Loading...
80-001 A Miholovich Concrete Co. Wheel chair ramp construction Project 80-20CONTRACT FOR. PUSL-IC ?-!ORK COMi ."-7, m—nde an January' 22, 1980 by the CITY OF CUP10E.RTIN0, a ,municipal corporation of the State of California, hereinafter called the City, and MIHOLOVICH CONCRETE CO.., INC. hereinafter called the Contractor. IT IS HEREBY AGREED by the parties as follows: 1.. The Contract Documents. The complete Cantract con- sists of the following contract documents: a. The plans and specifications entitled, "Wheel Chair Ramp Construction., Project 80-20" b. Various bond and insurance requirements C. Bid proposal attached hereto as "Exhibit A" Any -Lnd all obligations of the City and the Contractor are fully set forth and described therein. All of the above documents dre 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 cf said documents. The documents comprising the complete cor.- J. tract are souetimes hereinafter referred to as the Contract Docu- Ments. In case of conflict between the Plans and Soecifi .ations on the one hard, and this Contract on the other, the Plans a. -,d Spe ci-1cat ions shall prevail. 2. The W rlc. The Contractor agrees tc : urnish " all c f the tools, eaui7:rent,-nnoaratu5, facil�t;ies, r?DOr, tr�?7�DOrt2— tion, and material necessary to perform and complete in a good and workmnan11ke manner, the work of WHEEL CHAIR RAMP CONSTRUCTION, PROJECT 80-20 L as called. for, and in the manner designated in, and in strict conforr..ity with, the Plans and Specifications prepared by the following named person: 0 Bert J. Viskovich, Director of Public Works and adopted by the City, which Plans and Specifications are en— titled, respectively, Wheel Chair Ramp Construction, Project 80-20 and w1hich Plans and Specifications are identified by the signa— tures of the par ties to this Contract. It is understood and agreed that said tools, equipment, apparatus, facilities, labor, tr2r:sportation, and material shall be furnished, and that said work shall be performed and co:mnleted as required in said Plans and Specifications under the sole direction and control of the Contractor, but subject to the inspection and approval of the City, or its representative. The City hereby designates as its representative for the purpose of this Contract the following named person: Bert J. Viskovich, Director -of Public Works 3. Contract Price. The City agrees to pay, and the Contractor agrees to accept, in full payment for the Work above agreed to be done, the sum of. TEN THOUSAND ONE HUNDRED EIGHTY-EIGHT DOLLARS ($10,188.00) subject to additions and deductions as provided in the Contract Documents. 4. Disputes Pertaining to Payment for Work. Should any dispute arise respecting the true value of any work done, of any ;iork onitted, or of any extra work.which the Contractor may be required to do, or respecting the size of any payment to the Contractor during the per`'oMance of this contract, said dispute shall be deter_-uned either by reference to the unit of prices, if applicable, or in accordance with the agreement of the parties, or in accordance with the rules of the American Arbitration Association if the parties are unable to agree. 5. Permits; Compliance Uith Law. The Contractor shall, at his expense, obtain all necessary permits and licenses, ease— ments, etc. , for the construction of the project, give all neces— sary notices, pay all fees required by lea, and comply with all laws, ordinances, rules -and regulaticns relatin; to the work and to the preservation of the public health and safety. 6. Insbection by the City. The Contractor shall at all times maintain prove. facilities and provide yafe access for inspection by the City to all parts of the .-iork, and to the s ;ops —2— wherein the work is in preparation. Where the Specifications require :•rork to be specially tested .or approved, 'it shall not be tested or covered up without timely notice to the City of its readiness for inspection and without tee approval thereof or consent thereto by the latter. Should any such work be covered up without such notice, approval, or consent, it must if required by the City, be uncovered for examination at the Contractor's expense. 7. Extra or Additional Work and Chanes. Should the City at any time during the progress of the work require any alterations, deviations, additions or omissions from the Speci- fications or Plans or other Contract Documents, it shall have the right to do so, and the same shall in no way affect or make void the contract, but the cost or value thereof will be added to, or deducted from, the amount of the contract price, as the case may be, by a fair and reasonable valuation, which valuation shall be determined either by reference. to the unit prices, if applicable, or in accordance with the agreement of the parties, or in accordance with the rules.of the American Arbitration Assocation if the parties are unable to agree. No extra work shall be performed or change be made except by a written order from the City, duly authorized by resolution of its governing body, and by all agencies whose approval is required by tau, stating that the extra work or chanv-e is authorized, and no claim for an addition to the contract sum shall be valid unless so orderad. . 