffett Field, CA 94035 Margaret Acks (415) 604-1343 1991-1992 Wilson Park $604,000.00 Cupertino, CA For: City of Cupertino 10300 Torre Avenue Cupertino, CA 95014 Travice Whitten (408) 252-4505 I 1991-1992 Main Park Play Area $96,117.00 Piedmont, CA For: City of Piedmont 120 Vista Avenue Piedmont, CA 94611 Dan Richardson (510) 420-3050 1991-1992 Amador Valley High School $297,682.00 J.V. Athletic Fields Phase II For: Pleasanton Unified School District 4750 First Street Pleasanton, CA 94566-7498 Mike Ananos (510) 426-4400 1992 Lomerias Overcrossing Seismic Retrofit $260,000.00 San Benito County, CA Contract #05-377804 For: California Department of Transportation 123 Harrison Road Salinas, CA 93907 John Menkhus (408) 443-3171 1992 Customs House/Maritime Museum Plaza $932,000.00 Monterey, CA For: City of Monterey 353 Camino EI Estero Monterey, CA 93940 Gloria Wells (408) 646-3997 1992 Virginia -Rocca School Playfields $155,000.00 Salinas, CA For: Alisal Union School District 1205 E. Market Street Salinas, CA 93905 Mike Grice (408) 753-5700 1992 Campbell Park $31,701.00 Campbell, CA For: City of Campbell 70 N. First Street Campbell, CA 95008 Steve Mills (408) 886-2158 1992 Oil/Water Separator Modifications $500,000.00 Moffett Field, CA For: NASA/Ames Research Center MS 213-8 Moffett Field, CA 94035 Mike Chacon (415) 604-1103 7 1992 Lakewood Park Picnic Area $102,000.00 Sunnyvale, CA For: City of Sunnyvale 456 West Olive Avenue Sunnyvale, CA 94086 Gerry Krize (408) 730-7426 1992 San Jose Historical Museum $863,671.00 Infrastructure Improvements For: City of San Jose 675 N. First Street, Suite 300 San Jose, CA 95112 Ubaldo Perez (408) 277-4777 1992 Plant Pipe Replacement, Irrigation System $74,000.00 San Jose, CA For: San Jose Water Pollution Control Plant 700 Los Esteros Road San Jose, CA 95134 Bill Phagan (408) 945-5300 1992 San Benito High School Landscape Development $125,706.00 Hollister, CA For: San Benito Joint Union School District 1220 Monterey Street Hollister, CA 95023 Steve Delay (408) 637-5831 1992-1993 1992-1993 Annual Sidewalk Repair Program $150,000.00 Milpitas, CA For: City of Milpitas 1265 N. Milpitas Blvd. Milpitas, CA 95035 Dennis Cuciz (408) 942-2464 1992-1994 Guadalupe River Park $4,832,137.00 San Jose, CA For: Redevelopment Agency of the City of San Jose 50 W. San Fernando Street, Suite 1500 San Jose, CA 95113 Daniel Bushnell (408) 277-4744 1992-1993 Upper Harbor Earthquake Damage Repair $834,245.00 Santa Cruz, CA For: Santa Cruz Port District 135 Fifth Avenue Santa Cruz, CA 95062 Brian Foss (408) 475-6161 8 1992-1993 Sheppard Middle School Track and Field Renovation $398,752.00 San Jose, CA For: Alum Rock School District 2930 Gay Avenue San Jose, CA 95127 Sheldon Goldsmith (408) 258-4923 1993 Race Street Soundwall Contract #04-130614 $153,611.00 San Jose, CA For: Califomia Department of Transportation 1011 S. Winchester Blvd., Suite P297 San Jose, CA 95128 Surjit Bains (408) 277-1075 1993 Wheel Chair Ramps at Various Locations $45,000.00 Santa Cruz, CA For: County of Santa Cruz 701 Ocean Street Santa Cruz, CA 95060 Phil Sousa (408) 458-7202 1993 Aptos Beach Street Repair $85,000.00 Aptos, CA For: County of Santa Clara .701 Ocean Street Santa Cruz, CA 95060 Cristina Crocker (408) 454-2160 1993 Morgan Hill Parking Lot $136,317.00 Morgan Hill, CA For: City of Morgan Hill 100 Edes Court Morgan Hill, CA 95037 Scott Creer (408) 776-7337 1993 Woz Way Landscaping $104,388.00 San Jose, CA For: City of San Jose 675 N. First Street, Suite 300 San Jose, CA 95110 Ubaldo Perez (408) 277-4777 1993 ADA Transition Project $261,045.00 Palo Alto, CA For: City of Palo Alto 3201 E. Bayshore Road Palo Alto, CA 94303 Gino Segna (415) 496-6945 6 1993 East Wing Courtyard Ramp City Hall $70,515.00 Santa Clara, CA For: City of Santa Clara 1500 Warburton Avenue Santa Clara, CA 95050 Jim Padssenti (408) 984-3405 1993 Decoto School Field Renovation $62,509.00 Union City, CA For: New Haven Unified School District 34200 Alvarado -Niles Road Union City, CA 94587 Ed Perry (510) 471-1100 1993 Almaden Community Center $30,537.00 San Jose, CA For: City of San Jose 675 N. First Street, Suite 300 San Jose, CA 95110 Ubaldo Perez (408) 277-4777 1993 Decoto School Playgrounds, Concrete, Landscaping $160,165.00 Union City, CA For: New Haven School District 34200 Alvarado -Niles Road Union City, CA 94587 Ed Perry (510) 471-1100 1993-1994 Sidewalk Replacement $677,909.00 Palo Alto, CA For: City of Palo Alto 3201 E. Bayshore Palo Alto, CA 94303 Gino Segna (415) 496-6945 1993-1994 Roads and Grounds - Landscape and Drainage $194,257.00 San Jose, CA For: San Jose/Santa Clara Water Pollution Control Plant 700 Los Esteros Road San Jose, CA 95134 Bill Phagan (408) 945-5300 1993-1994 Strawberry Field Renovation #912658 $1,428,950.00 Berkeley, CA For: University of Califomia at Berkeley Planning, Design, and Construction 2000 Carleton Street Berkeley, CA 94720 Ortha Zebrowski (510) 642-7535 10 1993-1994 West Valley Athletic Field $248,432.00 Sunnyvale, CA For: City of Sunnyvale 456 West Olive Avenue Sunnyvale, CA 94086 Gent' Krize (408) 730-7428 1993-1994 Beach Street Promenade $1,749,078.00 Santa Cruz, CA For: City of Santa Cruz 809 Center Street Santa Cruz, CA 95060 Tom Sharp (408) 429-3633 1994-1995 Penitencia Creek County Park $663,391.00 San Jose, CA For: County of Santa Clara Parks & Recreation Department 1570 Old Oakland Road San Jose, CA 95131 John Rosenbrock (408) 299-7042 1994 Main Street Planter & Benches $123,256.00 Pleasanton, CA For: City of Pleasanton 200 Old Bernal Avenue Pleasanton, CA 