Loading...
81-042 Steiny and Company - De Anza Blvd. Traffic Signal Interconnect Project 79-20CONTRACT FOR PUBLIC WORK CONTRACT made on August 31, 1981 by the CITY OF CUPERTINO, a municipal corporation of the State of California, hereinafter called the City, and STEINY AND COMPANY, Incorporated, hereinafter called the Contractor. IT IS HEREBY AGREED by the parties as follows: 1. THE CONTRACT DOCUMENTS. The complete Contract consists of the following contract documents: 1. Plans and Specifications for De Anza Boulevard Traffic Signal Intercoonnect Project 79-20 2. Faithful Performance Bonds, Labor .and Materials Bonds, Insurance Certificate 3. This Contract 4. Bid proposal referred to as Exhibit A Any and all obligations of the City and the Contractor are fully set forth and described herein. All of the above documents are intended to cooperate so that any work called for in one and not mentioned in the other, or vice versa, is to be executed the same as if mentioned in all of said doc- uments. The documents comprising the complete contract are sometimes hereinafter referred to as the Contract Documents. In case of conflict between the Plans and Specifications on the one hand, and this Con- tract on the other, the Plans and Specifications shall prevail. 2. THE WORK. The Contractor agrees to furnish all of the tools, equipment, apparatus, facilities, labor, transportation, and material necessary to perform and complete in a good and workmanlike manner, the work of De Anza Boulevard Traffic Signal Interconnect, Project 79-20 as called for, and in the manner designated in, and in strict conformity with, the Plans and Specifications prepared by the following named person: Mr. Bert J. Viskovich, Director of Public Page 1 Works and adopted by the City, which Plans and Specifications are entitled, respectively, De Anza Boulevard Traffic Signal Interconnect, Project 79-20 and which Plans and Specifications are identified by the signatures of the parties to this Contract. It is understood and agreed that said tools, equipment, apparatus, facilities, labor, transportation, and material shall be furnished, and that said work shall be performed and completed as required in said Plans and Specifications under the sole direction 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: Mr. Bert J. Viskovich, Director of Public Works. 3. CONTRACT PRICE. The City agrees to pay, and the Contractor agrees to accept, in full payment for the work above agreed to be done, the sum of: One Hundred Thirty -Three Thousand Seven Hundred Eighteen and no/10 Dollars ($133,718.00) subject to additions and deductions as provided in the Contract Documents. 4. DISPUTES PERTAINING TO PAYMENT FOR WORK. Should any dis- pute arise respecting the true value of any work done, of any work omitted, or of any extra work which the Contractor may be required to do, or respecting the size of any payment to the Contractor during the performance of this Contract, said dispute shall be determined either by reference to the unit of prices, if applicable, or in accordance with the agreement of prices, if applicable, or in accordance with the agreement of the parties, or in accordance with the rules of the A- merican Arbitration Association if the parties are unable to agree. 5. PERMITS; COMPLIANCE WITH LAW. The Contractor shall, at his expense, obtain all necessary permits and licenses, easements, etc., for the construction of the project, give all necessary notices, pay all fees required by law, and comply with all laws, ordinances, rules and regulations relating to the work and to the preservation of the public health and safety. 6. INSPECTION BY THE CITY. The Contractor shall at all times maintain proper facilities and provide safe access for inspection by the City to all parts of the Work, and to the shops wherein the work is in preparation. Where the Specifications require work to be spe- cially tested or approved, it shall not be tested or covered up with- out timely notice to the City of its readiness for inspection and without the approval thereof or consent thereto by the latter. Should any such work be covered up without such notice, approval, or consent, it must, if required by the City, be uncovered for examination at the Contractor's expense. 7. EXTRA OR ADDITIONAL WORK AND CHANGES. Should the City at any time during_ the progress of the work require any alterations, deviations, additions or omissions from the Specifications or Plans or Page 2 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 val- uation, 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 Association 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 a- gencies 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. The 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 Fed- eral statutes and regulations 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, a- mendment or modifications, shall be determined 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 Arbitra- tion Association if the parties are unable to agree. 10. TIME FOR COMPLETION. All work under this Contract shall be completed: On or before December 30, 1981, plus the number of calendar days between bid opening and the execution of the contract If the Contractor shall be delayed in the work by the acts or neglect of the City, or its employees, or those under it by contract or otherwise, or by changes ordered in the work, or by strikes, lock- outs by others, fire, unusual delay in transportation, unavoidable casualties or any causes beyond the Contractor's control, or by delay authorized by the City, or by any cause which the City shall determine justifies the delay, then the time of completion shall be extended accordingly. This paragraph does not exclude the recovery of damages for delay by either party under other provisions in the Contract Doc- uments. Page 3 11. INSPECTION AND TESTING OF MATERIALS. The Contractor shall notify the City a sufficient time in advance of the manufacture or production of materials to be supplied by him under this Contract, in order that the City may arrange for mill or factory inspection and testing of the same, if the City requests such notice from the Con- tractor. 