8. Charges to Meet Environmental Reouirements. The City shall have the right to mate changes in this Contract during the course of construction to -bring the completed im- provements into compliance with environmental requirements or standards established by state and federal statutes and regula- tions after the Contract has been awarded or entered into. The Contractor shall be paid for by such changes either by reference to the unit prices, if applicable, or in accordance with the agreement of the parties, or in accordance with the rules of the American Arbitration Association if the parties are unable to agree. 9. Termination, Amendments or Modifications. This Contract may be terminated, amended or modified, with the mutual consent of the parties. The compensation payable, if any, for such termination, amendment or modifications, shall"be deter- mined either by reference to the unit price, 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. 10. Time for Completion. All work under this Contract shall be completed ' before the expiration of twenty five (25) working days from the approval of this contract. -3- If the Contractor shall be delayed in the work by the acts or neglect of tine City, or its employees, o'r those under it by contract or otherwise, or by changes ordered in the work, or by strikes, lockouts by others, fire, unusual delay in trans- portation, unavoidable casualties or any causes.beyond the Con- tractor's control, or by delay authorized by the Ci ty, or by any cause which the City shall determine justifies the delay, then the time of comnletion shall be extended accordingly. This paragraph does not exclude the recovery of dam- ages for delay by either party under other provisions in the Contract Documents. 12. Termination for Breach, etc. If the Contractor should be adjudged a bankrupt , or if he should ma_:e a general assignment for the benefit of his creditors, or if a receiver should be appointed.on account of his insolvency, or if he or any of his subcontractors should violate any of the provisions of the .Contract, the City may serve written notice upon him and his surety of its intention to terminate the Contract, such notice to contain the reasons for such intention toterminate the Contract, and, unless within ten days after serving- of such notice, such violation shall cease and satisfactory arrangements for correction thereof be made, the Contract shall, upon the expiration of said ten days, cease and term.inate. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor, and the surety shall have the rictit to take over and perform the Contract; pro- vided, hotaever, that, if the surety aithin fifteen days after the serving upon it of notice of termination does not give the City written notice of its intention to take over and perform the Contract, or does not comm -once performance thereof within thirty days from the date of the serving of such notice, the City may take over the work and prosecute the same to com.pletion by contract, or by any other method it may deem advisable, for the account and at the expense of the Contractor, and the Con- tractor and his surety shall be liable to the City for any ex- cess cost occasioned by the City thereby, and in such event the City may, rithout liability for so doing, take possession of, and utilize in_completinQ the work, such ,materials, appliances, plant and other property belonging to the Contractor as may be on the site of the worti and necessary therefor. 13. The -Ci t:✓'s Right to Withhold Certain Amounts and Mate ADDli cation llhereof. . in addition to the ar;outhL which the 11. Inspection ar_d Testing of ''Lateri als. The Con- tractor shall notifythe City a sufficient time in advance of the manufacture or production of materials to be supplied by him under this Contract.1in order that the City may arrange for mill or factory inspection and testing of the sarae, if the City requests such notice from the Contractor. 12. Termination for Breach, etc. If the Contractor should be adjudged a bankrupt , or if he should ma_:e a general assignment for the benefit of his creditors, or if a receiver should be appointed.on account of his insolvency, or if he or any of his subcontractors should violate any of the provisions of the .Contract, the City may serve written notice upon him and his surety of its intention to terminate the Contract, such notice to contain the reasons for such intention toterminate the Contract, and, unless within ten days after serving- of such notice, such violation shall cease and satisfactory arrangements for correction thereof be made, the Contract shall, upon the expiration of said ten days, cease and term.inate. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor, and the surety shall have the rictit to take over and perform the Contract; pro- vided, hotaever, that, if the surety aithin fifteen days after the serving upon it of notice of termination does not give the City written notice of its intention to take over and perform the Contract, or does not comm -once performance thereof within thirty days from the date of the serving of such notice, the City may take over the work and prosecute the same to com.pletion by contract, or by any other method it may deem advisable, for the account and at the expense of the Contractor, and the Con- tractor and his surety shall be liable to the City for any ex- cess cost occasioned by the City thereby, and in such event the City may, rithout liability for so doing, take possession of, and utilize in_completinQ the work, such ,materials, appliances, plant and other property belonging to the Contractor as may be on the site of the worti and necessary therefor. 13. The -Ci t:✓'s Right to Withhold Certain Amounts and Mate ADDli cation llhereof. . in addition to the ar;outhL which the City may retain under Paragraph 21 of this. Contract until the final com.pletion and acceptance of all sror'k covered by the Con- tract, the City may withhold from payment to the Contractor such an amount or amounts as in its judgment may be necessary to Day just claimE against the Ccntrsctor or any subcontractors for labor and services rendered and materials furnished in and about the worc,. The City may apply such withheld amount or amounts to the payment of such claims in its discretion. in so doing, the City shell be deemed the agent of the Contractor, and any payment so made by the City shall be considered as a payment, made under the Contract by the City to the Contractor, and the City shall not be liable to the Contractor for any such payment made in good faith: Such payment may be made %..ithout prior judicial determination of the claim or claims. 14. Notice and Service Thereof. Any notice from one party to' the other under -the Contpacz shall be in writing, and shall be dated and signed zither by the party jiving 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 follo:•ring manner: (a) if the notice is given to the City, either by personal delivery thereof to the City 'Mana- ger of the City, or by depositing the sane in the United States mails, enclosed in a sealed envelope, addressed to the City, postage prepaid and certified; (b) if the notice is given to the Contractor, either by personal delivery thereof to the Contrac- tor, or to his duly authorized representative at the site of the project, or by depositing the same in the United States *ails, enclosed in a sealed envelope, addressed to said Contractor at 506 South Bayview Sunnyvale, California 94086 postage prepaid and certified; and (c) if the notice is giver to the surety or any other person, either by personal delivery to such surety or other person, or by depositing the same in the United States mails, enclosed in a sealed envelope, addressed to such surety or person, as the case may be, at the address of such surety or person last communicated by hi: -,i to the party giving the notice, pcstaoe prepaid and certified. 15. Assi-nment of Contract. Neither the Contract, nor any part thereof, nor moneys due or to become due thereunder, may be assigned by the Contractor without the prior written ap- proval of the City. 16. Compliance with Specificaticns of Materials. ::hen - ever in the Specifications, any material cr process is indicated or specified by patent or proprietary name, or by name of manu- facturer, such Specifications must be met by Contractor, unless the City agrees in writing to som-- other material, process or article offered by Contractor which is equal in all! respects to the one specified. —5— 17. Contract Security. Tne Contractor shall furnish a surety bond in an amount at least equal to one' hundred per - cant (100,52) of the contract price as security for the faithful performance .of this Contract. The Contractor shall also furnish a separate surety bond in an a^ou^t at least equal to one . hu^fired percent (100 ',5) of the contract price as security for the pnvment of all persons for furnishing materials, provisions, proverider, or other supplies, used in, upon, for of about the performanceof the work contracted to be done, 'or for performing any :-.Pork - or labor thereor_ of any kind, and for the payment of amounts due under the Unemployment Insurance Code with respect to such work or labor in connection Tari' h this Contract, and for the ay- ment of a reasonable attorney's fee to be fixed by the court --in case suit is brought upon the bond. 18. 'Insurance. The Contractor shall not coy, -hence ;.cork under this Contract until. he has obtained all insurance required under this par2graph and such insurance has been approved by the City, nor shall the Contractor allow any subcontractor to com- mence rrork on his . subcontract until all similar insurance re- quired of the subcontractor has been so obtained and approved. The Contractor shall furnish the City with satisfactory proof of -the carriage of insurance required, and there shall be a specific contractual liability endorsement extending the Con- tractor's coverage to include the contractual liability assumed by the Contractor pursuant to this Contract and particularl;; Paragraph 1-9 hereof. Any policy of insurance required of the Contractor under this Contract shall also contain an endorsement