94566 Joe Soto (510) 484-8055 1994 Lincoln Avenue O.C. Seismic Retrofit $330,441.00 San Jose, CA For: County of Santa Clara Transportation Agency 3331 North First Street San Jose, CA 95134 Greg Armendariz (408) 321-5858 1994 17th & Hedding Streets $24,791.00 San Jose, CA For: City of San Jose Design & Construction 801 North First Street, Rm. 300 San Jose, CA 95110 Tuan Lam (408) 277-4638 11 1994 O' Hara Park School Site Improvements $219,117.00 Oakley, CA For: Oakley Union School District 91 Mercedes Lane Oakley, CA 94561 Architect: Robert Heitmeyer (510) 634-8500 1994 Cerra Vista School Park $395,852.00 Hollister, CA For: City of Hollister 375 Fifth Street Hollister, CA 95023 Clay Lee (408) 638-8095 1994 Loma Prieta School Pavilion $227,678.00 Los Gatos, CA For: Loma Prieta Community Foundation 23800 Summit Road Los Gatos, CA 95030 Lee Tinder (408) 353-3103 1994 Stevens Creek Trail $232,705.00 Mountain View, CA For: City of Mountain View 500 Castro Street Mountain View, CA 94041 Mark Feldkamp (415) 903-6311 1994 NASA -ADA Handicap Ramps $155,719.00 Moffet Field, CA For: BAMSI, Inc. P.O. Box 46 Moffet Field, CA 94035-0046 Margie Sobremonte (415) 604-0100 1994 Neary Lagoon Park $237,587.00 Santa Cruz, CA For: City of Santa Cruz 323 Church Street Santa Cruz, CA 95060 Dena Robertson (408) 429-3777 1994-1995 Rte 85/101 Seismic Retrofit #04-140604 $446,330.00 Mt. View, Palo Alto, CA For: California Department of Transportation 465 Fairchild Drive, Suite 203 Mountain View, CA 94043 Jacob Saidian (415) 961-1002 12 1994 San Antonio Transit Center -Bus Parking Improvements $127,865.00 Mountain View, CA For: County of Santa Clara Transportation Agency 3331 North First Street San Jose, CA 95134 Ken Ronsse (408) 321-5827 1994 Moraga Commons Park $140,227.00 Moraga, CA For: City of Moraga 2100 Donald Drive Moraga, CA 94556 Nancy Richardson (510) 376-2590 1994-1995 Lawrence/Central Expressway Retaining Walls $1,064,110.00 Sunnyvale, CA For: County of Santa Clara Transportation Agency 3331 North First Street San Jose, CA 95134 Dan Collen (408) 321-7162 1994-1995 I.W. Hellman Tennis Complex -Stow Plaza #917018 $125,928.00 Berkeley, CA For: University of California at Berkeley Planning, Design, and Construction 2000 Carleton Street Berkeley, CA 94720 Christina Swanson (510) 642-9752 1994-1995 Caltrain Station Depot -Pave, Light, & Landscape $1,070,153.00 Redwood City, CA For: State of California, Division of the State Architect 400 P Street, 5th Floor Sacramento, CA 95814 Robert Courtnier (916) 322-2872 1995 California Memorial Stadium Grass Playfield #912708 $1,240,747.00 Berkeley, CA For: University of California at Berkeley Planning, Design, and Construction 2000 Carleton Street Berkeley, CA 94720 Ortha Zebrowski (510) 642-7535 1995 Saratoga -Sunnyvale Road Improvements $432,052.00 Saratoga, CA For: City of Saratoga 13777 Fruitvale Avenue Saratoga, CA 95070 John Cherbone (408) 867-3438 13 1995 Santa Clara County Main Jail -Exercise Deck $158,545.00 San Jose, CA For: County of Santa Clara, GSA 1570 Old Oakland Road, Suite 201 San Jose, CA 95131 Bill Kennedy (408) 299-2467 1995 Dublin High School Field Renovation Phase II $1,048,149.00 Dublin, CA For: Dublin Unified School District 7471 Larkdale Avenue Dublin, CA 94568 Joe Benjamin (510) 828-2551 1995 Commerce Lane Improvements $152,968.00 Santa Cruz, CA For: City of Santa Cruz 809 Center Street Santa Cruz, CA 95060 Tom Sharp (408) 429-3463 1995 West San Carlos Street Median Island Improvements $1,336,405.00 San Jose, CA For: City of San Jose 675 N. First Street, Suite 1000 San Jose, CA 95110 Ubaldo Perez (408) 277-4777 1995 De La Veaga Golf Course Parking Lot/Tee Reconstruct $346,054.00 Santa Cruz, CA For: City of Santa Cruz 323 Church Street Santa Cruz, CA 95060 Don Van Selus (408) 429-3777 1995 Monta Vista High School Elevator Addition $145,886.00 Cupertino, CA For: Fremont Union School District 589 West Fremont Avenue Sunnyvale, CA 94087 Carl Dunn (408) 522-2256 1995 Villalovoz Elementary School Landscape Project $245,376.00 Tracy, CA For: Tracy Public Schools 315 E. Eleventh Street Tracy, CA Anne Bell (209) 831-5032 14 1995 1995 1995 1995 1995 Oakes College Entry Project No. 3731 $90,005.00 Santa Cruz, CA For: University of California at Santa Cruz 1156 High Street Santa Cruz, CA 95064 Bret Caton (408) 459-2407 Fairwood School Park $1,396,674.00 Sunnyvale, CA For: City of Sunnvale 456 West Olive Avenue Sunnyvale, CA 94086 Gerry Krize (408) 730-7428 Dracena Park $328,768.00 Piedmont, CA For: City of Piedmont 120 Vista Avenue Piedmont, CA 94611 Mark Delvanthal (510) 420-3070 College Ten Meadow Restoration No. 6104 $90,892.00 Santa Cruz, CA For: University of California at Santa Cruz 1156 High Street Santa Cruz, CA 95064 Bret Caton (408) 459-2407 Sycamore Pkwy & Corral Hollow Frontage Landscaping $263,238.00 Tracy, CA For: City of Tracy 520 Tracy Blvd. Tracy, CA 95376 John Best (209) 836-4420 15 SUBCONTRACTOR'S FORM The subcontractor(s), as defined in the General Provisions and in Section 7026 of the California Business and Professions Code, that I propose to hire to perform any of the work for this project in an amount in excess of one-half of one percent (0.5%) of the total bid are listed below. Only those listed below shall perform work on this project and each of them has been provided with a full and complete set of plans and specifications for this project by the bidder. 