12. TERMINATION FOR BREACH, ETC. If the Contractor should be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver should be appointed on account of his insolvency, or if he or any of his subcontractors should violate any of the provisions of the Contract, the City may serve written notice upon him and his surety of its intention to ter- minate the Contract, such notice to contain the reasons for such in- tention to terminate 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 terminate. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor, and the surety shall have the right to take over and perform the Contract; provided, however, that, if the surety within fifteen days after the serving upon it of notice of termination does not give the City written notice of its intention to take over and perform the Contract, or does not commence performance thereof within thirty days from the date of the serving of such notice, the City may take over the work and prosecute the same to completion by contract, or by any other method it may deem advisable, for the account and at the expense of the Contractor, and the Con- tractor and his surety shall be liable to the City for any excess cost occasioned by the City thereby, and in such event the City may, with- out liability for so doing, take possession of, and utilize in comp- leting the work, such materials, appliances, plant and other property belonging to the Contractor as may be on the site of the work and necessary therefor. 13. THE CITY'S RIGHT TO WITHHOLD CERTAIN AMOUNTS AND MAKE APPLICATION THEREOF. In addition to the amount which the City may retain under Paragraph 21 of this Contract until the final completion and acceptance of all work covered by the Contract, the City may withhold from payment to the Contractor such an amount or amounts as in its judgment may be necessary to pay just claims against the Con- tractor or any subcontractors for labor and services rendered and materials furnished in and about the work. The City may apply such withheld amount or amounts to the payment of such claims in its dis- cretion. In so doing, the City shall be deemed the agent of the Con- tractor, and any payment so made by the City shall be considered as a payment made under the Contract by the City to the Contractor, and the City shall not be liable to the Contractor for any such payment made in good faith. Such payment may be made without prior judicial deter- mination of the claim or claims. 14. NOTICE AND SERVICE THEREOF. Any notice from one party to the other under the Contract shall be in writing, and shall be dated and Page 4 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 the City either by personal delivery thereof to the City Manager of the City, or by depositing the same in the United States mails, enclosed in a sealed envelope, addressed to the City, postage prepaid and certified; (b) if the notice is given to the Contractor, either by personal delivery thereof to the Contractor, or to his duly authorized representative at the site of the project, or by depositing the same in the United States mails, enclosed in a sealed envelope, addressed to said Contractor at: 27 Sheridan Street, Vallejo, CA 94590 postage prepaid and certified;. and (c) if the notice is given 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 com- municated by him 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, may be assigned by the Contractor without the prior written approval of the 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 Spec- ifications must be met by Contractor, unless the City agrees in writing to some other material, process or article offered by Con- tractor which is equal in all respects to the one specified. 17. CONTRACT SECURITY. The Contractor shall furnish a surety bond in an amount at least equal to one hundred percent (100%) of the contract price as security for the faithful performance of this Con- tract. The Contractor shall also furnish a separate surety bond in an amount at least equal to one hundred percent (100%) of the contract price as security for the payment of all persons for furnishing ma- terials, provisions, provender, or other supplies, used in, upon, for or about the performance of the work contracted to be done, or for performing any work or labor thereon of any kind, and for the payment of amounts due under the Unemployment Insurance Code with respect to such work or labor in connection with this Contract, and for the pay- 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 commence work under this Contract until he has obtained all insurance required by the City, nor shall the Contractor allow any subcontractor to commence work on his subcontract until all similar insurance required of the subcontractor has been so obtained and approved. The Contractor shall furnish the City with satisfactory proof of the carriage of insurance required, Page 5 and there shall be a specific contractual liability endorsement ex- tending the Contractor's coverage to include the contractual liability assumed by the Contractor pursuant to this Contract and particularly Paragraph 19 hereof. Any policy of insurance required of the Con- tractor under this Contract shall also contain an endorsement pro- viding that thirty (30) days' notice must be given in writing to the City of any pending change in the limits of liability or of any can- cellation of modification of the policy. (a) WORKMEN'S COMPENSATION INSURANCE AND EMPLOYER'S LIABILITY INSURANCE. The Contractor shall take out and maintain during the life of this Contract