providing that thirty' (30) days' notice must be giver_ in writing to the City of any pending change in the limits of liability or of any cancella:_on or modification of the policy. (a) Workmen's Compensation Insurance and Em- ployer's Liabil.1 tv Insurance. The Contractor shall take out and maintain during the life of this Contract ldorkmen's Comp_ en- sation Insurance and Employer's Liability Insurance for all of his employees employed at the site of the project and, in case any cork is subset, the Contractor shall require the subcontrac- tor si,ml.larly to provide' Work,:ien' s Compensation Insurance and Employer's Liability Insurance for all of the latter's erployees unless such 'employees are covered by the protection afforded by ti -.e Contractor. In signing this Contract the Contractor makes the fol- lo;vring certification, required by Section 18061 of the Labor Code: �I am aware of- the provisions of Section 3700 of the Labor Code wtich require every em- ployer to be insured agains':. liability for workmen's compensation or to undertake self- insurance in accordance crith t :e pr ovisi3ns of- the fthe code, and I will comply with such provisions 10 i before commencing the performance of the work of this contract." (b) Liability Insurance. The Contractor shall take out anal' maintain during the life of this Contract such Bodily Injury Liability and.Property Damage Li bility Insurance as shall o_otect him and any subcontractor per-C-rmiing work cov- ered by this Contract from claims for damages for. bodily injury, including accidental death, as well as from claims for property damage, in *cluding third -party property dzmage, to include cov- erage on orooerty in the care, custodv and control of the Con- tractor, and also in 4cluding what are commonly known as the "X, C. and U'r exclusions (having to do with blasting, collapse, and underground property damage), which .may arise from Contractor's operations under this Contract, whether such operations be by himself or by any subcontractor or by anyone .directly or in- directly.employed by either of them and the amounts of such in surance shall be as follows: Bodily Injury Liability Insurance in an amount not less than $ 300,000.00 for injuries, including accidental death, .to any one person, and, subject to the same 'limit for each person, in an amount not less than $ 500,000.00 , on account of one accident, and Property 'Damnage Liability Insurance in an amount not less than 200,000.00 The City and its officers and employees, shall be named as additional insureds on any such policies of insurance, which shall also contain a provision that the insurance afforded thereby to the City, its officers and employees, shall be primary -insurance to the full limits of liability of the policy, and that, if the City, or its officers and employees, have other insurance against a loss covered by such policy, such other insurance shall be ex -1, cess insurance only. (c) Fire Insurance.; The sha tQ 'ce out and maintain for the benefit of beth parties t s ConLr insurance covering loss by Fire, extended erage en- dorsement p,. ' s (windstorm, hail, e�'xplosion OL., riot attending; a strike, civil c on, aircraft,, ve es, smoke), and van- dalism and malicious mi of upo. . e entire structure on whi cis the work of this Contract i e :done to one hundred percent (1005�Of the-insurabl ue there Proper. evidence of such insurce shall Ll to the If the City provid e fire insurance }iereunder, an Contractor desire roader protection than the perils of .loss by e ex - ed coverage endorsement perils, and vandalism and malic Supply in or ex, as the case may be, -in the blank. . —7 riisclhief,j the C ty will ttempt o obt �nsu�c,,l �road�ep�ro-ec-jo,,jan t nt r t r agr e to y add br a-' r p .,ecti ,19. Hold Harmless. The Contractor ;rill save, keep, and hold harmless the City and all officers, employees, and aZents thereof from all damalges, costs, or expenses, in lair or in ecuity, that may at any time arise or be set. up because of personal in- jury or danage to property sustained by any person or persons by reason of, or in the course of the performance of said wor'.l, or by reason of any infringement or alleged infringement of the patent ri?hts of any person or persons, firm or corporation _n consequence of the use in, pn, or about said .-ior�:, of any article or material supplied or installed under this Contract. NotVith- stand_n.� the above, the Contractor shall wherever it is necessary keep and maintain at his sole cost and expense during the course of his operations under this Contract such warnings, signs, and barriers as may be required to protlect the public. The provisions of the preceding sentence shall not impose any liability upon the City and are for the express benefit of the general public. 