1. Name E- �:-� �'� �v CI, T, 1- Address M., V1 LA Work to be Performed N, _ 2. Name iN A -A 7,- c Address 5 K nk-' C(u ' L� Work to be Performed C"i 3. Name r U'0 Address S aq -1 0 Ste. < A Work to be Performed 4. Name ro +4e `, -� , Address Du �) 1'"i , C A Work to be Performed 5. Name 67'-L In e ) i (, 0 4--r C C �4 ; li:! , Address (-�-K Work to be Performed r , ' J'_ n 6. Name Address Work to be Performed Bid Proposal Page 11 of 12 SUBCONTRACTOR'S FORM The subcontractor(s), as defined in the General Provisions and in Section 7026 of the California Business and Professions Code, that I propose to hire to perform any of the work for this project in an amount in excess of one-half of one percent (0.5%) of the total bid are listed below. Only those listed below shall perform work on this project and each of them has been provided with a full and complete set of plans and specifications for this project by the bidder. 1. Name Address Work to be Performed 2. Name Address Work to be Performed 3. Name Address Work to be Performed 4. Name Address Work to be Performed 5. Name Address Work to be Performed 6. Name Address Work to be Performed Bid Proposal Page 11 of 12 SUBCONTRACTOR'S FORM The subcontractor(s), as defined in the General Provisions and in Section 7026 of the California Business and Professions Code, that I propose to hire to perform any of the work for this project in an amount in excess of one-half of one percent (0.5%) of the total bid are listed below. Only those listed below shall perform work on this project and each of them has been provided with a full and complete set of plans and specifications for this project by the bidder. 1. Name Address Work to be Performed 2. Name Address Work to be Performed 3. Name Address Work to be Performed 4. Name Address Work to be Performed 5. Name Address Work to be Perforned 6. Frame Address Work to be Performed Bid Proposal Page i l of 12 BIDDER'S SIGNATURE FORM IF YOU ARE AN INDIVIDUAL, SO STATE. IF YOU ARE A COMPANY OR A CO- PARTNERSHIP, STATE THE COMPANY NAME AND LIST THE NAMES OF ALL INDIVIDUAL CO-PARTNERS COMPOSING THE COMPANY. IF YOU ARE A CORPORATION, STATE THE LEGAL NAME OF THE CORPORATION AND THE NAMES OF THE PRESIDENT, SECRETARY -TREASURER, AND MANAGER. THE CORPORATE SEAL MUST BE AFFIXED TO THIS FORM. ENTER THE NAME OF YOUR BUSINESS ON THE LINE OPPOSITE THE APPROPRIATE BUSINESS TYPE. TYPE OF NAME OF BUSINESS Q.arpcmt Lcn BUSINESS B & B mete qtr t Oarpry IM. B3B B JU4vPN ccN= =muj= cay PANY Ili. CORPORATION: PcbErt A Presides t Rid-arrd W Enfhmn.S ± ry Brian L. Bit Tunas= Jaren C. Yba'L—Vice Pres;da-i CO -PARTNERSHIP: INDIVIDUAL: JOINT VENTURE: (Describe) Name and S' nature of Bidder Jams C MD= V;r-P PrP--irl=r,t (Print or type name) Date: Ftbiery 11, 1997 Address (mailing & location): 211 Ry and ANaE� San Jcae. CA 95110 Telephone Number: (4QL) 279-2277 Acknowledgment of all addenda received is required by circling each addendum number. CJ 3 4 5 6 7 8 9 10 Bid Proposal Page 12 of 12 RESOLUTION NO. 9859 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CUPERTINO APPROVING CONTRACT CHANGE ORDER NO. 1 FOR CREEKSIDE PARK IMPROVEMENTS, PROJECT 96-9208 RESOLVED by the City Council of the City of Cupertino, California, that Change Order No. 1 for changes to work which has been approved by the Director of Public Works and this day presented to this Council, be, and it is hereby approved in conjunction with the project known as CREEKSIDE PARK IMPROVEMENTS, PROJECT 96-9208 BE IT FURTHER RESOLVED that funds are available and no further appropriation is necessary. PASSED AND ADOPTED at a regular meeting of the City Council of the City of Cupertino this 2nd day of June, 1997, by the following vote: Vote Members of the City Council AYES: Burnett, Chang, Dean, Sorensen, Bautista NOES: None ABSENT: None ABSTAIN: None ATTEST: /s/ Kimberly Smith City Clerk APPROVED: /s/ John Bautista Mayor, City of Cupertino City o1* Cu perthio Contractor 10300 Torre Avenue Cupertino, CA 95014-3202 (408) 777-3354 FAX (408) 777-3333 PUBLIC WORKS DEPARTMENT CREEKSIDE PARK IMPROVEMENT PROJECT NO. 96-9208 CONTRACT CHANGE ORDER NO. 1 B & B Concrete Construction Company, Inc. 211 Ryland Avenue San Jose CA 95110 The following changes are hereby approved: IA Add 6" Reduced Pressure Backflow Preventor 1B Tot Lot Revisions to Curb and Drainage Total Project: Original Contract Change Order No. 1 Revised Contract CONTRACTOR $ 1,721,300.00 19,479.54 $ 1,740,779.54 Title/.�/1! Date $ 13,329.74 6,149.80 $ 19,479.54 CITY OF 4PEPTINO Bert JT�16bv ch ;Director oflPublic Works City Council: 6/2/97 Resolution No. 9859 RESOLUTION NO. 9866 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CUPERTINO APPROVING CONTRACT CHANGE ORDER NO. 2 FOR CREEKSIDE PARK IMPROVEMENT, PROJECT 96-9208 RESOLVED by the City Council of the City of Cupertino, California, that Change Order No. 2 for changes to work which has been approved by the Director of Public Works and this day presented to this Council, be and it is hereby approved in conjunction with the project known as CREEKSIDE PARK IMPROVEMENT, PROJECT 96-9208 BE IT FURTHER RESOLVED that no appropriation is necessary. PASSED AND ADOPTED at a regular meeting of the City Council of the City of Cupertino this 16th day of June, 1997, by the following vote: Vote Members of the City Council AYES: Burnett, Chang, Dean, Sorensen, Bautista NOES: None ABSENT: None ABSTAIN: None ATTEST: APPROVED: /s/ Kimberly Smith /s/ John Bautista City Clerk Mayor, City of Cupertino o[, Cupe 11110 Contractor 10300 Torre Avenue Cupertino, CA 95014-3202 (408) 777-3354 FAX (408) 777-3333 PUBLIC WORKS DEPARTMENT CREEKSIDE PARK IMPROVEMENT PROJECT NO. 96-9208 CONTRACT CHANGE ORDER NO.2 B & B Concrete Construction Company, Inc. 211 Ryland Avenue San Jose CA 95110 The following changes are hereby approved: 2A City of Sunnyvale sanitary sewer connection fee 2B Install two backflow cages and blankets 2C Revisions to entry drive on Miller Ave. 2D Modifications to entry drive on Calle De Barcelona 2E Delete Alternative H - Lime Treatment Credit Total Change Order No. 2 Total Project: Original Contract Change Order No. 1 Change Order No. 2 Additional Award Revised Contract CONTRACTOR $ 1,721,300.00 19,479.54 (2,401.09) 135.000.00 $ 1,873,378.45 Title Date ��.