Workmen's Compensation Insurance and Employer's Li- ability Insurance for all of his employees employed at the site of the project and, in case any work is sublet, the Contractor shall require the subcontractor similarly to provide Workmen's Compensation In- surance and Employer's Liability Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. In signing this Contract the Contractor makes the following cer- tification, required by Section 1861 of the Labor Code: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self insurance in accordance with the provisions of the code, and I will comply with such pro- visions before commencing the performance of the work of this contract." Page 6 (b) LIABILITY INSURANCE. The Contractor shall take out and maintain during the life of this Contract such Bodily Injury Liability and Property Damage Liability Insurance as shall protect him any subcontractor performing work covered by this Contract from claims for property, damage, including third -party property damage, to include coverage on property in the care, custody and control of the Contractor, and also including what are commonly known as the "X, C, and U" exclusions (having to do with blasting, collapse, and underground property damage), which may arise from Contractor's operations under this Contract, whether such operations be by himself or by any subcontractor or by anyone directly or indirectly employed by either of them and the amounts of such insurance shall be as follows: Bodily Injury Liability Insurance in an amount not less than $100,000.00 for injuries, including accidental death, to any one person, and subject to the same limit for each person, in an amount not less than $300,000.00, on account of one accident, and Property Damage Liability Insurance in an amount not less than $25,000. The City and its officers and employees, shall be named as additional insureds on any such policies of insurance, which shall also contain a provision that the insurance afforded thereby to the City, its officers and employees, shall be primary insurance to the full limits of liability of the policy, and that, if the City, or its officers and employees, have other insurance against a loss covered by such policy, such other insurance shall be excess insurance only. 19. HOLD HARMLESS. The Contractor will save, keep, and hold harmless the City and all officers, employees, and agents thereof from all damages, costs, or expenses, in law or in equity, that may at any time arise or be set up because of personal injury or damage to prop- erty sustained by any person or persons by reason of, or in the course of the performance of said work, or by reason of any infringement or alleged infringement of the patent rights of any person or persons, firm or corporation in consequence of the use in, on, or about said work, of any article or material supplied or installed under this Contract. Notwithstanding 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 protect 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. HOURS OF WORK. Eight hours of labor during any one calendar day and forty hours of labor during any one calendar week shall con- stitiute 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 sub- contractors under this Contract, upon the work or upon any part of the work contemplated by this Contract, shall be required or permitted to Page 7 work thereon more than eight hours during any one calendar day and forty hours during any one calendar week, except, as provided by Sec- tion 1815 of the Labor Code of the State of California, work performed by employees of contrators in excess of eight hours per day and forty hours during any one week 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 Cal- ifornia, all the provisions whereof are deemed to be incorporated herein, the Contractor shall forfeit, as a penalty to the City, twen- ty-five Dollars ($25.00) for each laborer, workman, or mechanic em- ployed in the execution of this Contract by Contractor, or by any subcontractor under this Contract, for each calendar day during which said laborer, workmen, or mechanic is required or permitted to work more than eight 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 showing the names of and actual hours worked each calendar day and each calendar week by all laborers, workmen, and mechanics em- ployed by him in connection with the work contemplated by this Con- tract, which record shall be open at all reasonable hours to the in- spection of the City or its officers or agents and to the Division of Labor Law Enforcement of the Department of Industrial Relations of the State of California. 21. WAGE RATES. Pursuant to the Labor Code of the State of California, or local law thereto applicable, the City has ascertained the general prevailing rate of per diem wages and rates for holidays and overtime work in the locality in which this work is to be per- formed, for each craft, classification, or_ type of laborer, workman, or mechanic needed to execute this Contract. The prevailing wages so determined are set forth in the Specifications and made a part hereof. Neither the notice inviting bids nor this Contract shall constitute a representation of fact as to the prevailing wage rates upon which the Contractor or any subcontractor under him may base any claim against the City. 1776. (a) Each contractor and subcontractor shall keep an ac- curate payroll record, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with the public work. (b) The payroll records enumerated under subdivision (a) shall be certified and shall be availabe for inspection at all reasonable hours at the principal office of the contractor on the following basis: (1) A certified copy of an employee's payroll record shall be made available for inspection or furnished to such employee or his or her authorized representative on request. Page 8 (2) A