20.. Flours of Work. Eight hours of labor during any one calendar day and forty hours of labor during any one calendar week shall constitute the maximum hours of service upon all work done hereunder, and it is expressly. stipulated that no laborer, workman, or mechanic employed at any time by the Contractor or by any subcontractor or suhcontr2ctors under thi s Contract, upcn the %ork or upon'any part of the work contemplated by this Con- tract, shall be recti red or permitted to ;voric thereon more than eight hours during any one calendar day and forty hours during any one calendar week, except, as provided by Section 1815 of the Labor Code of the State of California, worlic performed by employees of contractors in excess of eight hours per day and forty hours during any one geek shall be permitted upon public work upon compensation for all hours worked in excess of eight hours per day at not less than one and one-half times the basic rate of pay. It is further expressly stipulated that for each and every violation.of Sections 1811-1815, inclusive, of the . Labor Code of the State of California, all the provisions where- of are deemed to be incorporated herein, the Contractor shall forfeit, as a penalty to the City, twenty-five Dollars ($25.00) for each laborer, workman .7 or mechanic employed in the execution of this Contract by Contractor, or by any subcontractor under this Contract, for each calendar day during which said laborer, workman, or mechanic is required or permitted to work more than ei-o'r.t hours in any one calendar day and forty hours in any one calendar week in violation of the provisions of said Sections of the Labor Code. The Contractor, and each subcontractor, shall keep an accurate record shooing the nares of and actual hoyrs :vorllced each calendar day and each calendar :reek by all laborers, cvork- MR men, and mechanics employed by him in connection with the work contemplated by this Contract, which record shall be open at all reasonable hours to the inspection of the City or its off- cers or agents and to the Division of Labor La•r Enforcement, of the Department of Industrial Relations of the State of California. 21. !loge Rates. Pursuant to the Labor Code of the State of California, or local laer thereto applicable, the City has --ascertained the general prevailing rate of perdiem wages and rates for holidays and overtime workin the locality in which this work is to be performed, for each craft, classifica- tion, or type of laborer, work.:ian, or mechanic needed to execute this Contract. The pravailing .gages so determined are set fort • in the Specifications and made a part hereof. Neither the notice inviting bids r:or this Contract shall . constitute a representation of fact as to the prevailing wave rates upon crhich the Contractor or any subcontractor under him may, base any claim against the City. It shall be mandatory upon the Contractor, and upon any subcontractor under him, to pay not less than the said spe- cified rates to all laborers, workmen, and mechanics employed in the execution -of the Contract. It is further expressly sti- pulated that the Contractor shall, as a penalty to the . City, forfeit twenty-five dollars ($25.00) for each calendar day, or portion thereof, for each laborer, viorkman, or mechanic_ paid less than the. stipulated prevailing rates for any wore: done under this Contract by him or by any subcontractor under him; and Con- tractor agrees to comply with all provisions of Section 1775 of the Labor Code. In case it becomes necessary for the Contractor or any subcontractor to employ on the project under this Contract any person in a trade or occupation (except executives, supervisor,7, administrative, clerical, or other non -manual workers as such) . for which no minimum wave rate is herein specified' the Contrac- tor shall immedictely notify the City, vrho gill promptly there- after determine the prevailing rate for such additional trade or occupation and shall -furnish the Contractor nith the minimum rate based thereon.' The minimum rate thus furnished shall be applicable as 3 minimum. for such trade or occupation from the time of the initial employment of the person affected and during the continuance of such employment . CD 22':. Accident Prevention. Precaution shall be exer- cised at all times for the protection of persons (including em- ployees) and property. The safety provisions of applicable laws, building and construction codes shall be observed. Machinery, equipment , and other hazards shall be guarded or eliminated in accordance with -the safety provisions of the Construction Saf--ty Orders Issued by -the Industrial Accident Commissic;i of the State of California. ISO 23. Payment. :.lot 'later than the day of each L calendar month, the City will make partial payment to the Coa- traetor on the basis of a duly certified approval estimate of the work per -for -ed and :materials incorporated in the project, during the preceding calendar month, by the Contractor, but the City will retain ten percent ( 10 of the amount of each of said estimates until the expiration of thirty- five (35) days from the date of recording by the City of notice of acceptance of completion of all work covered by this Contract, if such notice be recorded within ten days after the acceptance 'of completion of such Contract as evidenced by resolution of its governing body; or, if such notice be not so recorded within ten days, until the expiration of ninety-five (95) days after the acceptance of completion