�31� 7 ?rrnred on Recvded Piper $ 922.00 3,261.96 367.68 4,547.27 - 11 500.00 $ (2,401.09) City Council: 6/16/97 Resolution No. 9866 RESOLUTION NO. 9928 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CUPERTINO APPROVING CONTRACT CHANGE ORDER NO. 3 FOR CREEKSIDE PARK IMPROVEMENTS, PROJECT 96-9208 RESOLVED by the City Council of the City of Cupertino, California, that Change Order No. 3 for changes to work which has been approved by the Director of Public Works and this day presented to this Council, be, and it is hereby approved in conjunction with the project known as CREEKSIDE PARK IMPROVEMENTS, PROJECT 96-9208 BE IT FURTHER RESOLVED that funds are available and no further appropriation is necessary. PASSED AND ADOPTED at a regular meeting of the City Council of the City of Cupertino this 18th day of August, 1997, by the following vote: Vote Members of the Cily Council AYES: Burnett, Chang, Dean, Sorensen, Bautista NOES: None ABSENT: None ABSTAIN: None ATTEST: APPROVED: /s/ Kimberly Smith /s/ John Bautista City Clerk Mayor, City of Cupertino PROOF OF PUBLICATION (20115.5 C.C.P.) State of California County of Santa Clara Filing Stamp PROOF OF PUBLICATION I am a citizen of the United States and a A. BID DOCUMENTS been awarded the contract. NOTICE TO CONTRACTORS All bids shall be compared us - resident of the County aforesaid: I am CITY OF CUPERTINO 10300TORREAVENUE ng the estimated quantities prepared by the Engineer and CUPERTINO, CALIFORNIA the unit prices submitted. No over the age of 18 years, and not party to 95014 The City of Cupertino, Santal incomplete nor interlineated proposal or bid will be ac - Clara County, California, in-' cepted. Bidders are required or interested in the above entitled viten sealed proposals for thei to bid on all items of the pro - construction of the work asl posal. matter. I am the principal clerk of the delineated on the plans and/or in the specifications, No federal funds are involved in this project, therefore, bids entitled CREEKSIDE PARK IM- submitted shall be invalidated printer of the: The Cupertino 920VEMENTS, PROJECT 96- by the failure of the bidder to 8. be licensed in accordance Courier, 20465 Silverado Ave., Contract Documents, consist- ing of Notice to Contractors. with the laws of the State of - Proposal. Time for California. No bids will be awarded to a Cupertino California a newspaper of ; Completion, Estimated Contractor who is not licensed ,j Quantities. Noncollusion to conduct business in the City general circulation, printed every N Affidavit, Bidder Qualification Form. Subcontractors Form, and in accordance with the provisions of Division 3 of 4 Signature Form, Standard Chapter 9. Contracts, of the Wednesday in the City of San Jose State / Specifications, General Business and Professions of California, County of Santa Clara, and rand f Provisions, Special Provisions Plans, Faithful Performance Bond, Labor and Code of the State of California. The contract shall not be awarded to any bidder who Material Bond, Insurance does not possess a Class C27 which newspaper has been adjudged a Certificates and Contract for Public be General Engineering newspaper of general circulation by the Works, may re- viewed and copies of same may be obtained at the office Contractors License. C A. Bid Documents (contin- ued) of the City Engineer. City Of All bids received will be re - Superior Court of the County of Santa Cupertino, 10300 Torre Avenue; Cupertino, CA ported to the City Council of Clara, State of California, Case Number 95014. for a non-refundable deposit of $40.00 each. the City of Cupertino within thirty (30) days of receipt, at which time the City Council Special attention of bidders is will review and act upon the CV1oo637 that the notice of which the directed to Section 7, Proposal and Award of bids submitted. Award, if to Contract, of the General any, will be made the re - sponsible bidder whose pro - annexed is a printed copy (set in type not Provisions for full directions posal is most advantageous as to bidding. to the City. smatter than nonpareil) , has been Sealed proposals will be re- calved at the office of the City The City of Cupertino reserves the right to award the contract Clerk, City Hall, City of to any qualified bidder based published in each regular and entire Cupertino: 10300 Torre on the proposal that is most Avenue; Cupertino, CA advantageous to the City. issue of said Newspaper and not in any 95014, until 2:00 P.M. on FEBRUARY 111, 1997, at The City also reserves the right to reject any or all bids which time they will be pub- or to waive any irregularities supplement thereof on the following licly opened and the compara- in the bidding procedures, [ive totals read. provided the variance cannot dates, to wit: A pre-bid meeting is sched- uled for FEBRUARY 4, 1997 have affected the amount of the bid or cannot have given a at 1:30 P.M. in the City bidder an advantage or bene - January 29 Council Chambers, City Hall, fit not allowed other