certified copy of all payroll records enumerated in sub- division (a) shall be made available for inspection or furnished upon request to a representative of the body awarding the contract, the Division of Labor Standards Enforcement and the Division of Apprenticeship Standards of the Department of Industrial Relations. (3) A certified copy of all payroll records enumerated in sub- division (a) shall be made available upon request to the public for inspection or copies thereof made; provided, however, that a request by the public shall be made through either the body awarding the con- tract, the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement. The public shall not be given access to such records at the principal office of the contractor. (c) Each contractor shall file a certified copy of the records enumerated in subdivision (a) with the entity that requested such records with 10 days after receipt of a written request. (d) Any copy of records made available for inspection as copies and furnished upon request to the public or any public agency by the awarding bids, the Division of Apprenticeship Standards or the Di- vision of Labor Standards Enforcement shall be marked or obliterated in such a manner as to prevent disclosure of an individual's name, address and social security number. The name and address of the con- tractor awarded the contract or performing the contract shall not be marked or obliterated. (e) The contractor shall inform the body awarding the contract of the location of the records enumerated under subdivision (a), includ- ing the street address, city and county and shall, within five working days, provide a notice of a change of location and address. (f) In the event of noncompliance with the requirements of this section, the contractor shall have 10 days in which to comply sub- sequent to receipt of written notice specifying in what respects such contractor must comply with this section. Should noncompliance still be evident after such 10 -day period, the contractor shall, as a penalty to the state or political subdivision on whose behalf the contract is made or awarded, forfeit twenty-five dollars ($25) for each calen- dar day or portion thereof, for each worker, until strict compliance is effectuated. Upon the request of the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement, such penalties shall be withheld from progress payments then due. (g) The body awarding the contract shall cause to be inserted in the contract stipulations to effectuate this section. Such stipula- tions shall fix the responsibility for compliance with this section on the prime contractor. (h) The director shall adopt rules consistent with the California Public Records Act, (Ch. 3.5 (commencing with Sec. 6250) of Div. 7, Title 1, Gov. C.) and the Information Practices Act of 1977, (Title 1.8 (commencing with Sec. 1798) Pt. 4,: Div. 3, Civ.C.) governing the Page 9 release of such records, including the establishment of reasonable fees to be charged for reproducing copies of records required by this Section. (Added by Stats. 1978, Ch. 1249.) 1775.5 Nothing in this chapter shall prevent the employment of properly registered apprentices upon public works. Every such apprentice shall be paid the standard wage paid to apprentices under the regulations of the craft or trade at which he is employed, and shall be employed only at the work of the craft or trade to which he is registered. Only apprentices, as defined in Section 3077, who are in training under apprenticeship standards and written apprentice agreements under Chapter 4 (commencing with Section 3070), Division 3, of the Labor Code, are eligible to be employed on public works. The employment and training of each apprentice shall be in accordance with the provisions of the apprenticeship standards and apprentice agreements under which he is training. When the contractor to whom the contract is awarded by the state or any political subdivision, or any subcontractor under him, in per- forming any of the work under th contract or subcontract, employs workmen in any apprenticeable craft or trade, the contractor and sub- contractor shall apply to the joint apprenticeship committee administering the apprenticeship standards of the craft or trade in the area of the site or the public work for a certificate approving the contractor or subcontractor under the apprenticeship standards for the employment and training of apprentices in the area or industry affected; provided, however, that the approval as established by the joint apprenticeship committee or committees shall be subject to the approval of the Administrator of Apprenticeship. The joint apprenticeship or committees, subsequent to approving the subject contractor or subcontractor, shall arrange for the dispatch of apprentices to the contractor or subcontractor in order to comply with this section. There shall be an affirmative duty upon the joint apprenticeship committee or committees administering the apprenticeship standards of the craft or trade in the area of the site of the public work to ensure equal employment and affirmative action in apprenticeship for women and minorities. Contractors or subcontractors shall not be required to submit individual applications for approval to local joint apprenticeship committees provided they are already covered by the local apprenticeship standards. The ratio of'apprentices to journeymen who shall be employed in the craft or trade on the public work may be the ratio stipulated in the apprenticeship standards under which the joint apprenticeship committee operates but in no case shall the ratio be less than one apprentice for each five journeymen, except as otherwise provided in this section. The contractor or subcontractor, if he is covered by this sec- tion, upon the issuance of the approval certificate, or if he has been previously approved