of such :,cork of improvement as evi- denced by resolution of its governin; body, at arhich time and not before, the City .shall, pay to the Contractor the whole of the remainin; ten percent ( 10 I) of said contract L! price so held back as provided; said certificates to be furnished by and obtained from the City's. representative stating that the payment or installment is due upon the basis of :,rork completed and the amount then due and the City's representative shall, be- fore the 15th of each month, deliver said certificates under his nand to the City, or in lieu of such certificates, shall de- liver to the Contractor, in writing, under his hand, a just and true reason for not issuing the certificates, including a state- r::ant of the defects -, if any, to .be remedied; to entitle the _Contractor to the= certificate or certificates. In event of th-- failure of the City's representative to furnish and deliver said certificates or any of them, or in lieu thereof, the writingaforesaid, aitlhin ten (10) days after the times aforesaid, and after written demand has been made upon .him for the same, the Contractor may file demand with the City, and, in event said certificates are not furnished within ten (10) days thereafter, the same -shall become due and payable. In case the City's representative delivers the writing aforesaid, in lieu of the certificates, then a compliance by the Contractor with the requirements of said writing shall entitle the Contractor to the certificates. The payment of progress payments by the City shall not be construed as an absolute acceptance of the *work done up to the time of such payments, but the entire work is to. be subjected to the inspection and approval of the City, and subject to what- ever inspection and approval may be required by law. 214. Protection of Public Utilities. The City shall be responsible, as between the parties to this Contract only, for the removal, relocation, or protection of existing public utili- ties, if any, located on the site of construction, put only if such public utilities are not identified by the City in the Plans and Specifications made a part of the invitation for bids. -10- Zie City shall compensate the Contractor for costes incurred in relocating or repairinn- dama-e to utility facilites rot indi- cated in t:^.e plans and Spec -i fications, otter than service lat- erals :•Then the presence of such utilities on the construction site can be inferred from the presence of such visible facili- ties as buildings, and meters and junction boxes on, or adja- cent to, the construction site. The Contractor shall not be assessed liquidated damages for delay in completion of the Con- tract project, as provided in Paragrao � 27 belo;Y, when such de- lay is caused by. the failure of the City, or other public utility, to provide .for the removal or relocation of the existing utility facilities. If the Contracyor while oerfor?.i ng the Contract dis- covers utility facilities not identified by .the City in the Con- tract Plans and Specificat-ons, the service laterals as herein- above described -3 he shall Immediately 'notify the City in writing. 25. Contractor's Responzibility for the ?-icr:m-. The Conti -actor shall not be restbnsible for the cost of repairing or restoring daMase to the work caused by an act of God. PdLjTER-_ THELESS, the Contractor shall, if the insurance premium is a separate bid ite::, obtain the insurance to indemnify the City for any damage to the :fork caused by an ac.t of God. "Acts of God" shall include only the follewin- occurrences ori conditions a_nd effects: earthquakes and tidal vraves, when such occurrences or conditions and effects have been proclaimed a disaster or state of emergency by the Governor of the State of California or by the President of the United States, or were of a maon_tude at the site of the ;rcrk sufficient to have caused a procla-oration of disaster or state of ernergency having occurred in ? populated area. Subject to the foregoing, the City shall not, ir. any ;Jay or manner, be answerable or suffer loss, damage, expense or liability for any loss or damage that may happen to said build- ing, work, or equipment or any part thereof, or in, on, or about the same during its construction and before acceptance. 26. Contractor's Guarantee. The Contractor unquali- fiedly guarantees the first-class quality of all workmanship and of all materials, apparatus, and equipment used or installed by him 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 the Contractor unqualifiedly guarantees 'such lesser quality; and that the .fork as performed by the Contractor :rill conform ;vita the Plans and Specifications or any -.ritten authorized de•iiatiOns therefrom. In case of any defect in work, materials, apparatus or equip—Ment., whether latent or patent; revealed to the City within one (1) year of the date of acceptance of completion of this Contract by the City, the Contractor will forthwith .