bidders. City of Cupertino, 10300 The Contractor shall furnish all in the year of 11997 Torre Avenue, Cupertino, CA 95014. to the City a Faithful Performance Bond and a All proposals or bids shall be Labor and Material Bond as certify (or declare) under penalty of accompanied by cash, a required in the specifications. cashiers check, or certified check payable to the order of It shall be mandatory upon the Contractor to whom the perjury that the foregoing is true and the City of Cupertino, in the contract is awarded, and amount of ten (10%) of the upon all subcontractors. to bid, or by a bond in said pay no less than the general correct. amount payable to the City of prevailing wage rates to all Cupertino. Said bond shall workers employed in the exe- be signed by the bidder and a cution of the contract as pro - corporate surety, or by the vided for in Section 7-1.01A • Dated• January 29 s 11997 bidder and two (2) sureties who shall justify before any of- of the Standard Specifications. ficer competent to administer Payments to the Contractor at San Jose, California an oath, in double said will be made in cash by said amount and over and above all statutory exemptions. City upon submission by the Contractor and approval by Said cash or check shall be the Engineer of a progress tu,2--PTO forfeited said bond shall billing which reflects the value _---__-- — able [o the City in become payable case the bidder depositing I of the work completed. The progress payments made as D e n i s e Laguna the same does not enter into a contract with the City within work progresses will be pay - ments on account and will not ten (10) days after written no- be considered as an accep- tice that the Contractor has tance of any part of the mate- rial or workmanship required by the contract. Pursuant to Section 22300 of the California Public Contract Code. the Contractor will be permitted, upon request and its sole expense, to substi- tute securities for any Mon- eys withheld by the City to en- sure performance under the contract. Said securities will be deposited either with the City or with a state or feder- ally chartered bank as escrow agent. Securities eligible for this substitution are those listed in Section 16430 of the California Government Cade, or bank or savings and loan certificates of deposit, inter- est bearing demand deposit accounts, standby letters of credit, or any other security mutually agreed to by the Contractor and the City. The Contractor shall be the bene- ficial owner of any securities substituted for moneys with- held and shall receive any in- terest thereon. CITY OF CUPERTINO By:/s/ Kimberly Smith/ Dated:January 16, 1997 City Clerk /KIMBERLY SMITH/ CITY CLERK CITY OF CUPERTINO (Pub CC 1/29/97) RESOLUTION NO. 9946 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CUPERTINO APPROVING CONTRACT CHANGE ORDER NO.4 FOR CREEKSIDE . PARK IMPROVEMENTS, PROJECT NUMBER 96-9208 RESOLVED by the City Council of the City of Cupertino, California, that Change Order No. #4 for changes to work which has been approved by the Director of Public Works and this day presented to this Council, be, and it hereby approved in conjunction with the project known as CREEKSIDE PARK IMPROVEMENTS, PROJECT NUMBER 96-9208 BE IT FURTHER RESOLVED that funds are available and no further appropriation is necessary. PASSED AND ADOPTED at a regular meeting of the City Council of the City of Cupertino this 2nd day of September, 1997, by the following vote: Vote Members of the Cht-Y Council AYES: Burnett, Chang, Dean, Sorensen, Bautista NOES: None ABSENT: None ABSTAIN: None ATTEST: /s/ Kimberly Smith City Clerk APPROVED: /s/ John Bautista Mayor, City of Cupertino C -i pertilio . 10300 Torre Avenue Cupertino, CA 95014-3202 (408) 777-3354 FAX (408) 777-3333 PUBLIC WORKS DEPARTMENT CREEKSIDE PARK IMPROVEMENT PROJECT NO. 96-9208 CONTRACT CHANGE ORDER NO. 4 Contractor B & B Concrete Construction Company, Inc. 211 Ryland Avenue San Jose CA 95110 The following changes are hereby approved: 4A 413. 4C. 4D. 4E. 4F. 4G. 4H. 4I. Upsize header board Repair 6" backflow Traffic signal additions Remove additional trees Additional fence Additional concrete walkway Additional curb and gutter Install exp. mat. and sealant on bridge Install exp. mat. and sealant around building Total Change Order No. 4 Total Project: Original Contract Change Order No. 1 Change Order No. 2 Additional Award Change Order No. 3 Change Order No. 4 Revised Contract CONTRACTOR $ 1,721,300.00 19,479.54 (2,401.09) 135,000.00 10,969.72 19,530.98 $ 1,903,879.15 Title Date �� 7 % Prinlevi on 1,'ecyc6ad P.1per $ 338.41 475.84 4,051.42 3,831.20 3,590.99 446.39 1,389.39 1,910.14 3,497.20 $ 19,530.98 • -P -19-fi• • Bert J. ViAkovi Director of Publ c works City Council: Sept. 2, 1997 Resolution No. 9946 RESOLUTION NO. 9953 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CUPERTINO APPROVING CONTRACT CHANGE ORDER NO. 5 FOR CREEKSIDE PARK IMPROVEMENTS, PROJECT NUMBER 96-9208 RESOLVED by the City Council of the City of Cupertino, California, that Change Order No. 5 for changes to work which has been approved by the Director of Public Works and this day presented to this Council, be, and it hereby approved in conjunction with the project known as CREEKSIDE PARK IMPROVEMENTS, PROJECT NUMBER 96-9208 BE IT FURTHER RESOLVED that funds are available and no further appropriation is necessary. PASSED AND ADOPTED at a regular meeting of the City Council of the City of Cupertino this 15th day of September, 1997, by the following vote: Vote Members of the City