in such craft or trade, shall employ the number of apprentices or the ratio of apprentices to journeymen stipulated in the apprenticeship standards. Upon proper showing by the contract that Page 10 he employs apprentices in such craft or trade in the state on all of this contract on an annual average of not less than on apprentice to each five journeymen, the Division of Apprenticeship Standards may grant a certificate exempting the contractor from the 1 -to -5 ratio as set forth in this section. This section shall not apply to contracts of general contractors involving less than thirty thousand ($30,000) or 20 working days or to. contracts of specialty contractors not bid- ding for work through a general or prime contractor, involving less than two thousand dollars ($2,000) or fewer than five working days. "Apprenticeable craft or trade," as used in this section, shall mean a craft or trade determined as an apprenticeable occupation in accordance with rules and regulations presecribed by the Apprentice- ship Council. The joint apprenticeship committee shall have the dis- cretion to grant a certificate, which shall be subject to the approval of the Administrator of Apprenticeship, exempting a contractor from the 1 -to -5 ration set forth in this section when it finds that any on of the following conditions is met: (a) In the event unemployment for the previous three month period in such area exceeds an average of 15 percent, or (b) In the event the number of apprentices in training in such area exceeds a ratio of 1 to 5 or (c) If there is a showing that the apprenticeable craft or trade is replacing at least one -thirtieth of its journeymen annually through apprenticeship training, either (1) on a statewide basis, or (2) on a local basis. (d) If assignment of an apprentice to any work performed under a public works contract would create a condition which would jeopardize his life or the life, safety, or property of fellow employees of the public at large if the specific task to which the apprentice is to be assigned is of such a nature that training cannot be provided by a journeyman. When such exemptions are granted to an organization which repre- sents contractors in a specific trade from the 1 to 5 ratio on a local or statewide basis the member contractors will not be required to submit individual applications for approval to local joint apprenticeship committes, provided they are already covered by the local apprenticeship standards. A contractor to whom the contract is awarded, or any subcon- tractor under him, who, in performing any of the work under the con- tract, employs journeymen or apprentices in any apprenticeable craft or trade and who is not contributing to a fund or funds to administer and conduct the apprenticeship program in any such craft or trade in the area of the site of the public work, to which fund or funds other contractors in the area of the site of the public work are contribut- ing, shall contribute to the fund or funds in each craft or trade in which he employs journeymen or apprentices on the public work in the same amount or upon the same basis and in the same manner as the other contractors do, but where the trust fund administrators are unable to Page 11 accept such funds, contractors not signatory to the trust agreement shall pay a like amount to the California Apprenticeship Council. The contractor or subcontractor may add the amount of such contributions in computing his bid for the contract. The Division of Labor Standards Enforcement is authorized to enforce the payment of such contributions to the fund or funds as set forth in Section 227. The body awarding the contract shall cause to be inserted in the contract stipulations to effectuate this section. Such stipulations shall fix the responsibility of compliance with this section for all apprenticeable occupations with the prime contractor. All decisions of the joint apprenticeship committee under this section are subject to the provisions of Section 3081. (Amended by Stats. 1976, Ch. 1179.) 1777.6 It shall be unlawful for an employer of a labor union to refuse to accept otherwise qualified employees as registered appren- tices on any public works, on the ground of the race, religious creed, color, national origin, ancestry, sex, or age, except as provided in Section 3077, of such employee. (Amended by Stats. 1976, Ch 1179.) Sec. 1777.7 (a) In the event a contractor willfully fails to comply with the provisions of Section 1777.5, such contractor shall: (1) Be denied the right to bid on any public works contract for a period of one year from the date the determination of noncompliance is made by the Administrator of Apprenticeship; and (2) Forfeit as a civil penalty in the sum of fifty dollars ($50) for each calendar day of noncompliance. Notwithstanding the provisions of Section 1727, upon receipt of such a determination the awarding body shall withhold from contract progress payments then due or to become due such sum. (b) Any such determination shall be issued after a full in- vestigation, a fair and impartial hearing, and reasonable notice thereof in accordance with reasonable rules and procedures prescribed by the California Apprenticeship Council. (c) Any funds withheld by the awarding body pursuant to this section shall be deposited in the General Fund if the awarding body is a state entity, or in the equivalent fund of an awarding body if such awarding body is an entity other than the state. The interpretation and enforcement of Sections 1777.5 and 1777.7 shall be in accordance with the rules and procedures of the California Apprenticeship Council. (Amended by Stats. 