—emedy such defect or defects aithcut cost to t':e City. 27. Lioui:?ated Dam:a?es. Time shall be of the essence of this Contract. If the Contractor fails to complete, ;within 15-WIM the, time fired for such completion, the aork hereinbefore men- tioned and described and hereby contracted to be doze and Der- forled, he shall become liable to the City for liquidated dam- ages in the su-m of dollars (S 5o.00 ) , for each and every day during which said wor;c shall remain uncompleted beyond such time for comole- tion or unlawful extension thereof, which sum shall be presumed to be the amount of damage thereby sustained by the City since it would be i^practicable or extremely difficult to fix the actual damage; and the amount of liquidated damages'may be de- ducted by the City from moneys due the Conu hereunder, or his assigns and successors at the time of completion, and the Contractor hereunder, or his assigns and successors at the time of completion, and his sureties shall be liable to the City for any excess. 28. Additional Provisions. N.A. -12- s I;1 tdIT14ESS WHEREOF, the parties have executed this Contract, in duplicate, the day and year .first hereinabove written. APPROVED AS T-01 FO RAJ C ty AtttGorney CITY OF CUPERTINO, a municipal corporation of trip State of California, herein called the City x By :may o r ATTEST: _ City Clerk KeZ,,0 herein called Contractor By f Notary acknowledgment required. If a corporation, corporate seal and corporate notary acknowledgment required. -13- i STATE OF CALIFORNIA ) ss. COUNTY OF SANTA CLARA) On I 7Z I- t�z 4- 4 4 , 19 „" , before me, the undersigned; a Notary Public in and, -for said State, personally appeared I. known to me to be the persons whose names are subscribed to the within Instrument, and acknowledged to me,that they executed the same. WITNESS my hand and official seal. onyClaluleaeellaaloas➢s➢a1�r,,aze2a9acFasesa11ae7e1n1�eCt OFFICIAL SEAL J };gym KATHY ASHTOFJ ?, •,�I 1 NOTARY PU!:LiC — CALIFOR7.IA ® � +----r PRI :CIPAL CFFICE IN THE o tom ' COUNTY OF SANTA CLARA Notary Public/in and for the County Comm. Exp. Sept. 10, 1983 a of Santa Clara, State of California ®1111111911111fl111111111111/11IIIIIIIIII/I/Ie11117111111� CORPORATION ACK`;OWL,EDGL21ENT STATE OF CALIeCRNIA ) ss. COUNTY OF _A;TTA CLARA) On 19 c`; before me, the undersigned, a Notary Public in and for cthe said State, personally appeared known to me to be theof%�'/°���� <<� Cc�����LF LC , the f corporation that executed the within Instrument, known to me to be the person who executed the within Instrument, on behalf of the Corporation herein named, and acknowledged to me that such Corporation executed the same. IN WITNESS IY'HE_REOF, I have hereunto set my hand and affixed my official seal in the County of Santa Clara the day and year in this certificate first above written. in4wiSAO ne11f1/17759.➢111911979711711117111/17C111Ila 1*3 O -I FICIAL. SCAE ., KATHY ASHTON "g>d fn �, • o NOTARY PUBLIC — CALIfORNIA ,pa„ PRNKIPAL OFFICE IN THE COUNTY OF SANTA CLARA w Comm. Exp. Sept. 10, 1933 m III/IIII119i11111111111111111U11111111111111119191116® i Notary Publ:'6 in and for the County of Santa Clara, State of California 4 ' Est. Qty. Bid Item Unit Item Unit Price 'Total _- 14. each Remove curb, gutter and sidewalk and construct r • - . - wheel chair "ramp complete _ - . .. for -514. Dollars/Each ;$ b0 /Eac.ji 7196.00. 2. 4 each Remove .curb and concrete ." cap and construct P.C.C. curb complete for $ 598.00 /Each _$ 2392.W :.• . �.. . � ::::� ..h •:f.. •. --,,c: :- olla�s.jEach.. .,_... :.. .„•" . `: ••.r;' - : ' � •- .,.:,"''. _ t--, .: .3. 4 each. Provide and _ ins tall .2" asphalt concrete overlay Y at island cuts .complete for • • � � _ $ 150.00 i/Each .. $ -600.-30 Dollars/Each 1 j / . TOTAL: -10.188.00 . -1 .. .�� • p� JCC .'r' 1 �� • y.+�.. � ..�.�► � t t. '�.ya L7. CL'A_`__ MCI ?'C=am p.I.1er.} •r4•rT} �.�.}1 �•� a � Q /� �� � WM .`^�+-� �+�`ti��J./.i V to is.i 91� f;C 1 r in; r i �Trj i.ems iw•t�ti L'^ a .�i AC_ �3�C�' 8.S a �.. Of ..��5 �."7ZC.S2_� Y.._ Yom.. �Z 3 L.. -q•. �. �2_–. 3 ha3 7ZLc O em.Zaw.I45 � •�'Z_�'�: � S '�L' ! : _ �,5 years ZCX�"„3""S' . CT: 'i'= -_C e 3 C CCC;�3. _b C u t" + • s '� !� C=32 " -a .I.C= Lad- hzs 4=— - . � yY� CS � Cly.+ e r r =a----? 45 years - �.Cer to .iO♦2 /J102' ♦ •�. Kt.�...a�ri ._ C8 • r `) T� �i wczk f3 . 4 w ; s► L tea. l �: _ r.�t i ���a •� vi p •. ..=.C- � . Qi•1"•�•�.`fr.,T�-7"'{�•'�d'...wr�r. ,^� � i.4�� Tp .. _ ._ .,',� , .. . •_ r. � _ .0 _ - qac... ztS, T -.Cat'^.^ Cr nC'r'it Z.L� ?+� Nei"_' �e_•j•�rr C:.yi���. �.CC: Baily Ave. Mt . , V i ew ii.8,095.00 9 1979 City Off-site, Howard J. White, Inc. Zanker Rd. Barry Swenson Builder 164,041.00 The Alameda Barry `Swenson Bui 1 der, 1 11,000.00 LNewcombe. Geg '.Co. 16,719.00. Ave. The att . 1 = Mt.' View Hodgson Const.: Co. ;27,021.00 - _ Iupertlno The OR. - Ear1_'Corp. y ` 161 ,947•:00 I ... ` ' I eber t '35 .000:`00 -: San Jose' .,•H Wade �... 40,000.00 'Peoples "Constriction - � '15 . nnn. nn �1 - _ PROPOSAL (This cc_tiiica_ion shall ,c cxc_vted by t, c. h_dldc: accvr .ince With inscruccoons in clie Fair r.,nolrlcy:acnc Practices requirements o the Special Frov .sicns, ilia bidder snail exacu6e the ee-tification aL the ti:ae ob subtnitCina his b -d.) FAIR 1.4?LOY�Ei`IT FMICTICIES C-RTIFICATICit Tie unders;sned in submi.ttin® _a bid for perLor,:.ing the following work 'b contract, hereby certifies thathe has or will meet the standard of affirmative ccmpliance wich the Fair Employment Practices requirements of. these Special- ` 1Provisions, •tis: 7+"'--5-• :.e. - •.