Council AYES: Burnett, Chang, Dean, Sorensen, Bautista NOES: None ABSENT: None ABSTAIN: None ATTEST: /s/ Kimberly Smith City Clerk APPROVED: /s/ John Bautista Mayor, City of Cupertino RESOLUTION NO.9970 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CUPERTINO APPROVING CONTRACT CHANGE ORDER NO. 6 FOR CREEKSIDE PARK IMPROVEMENTS, PROJECT NO. 96-9208 RESOLVED by the City Council of the City of Cupertino, California, that Change Order No. 6 for changes to work which haws been approved by the Director of Public Works and this day presented to this Council, be and it is hereby approved in conjunction with the project known as CREEKSIDE PARK IMPROVEMENTS, PROJECT NO. 96-9208 BE IT FURTHER RESOLVED that funds are available and no further appropriation is necessary. PASSED AND ADOPTED at a regular meeting of the City Council of the City of Cupertino this 6t' day of October, 1997, by the following vote: Vote Members of the City Council AYES: Burnett, Chang, Dean, Sorensen, Bautista NOES: None ABSENT: None ABSTAIN: None ATTEST: APPROVED: /s/ Kimberly Smith City Clerk /s/ John Bautista Mayor, City of Cupertino PUBLIC WORKS 0 C T 1 6 1997 10300 Torre Avenue Cupertino, CA 95014-3202 (408) 777-3354 FAX (408) 777-3333 PUBLIC WORKS DEPARTMENT CREEKSIDE PARK IMPROVEMENT PROJECT NO. 96-9208 CONTRACT CHANGE ORDER NO. 6 Contractor B & B Concrete Construction Company, Inc. 650 Quinn Avenue San Jose CA 95112 The following changes are hereby approved: 6A. Add opening in 20' fence $ 565.10 613. 'Install hydrosod in all turf areas 8,000.00 6C. Add A.C. paving by tot lot 860.39 61). Add ties for chain link fence 423.14 Total Project: Original Contract Change Order No. 1 Change Order No. 2 Additional Award Change Order No. 3 Change Order No. 4 Change Order No. 5 Change Order No. 6 Revised Contract CONTRACTOR Total Change Order No. 6 $ 9,848.63 $ 1,721,300.00 19,479.54 (2,401.09) 135,000.00 10,969.72 19,530.98 12,319.27 9.848.63 $ 1,926,047.05 Title Date_% P,mroq on R, cvc!.-,O P u: City Council: October 6, 1997 Resolution No. 9670 ;ity of Cupertino AGENDA ITEM 7 SUBJECT AND ISSUE Creekside Park - Change Order No. 7 BACKGROUND 10300 Torre Avenue Cupertino, CA 95014-3202 (408) 777-3354 FAX (408) 777-3333 PUBLIC WORKS DEPARTMENT AGENDA DATE November 3, 1997 Change Order No. 7 has a large component of approximately $62,000 that reflects a change in scope of work due to the requests by residents along the walkway between East Estates Drive and Creekside Park. The concern was safety, lighting, and vandalism. After several meetings and review of alternatives, it was decided that the most appropriate and long-term solution was to build a concrete wall and provide safety lighting that would not be intrusive to the residents. The solution, although somewhat costly, will provide a very pleasant and long-lasting solution with total acceptance and appreciation from the residents. You may also recall that the city received a $100,000 grant for the pedestrian and bridge installation. This change order for the neighborhood enhancement work is going to exceed the council's limit on change orders of 5%. Since this is not a change order to existing scope, but additional work, the approval will exceed the above limit. There is sufficient fund and no appropriation is needed. STAFF RECOMMENDATION That the City Council approve Change Order No. 7 and authorize expenditure exceeding the change order limit for the new work. (Res. No. 9 9 9 5 ) BJV:sm Printed on Recycled Paper RESOLUTION NO. 9995 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CUPERTINO APPROVING CONTRACT CHANGE ORDER NO. 7 FOR CREEKSIDE PARK IMPROVEMENTS, PROJECT NO. 96-9208 RESOLVED by the City Council of the City of Cupertino, California, that Change Order No. 7 for changes to work which has been approved by the Director of Public Works and this day presented to this Council, be, and it hereby approved in conjunction with the project known as CREEKSIDE PARK IMPROVEMENTS, PROJECT NO. 96-9208 BE IT FURTHER RESOLVED that funds are available and no further appropriation is necessary. PASSED AND ADOPTED at a regular meeting of the City Council of the City of Cupertino this 3`d day of November, 1997, by the following vote: Vote Members of the City Council AYES: Burnett, Chang, Dean, Sorensen, Bautista NOES: None ABSENT: None ABSTAIN: None ATTEST: /s/ Roberta Wolfe Dep. City Clerk APPROVED: /s/ John Bautista Mayor, City of Cupertino RESOLUTION NO. 10015 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CUPERTINO APPROVING CONTRACT CHANGE ORDER NO. 8 FOR CREEKSIDE PARK IMPROVEMENTS, PROJECT 96-9208 RESOLVED by the City Council of the City of Cupertino, California, that Change Order No. 8 for changes to work which has been approved by the Director of Public Works and this day presented to this Council, be, and it hereby approved in conjunction with the project known as CREEKSIDE PARK IMPROVEMENTS, PROJECT 96-9208 BE IT FURTHER RESOLVED that -an expenditure of $12,375.90 from the Project Account No. 122-9208-953 is hereby approved to cover this change order. PASSED AND ADOPTED at a regular meeting of the City Council of the City of Cupertino this ls` day of December, 1997, by the following vote: Vote Members of the Cfty Council AYES: Burnett, Dean, James, Statton, Chang NOES: None ABSENT: None ABSTAIN: None ATTEST: APPROVED: /s/ Kimberly Smith /s/ Michael Chang City Clerk Mayor, City of Cupertino RESOLUTION NO. 98-016 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CUPERTINO APPROVING CONTRACT CHANGE ORDER. NO. 9 FOR CREEKSIDE PARK