�'-c.'`tii . .l •.n_ { ._-ti•- :rr^ .._ sty ,. ti.'....:,.. ..i=Li': Ls.. .w{. ,'. +..: .r�. .y .r,s tt *j Sipes azure of Ti ccei X06 -s. Bayview { Sunnyvale, Calif. 24o86 ' Business Address 1 ` SUJ�.01Ciai ittV` �dii.: il.`: ••. CIA LQUAL T R=QUiR'ZJ REFOEt:S The bidder proposed sub cen erecter her eby h25 noC Fa` ticipazed in -2 prev.; .Ous ;:r:on- thac he has, _ _ 5 tract or subconcrace subject, to the equal opportunity -C Use,- as required. by E'.c�cutive orders 10921.12-11114 or 112,.n and that he has Chas not, filed with.. the Join r Reporting cor of .the 0f.fice of,. Federal' Contract CCM-. Committee, the Direc lienee a Federal Government coneractinS or adminriteri�na agency, -U P s �- or the former president's C®mmittee on equal Employ entf,Dppar due under - thea clicable filing requireze lts cunity, all reports Y�1 AaS::>J"��^°TC+i.:-.<.:�a'a(-T-a�.iss..�'�+y/�i`•:'��.+k.1•y `'a^�'+`�".�''y''�. . :. 4. 1,Avi h _ S7ec-Treas Date• '12-19-79 {. j ivoce: The above cereificati^- o„..aired by the 'r_uai rrrinloa;aent opportunity Regulations of the Secretary .of Labor '(!�L C j.,. b0-1.7 (b) (l) , andm . use be submitted .by bidders ;IP proposed subcontractors only in connection c�tunity ctausecontracts andContracts :and whi r.h -are subject t® the equal FP subcontracts which are exempt` fromcenerallylonly®cont-r'act/s. or 5;e are set forth in 41 CFR '60�Lo5.. t subcontracts of $10,000. Or under are exer..pt.) / 100 {P�'l is -th_- 'cn`ly repo` t lrequi-ed Currently Standard Form wive ®” cr ,:heir i, --p re�uLatio s. t . __h®_�xec.s_ orders g -- - actors who. -rave proposed prime contractors and, sLbccnCe _Xe -;,u_ paced in a previous contract or subcontract subject -ro the [iv�e Orders and have no that fit -d the .required °pores. should _r.cce .events the a•-ard of cor�c`acz-s-sand==- tha�►1 CFR 6®-L. (b} �I} p" subcontracts unless such contractor sub=®ts-'a _oc�c eot+erir.� - delinquenc pe: �cl or such ocher period s�e`of. a -a-. :accordace wily, ,_.._t __c;::� .tne : _1; r - e F this .booklet,bu ` '" s � --ci _ -...�•. `::^c•.ite •the page at. the time o= sL:..-�it_bid.) :,rCN_C0LLUSicrr °AF F TDav!+ y The und_rsigned in sLbmttinc a bid for per=or.� iag the ..1601- The vork.by contfact,, being duly sworn, de oses> ,an`d ..says,:- : £� _ .. . _ . . .That he has not, ei then di_-ectly or _incirectly enter: ed: into any agreement, partieipazer in any collus+on, or other prise .� taken any action in restraint of. free compe`itive bidding in s connection With this Contract. y FOR: S;Ignature or ;iddex . ^'M S. Bayview . Sunnyvale, Calif. 94086 Business Address i' • Y t+'.^vr.' C.., 1 � V + ♦•♦ . / - ti l7 Tlf?� ilTdCiZC� zO� v ,.ri_,bc � .. �.� a - _� ... p-ojcety - .. �ntcnd tc su^con::� :: ` pert_^ns c:: t. -this P`ojccc. y In Leith the p:ovislans '-.T - .zccorcance 11�7�LCZC1p�iCian }3 }r Mr[:Od C�♦' j3us:ness El1Ccrm'-sCw-i:1 'of ,� in S/recicr: 1.06-1.04 the Special l ' Subeolztrzeciro s =:' •_ - �PCcViS10ns, I have �'CaKen. ai0�rnaC1.vG aeC1Cn -6.0 SC�1: ®L:� ::end• consider ninogdt}r _musiness entem�ei.�e� Vic=- the - portioc�s o� tine �.Tol::� �:h; are intended to be 'su'bca.n- :- - tgaeted. afiFir=2tive# actions are -L-111), and thea -such Qcacunented in �y-r�ca`ds .and are' ' avp,iiabip �:dvn rec�ues'Ca ' 'In zdditLcn3 I will take such ,,. _cive ac vion on any future subcontiacC=nZ =a= the life oc Chis ce "Nate" i'he bidde>; shall check box A or box. if the bidde_ ® sacs hoe elieek .a box it iil be dcecned that hc. h 5 "-checked box A, �•, ------------ <. Dated- _. ':sL� G �C�CZ®n''-�� dCCjzu ved b' .23 C� iZ LTJ .�.� =•l'e`+.i��• .:,Tile ..r e'CLs. 1 i.G%�. Ci:�C:�C=- y. /y ti=GZV' 3i's the Feeii-ral ."c®lsCeZD VQ1 a �Q� •``r• �?.T s ••.-�- _ - - m -• e- a .. • . e• _ .. - _ • - moi• .• _- -+ - .+ - �- - _ [� ...-� 70 - a + . � .• - - r M CL .. U W:[ L, I`;r `�K,�1,, t•.► '_ ;°I;:G, F.f1C?I SL'-3c:0I. �,�:a..'i'C:: :.��•_ IZED G►T '77 11 ::iC.i E ;'i' OF ITS :.'0/i+:"r Iri,-:.A i�'Z ii` :•Lv a OF, TCAT*IG`S. S=SLI=ZCALLY , TH` CON:.—KAZ:'�'� C_.. _ FI..S TMkT -IT W"!LL INFORM ZACR .-Z�.Je '.6..'o Y . J!1 'Cvis� 'TRACTOR. OF. ITS OBLIGATIONS L7NDER THE 'TERAS r 1`1D• RrQUiR `iiVT°S "Or ?Ti ��' _17 G� ' THE MOD:.L FED—ERAL EL'O BZDCO1";DI AIC :JS (CJI:T1\I:NEC ICY SECTION IOG) ZNCLUDING-T:i:. z�RC'✓IS G.Fr: AE. LT®LATI°G TO THE bT TION COAL AND TRAINING. 2. TO 1155L'R:s i°i-AT IT' A1�K55 .nLL SUBCONTRAC.:'ZiiG UiREr1ENTS .TT MAY i�AVE: KNOW, TO..'iINC?ai' COI TRACTORS AND TO ASSURE TILNT THEY ARE PROVIDED - All ADEQUATE OppoRTU.gZ +' ; TO COAie ET-.. SUCH SU ECC,`TTRACTS . • FZEP04T TO Tib:: CONSTRUCTIC.N 111ANAGrR, ROADS O?–' ER.�TiONS DIVISION, SANTA CLA.R� COUNTY TecANS?CR– TATIOI`T AGENCY, ..1555 E—E-RG-.R DRIVE, Sr,b7 jOSE•, CALIFORNIA 1I2 TH NATURE AND DOLLAR AMCU)Na '�GY?!�*''y•y's"�-+mss.;--;A . ` ' �'.T'•`_ 'O�s``�5.?'+�.'rZT$�v�3►-¢:0?: By .Nr..�It•; Ei1;illG• ..CAT GOR"', SND SEX is Ohi:d"D DUS Tti'T•:SS . - t Bidders Sicnatu: e L ! :C`.y l• i i. . i.. ,y, i