IMPROVEMENTS, PROJECT NO. 96-9208 RESOLVED by the City Council of the City of Cupertino, California, that Change Order No. 9 for changes to work which has been approved by the Director of Public Works and this day presented to this Council, be, and it hereby approved in conjunction with the project known as CREEKSIDE PARK IMPROVEMENTS, PROJECT NO. 96-9208 BE IT FURTHER RESOLVED that funds are available and no further appropriation is necessary. PASSED AND ADOPTED at a regular meeting of the City Council of the City of Cupertino this 5"' day of January, 1998, by the following vote: Vote Members of the City Council AYES: Burnett, Dean, James, Statton, Chang NOES: None ABSENT: None ABSTAIN: None ATTEST: /s/ Kimberly Smith City Clerk APPROVED: /s/ Michael Chang Mayor, City of Cupertino 10300 Torre Avenue Cupertino, CA 95014-3202 (408)777-3354 FAX(408)777-333') PUBLIC WORKS DEPARTMENT CRE EKSIDE PARK IMPROVEMENT PROJECT NO. 96-9208 CONTRACT CHANGE ORDER NO.9 Contractor B & B Concrete Construction Company, Inc. 650 Quinn Avenue San Jose CA 95112 The following change is hereby approved: 9A. Install 3" CIP for drainage Total Project: Original Contract Change Order No. 1 Change Order No. 2 Additional Award Change Order No. 3 Change Order No. 4 Change Order No. 5 Change Order No. 6 Change Order No. 7 Change Order No. 8 Change Order No. 9 Revised Contract CONTRACTOR Title Date Total Change Order No. 9 $ 1,721,300.00 19,479.54 (2,401.09) 135,000.00 10,969.72 19,530.98 12,319.27 9,848.63 65,130.95 12,375.90 750.64 $ 2,004,304.54 Pnnlod on Rewe!^J Patpor $ 750.64 $ 750.64 CITY OF CUPERTINO Bert J. Viskovigh Director of Public Works City Council: January 5, 1998 Resolution No. 98-016 City of, Ctperthr o CREEKSIDE PARK IMPROVEMENT PROJECT NUMBER 96-9208 CONTRACT CHANGE ORDER NO. 10 Contractor B & B Concrete Construction Co., Inc. 650 Quinn Avenue San Jose, California 95112 The following changes are hereby approved: City Hall 10300 Torre Avenue Cupertino, CA 95014-3202 (408) 777-3354 FAX (408) 777-3333 PUBLIC WORKS DEPARTMENT PUBLIC WOPKS F E B I .; 1998 IOA. Change lights on bridge $ 1,075.75 1OB. Site security 3,024.00 l OC. Miller Avenue pavement repair 2,212.94 l OD. Add bollard 715.28 l OE. Install dry well in church parking lot 2,245.60 1OF. Install swamp fabric on bike path 1,720.52 1OG. Anti -graffiti material on wall by walk 8,571.38 IOH. Extend 4' fence at CMU 241.72 Total Change Order No. 10 S 19,807.19 Total Project: Original Contract $ 1,721,300.00 Change Order No. 1 19,479.54 Change Order No. 2 (2,401.09) Additional Award 135,000.00 Change Order No. 3 10,969.72 Change Order No. 4 19,530.98 Change Order No. 5 12,319.27 Change Order No. 6 9,848.63 Change Order No. 7 65,130.95 Change Order No. 8 12,375.90 Change Order No. 9 750.64 Change Order No. 10 19,807.19 Revised Contract $ 2,024.111.73 CONTRACTOR / l' Title 11111P7 City Council: February 2, 1998 Date )-41 % �7 Printed on Recvcled PaperResolution No. 98-047 yam/ a 6 RESOLUTION NO. 98-065 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CUPERTINO APPROVING CONTRACT CHANGE ORDER NO. I I FOR CREEKSIDE PARK IMPROVEMENTS, PROJECT NUMBER 96-9208 RESOLVED by the City Council of the City of Cupertino, California, that Change Order No. 11 for changes to work which has been approved by the Director of Public Works and this day presented to this Council, be, and it hereby approved in conjunction with the project known as CREEKSIDE PARK IMPROVEMENTS, PROJECT NUMBER 96-9208 BE IT FURTHER RESOLVED that funds are available and no further appropriation is necessary. PASSED AND ADOPTED at a regular meeting of the City Council of the City of Cupertino this 2 n day of March, 1998, by the following vote: Vote Members of the Lily Council AYES: Burnett, Dean, James, Statton, Chang NOES: None ABSENT: None ABSTAIN: None ATTEST: City Clerk APPROVED: / I � I Mayor, City of Cupertino ��City of, C-apertin0 CREEKSIDE PARK IMPROVEMENTS PROJECT NUMBER 96-9208 CONTRACT CHANGE ORDER NO. 11 Contractor B & B Concrete Construction Co., Inc. 650 Quinn Avenue San Jose, California 95112 The following changes are hereby approved: 11 A. Weekly turf maintenance 1113. Handicap ramp at Miller Avenue 11 C. Site security over holidays 11D. Site security fencing 11E. Pathway stabilization 11F. Precast wall foundations 11 G. Add building beam hardware I IH. Miscellaneous utility removal 65,130.95 Total Change Order No. 11 Total Project: Original Contract $ 1,721,300.00 Change Order No. 1 19,479.54 Change Order No. 2 (2,401.09) Additional Award 135,000.00 Change Order No. 3 10,969.72 Change Order No. 4 19,530.98 Change Order No. 5 12,319.27 Change Order No. 6 9,848.63 Change Order No. 7 65,130.95 Change Order No. 8 12,375.90 Change Order No. 9 750.64 Change Order No. 10 19,807.19 Change Order No. 11 20,358.06 Revised Contract $ 2,044,469.79 CONTRACTOR Title Date City Hall 10300 Torre Avenue Cupertino, CA 95014-3202 (408) 777-3354 FAX (408) 777-3333 PUBLIC WORKS DEPARTMENT $ 5,289.00 1,744.85 1,163.33 2,660.70 5.066.43 2,203.91 1,533.78 696.06 $ 20,358.06 CITY OF CUPERTINO Bert J. Viskovich Director of Public Works City Council: March 2, 1998 Resolution No. 98-065 Printed on Recycled Paper RESOLUTION NO. 98-088 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CUPERTINO APPROVING CONTRACT CHANGE ORDER NO. 12 FOR CREEKSIDE PARK IMPROVEMENTS, PROJECT NUMBER 96-9208 RESOLVED by the City Council of the City of Cupertino, California, that Change Order No. 12 for changes to work which has been approved by the Director of Public Works and this day presented to this Council, be, and it hereby approved in conjunction with the project known as CREEKSIDE PARK IMPROVEMENTS, PROJECT NUMBER 96-9208 BE IT FURTHER RESOLVED that funds are that an appropriation in the amount of $16,297.98 from the project account No. 122-9208-953 is hereby approved to cover this change order. PASSED AND ADOPTED at a regular meeting of the City Council of the City of Cupertino this 20°i day of April, 1998, by the following vote: Vote Members of the City Council AYES: BURNETT, DEAN, JAMES, STATION, CHANG NOES: NONE ABSENT: NONE ABSTAIN: NONE AT T: ity Clerk A ROVE c Mayor, City of Cupertino City Hall 10300 Torre Avenue ® Cupertino, CA 95014-3202 (408) 777-3354 ity of FAX (408) 777-3333 Cupertino PUBLIC WORKS DEPARTMENT CREEKSIDE PARK IMPROVEMENTS PROJECT NUMBER 96-9208 CONTRACT CHANGE ORDER NO. 12 Contractor B & B Concrete Construction Co., Inc. 650 Quinn Avenue San Jose, California 95112 The following changes are hereby approved: 12A. Seal coat for church parking lot $ 16,297.98 Total Change Order No. 12 $ 16,297.98 Total Project: Original Contract $ 1,721,300.00 Change Order No. 1 19,479.54 Change Order No. 2 (2,401.09) Additional Award 135,000.00 Change Order No. 3 10,969.72 Change Order No. 4 19,530.98 Change Order No. 5 12,319.27 Change Order No. 6 9,848.63 Change Order No. 7 65,130.95 Change Order No. 8 12,375.90 Change Order No. 9 750.64 Change Order No. 10 19,807.19 Change Order No. 11 20,358.06 Change Order No. 12 16,297.98 Revised Contract $ 2,060,767.77 CONTRACTOR ^� c .c. Title Date 441.2 711f City Council: April 20, 1998 Resolution No. 98-088 Printed on Recycled Paper 'City of "pertino City Hall 10300 Torre Avenue Cupertino, CA 95014-3255 (408)777-3354 FAX (408) 777-3333 PUBLIC WORKS DEPARTMENT CREEKSIDE PARK IMPROVEMENTS, PROJECT NO. 96-9208 CONTRACT CHANGE ORDER NO. 13 Contractor B & B Concrete Construction Co., Inc. 650 Quinn Avenue San Jose, California 95112 The following changes are hereby approved: 13A. Replant jasmine $ 750.00 13B. Concrete pad @ bike rack 300.00 13C. Concrete pad barbecue 150.00 13D. Swing joints 250.00 13E. Cap head @ backstop 100.00 13F. Widen s/w at signal 150.00 13G. Move quik coupler 100.00 13H. Cap island 75.00 13I. Lower CB 300.00 13J. Temp. Fence 853.37 13K. Paint trim interior 424.00 Total Change Order No. 13 $ 3,452.37 Total Project: Original Contract $ 1,721,300.00 Change Order No. 1 19,479.54 Change Order No. 2 (2,401.09) Additional Award 125,000.00 Change Order No. 3 10,969.72 Change Order No. 4 19,530.98 Change Order No. 5 12,319.27 Change Order No. 6 9,848.63 Change Order No. 7 65,120.95 Change Order No. 8 12,375.90 Change Order No. 9 750.64 Change Order No. 10 19,807.19 Change Order No. 11 20,358.06 Change Order No. 12 16,297.98 Change Order No. 13 3,452.37 Revised Contract $ 2,064,220.14 CONTRACTOR E C OF P ,QQ ert J. Vis vich Title /.% Director of ublic Works Date S-ll;/f8 rry City Council: May 4, 1998 Resolution No. 98-110 Printed on Recycled Paper RECORDING REQUESTED BY City of Cupertino WHEN RECORDED MAIL TO City of Cupertino 10300 Torre Avenue Cupertino, CA 95014 NO FEE IN �- a103� WITH GOV �OD� p— 0171 - RECORDING 71 - DOCUMENT: 14180813 1 Titles:1 / Pages: 3 Fees....* No Fees 111111111111111111111111 Taxes.. Copies.. �Q014180813 !! AMT PAID RDE # 009 BRENDA DAVIS 5/12/1998 SANTA CLARA COUNTY RECORDER 2 46 PM Recorded at the request of City (SPACE ABOVE THIS LINE FOR RECORDER'S USE) CERTIFICATE OF COMPLETION AND NOTICE OF ACCEPTANCE OF COMPLETION CREEKSIDE PARK IMPROVEMENTS PROJECT NO. 96-9208 ORIGINAL ity of Cupertino City Hall 10300 Torre Avenue Cupertino, CA 95014-3255 (408) 777-3354 FAX (408) 777-3333 PUBLIC WORKS DEPARTMENT CERTIFICATE OF COMPLETION AND NOTICE OF ACCEPTANCE OF COMPLETION CREEKSIDE PARK IMPROVEMENTS PROJECT NO. 96-9208 NOTICE IS HEREBY GIVEN THAT I, Bert J. Viskovich, Director of Public Works and City Engineer of the City of Cupertino, California, do hereby certify that the work and improvements hereinafter described, the contract for doing which was entered into by and between the City of Cupertino and B & B Concrete Construction Co., Inc. on March 6, 1997, in accordance with the plans and specifications for said work, have been completed to my satisfaction and acceptance is made as of May 4, 1998. That said work and improvements consisted of furnishing all labor, materials, tools, and equipment required to complete said project, all as more particularly described in the plans and specifications for said project. Date: May 7, 1998 Printed on Recycled Paper of Pblic Works and inee of the City of Cupertino VERIFICATION I have reviewed this Certificate of Completion and to the best of my l'a-lowledge, the information contained herein is true and complete. I verify under penalty of perjury under the laws of the State of California, that the foregoing is true and correct. Executed on the 4th day of May 1998 at Cupertino, California. Administrative Clerk City of Cupertino (;its• <,I' Cuperthio March 20, 1997 B & B Landscape Contractors, Inc. 312 Brokaw Road Santa Clara, California 95050 City Hall 10300 Torre Avenue Cupertino, CA 95014-3255 Telephone: (408) 777-3223 FAX: (408) 777-3366 OFFICE OF THE CITY CLERK PUBLIC WORKS BID BOND - CREEKSIDE PARK IMPROVEMENTS, PROJECT 96-9208 Enclosed is the bid bond which was presented with the above referenced project. The final documents all have been signed. If you have any questions or need additional information, please contact the Department of Public Works. Sincerely, es /44� KIMBERLY MITH, CMC CITY CLERK KS/cs Enclosure PriNed nn Recycled Paper