1978, Ch. 1249.) It shall be mandatory upon the Contractor, and upon any subcon- tractor under him, to pay not less than the said specified rates to all laborers, workmen, and mechanics employed in the execution of the Contract. If is further expressly stipulated 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, workman, Page 12 or mechanic paid less than the stipulated prevailing rates for any work done under this Contract by him or by any subcontractor under him; and Contractor agrees to comply with all provisions of Section 1775 of the Labor Code. In case it becomes necessary for the Contractor or any subcon- tractor to employ on the project under this Contract any person in a trade or occupation (except executives, supervisory, administrative, clerical, or other non -manual workers as such) for which no minimum wage rate is herein specified, the Contractor shall immediately notify the City, who will promptly thereafter determine the prevailing rate for such additional trade or occupation and shall furnish the Con- tractor with the minimum rate based thereon. The minimum rate thus furnished shall be applicable as a minimum for such trade or occupa- tion from the time of the initial employment of the person affected and during the continuance of such employment. 22. ACCIDENT PREVENTION. Precaution shall be exercised at all times for the protection of persons (including employees) and proper- ty. The safety provisions of applicable laws, building and construc- tion codes shall be observed. Machinery, equipment, and other hazards shall be guarded or eliminated in accordance with the safety pro- visions of the Construction Safety Orders issued by the Industrial Accident Commission of the State of California. 23. PAYMENT. Not later than the first day of each calendar month, the City will make partial payment to the Contractor on the basis of a duly certified approval estimate of the work performed and materials incorporated in the project, during the preceding calendar month, by the Contractor, but the City will retain ten percent (10%) of the amount of each of said estimates until the expiration of thirty-five (35) days from the date of recording by the City of notice of acceptance of completion of all work covered by this Contract, if such notice be recorded within ten days after the acceptance of completion of such Contract as evidenced by resolution of its governing 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 work of improvement as evidenced by resolution of its governing body, at which time and not before, the City shall pay to the Contractor the whole of the remaining ten percent (10%) of said contract price so held back as provided; said certificates to be furnished by and obtained from the City's representative shall, before the last Tuesday of each month, deliver said certificates under his hand to the City, or in lieu of such certificates, shall deliver to the Contractor, in writing, under his hand, a just and true reason for not issuing the certificates, including a statement of the defects, if any, to be remedied, to entitle the Contractor to the certificate or certificates. In event of the failure of the City's representative to furnish and deliver said certificates or any of them, or in lieu thereof, the writing aforesaid, within ten (10) days after the times aforesaid, and after written demand has been made upon him for the same, the Contractor may file demand with the City, and, in event said certificates are not furnished within ten (10) days thereafter, the Page 13 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 entitled the Contractor to the certificates. The payment of progress payments by the City shall not be cons- trued 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 inspec- tion and approval of the City, and subject to whatever inspection and approval may be required by law. 24. PROTECTION OF PUBLIC UTILITIES. The City shall be respon- sible, as between the parties to this Contract only, for the removal, relocation, or protection of existing public utilities, if any, lo- cated on the site of construction, but only if such public utilities are not identified by the City in the Plans and Specifications made a part of the invitation for bids. The City shall compensate the Con- tractor for costs incurred in relocating or repairing damage to util- ity facilities not indicated in the Plans and Specifications, other than service laterals when the presence of such utilities on the con- struction site can be inferred from the presence of such visible fa- cilities as buildings, and meters and junction boxes on, or adjacent to, the construction site. The Contractor shall not be assessed li- quidated damages for delay in completion of the Contract project, as provided in Paragraph 27 below, when such delay is caused by the failure of the City, or other public utility, to provide for the re- moval or relocation of the existing utility facilities. If the Con- tractor while performing the Contract discovers utility facilities not identified by the City in the Contract Plans and Specifications, the service laterals as hereinabove described, he shall immediately notify the City in writing. 25. CONTRACTOR'S RESPONSIBILITY FOR THE WORK. The Contractor shall not be responsible for the cost of repairing or restoring damage to the work caused by an act of God. NEVERTHELESS, the Contractor shall, if the insurance premium is a separate bid item, obtain the insurance to indemnify the City for any damage to the work caused by an act of God. "Acts of God" shall include only the following occur- rences 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 Governor of the State of Cali- fornia or by the President of the United States, or were of a mag- nitude at the site of the work sufficient to have caused a proclama- tion of disaster or state of emergency having occurred in a populated area. Subject to the foregoing, the 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 equip- ment or any part thereof, or in, on, or about the same during its construction and before acceptance. 26. CONTRACTOR'S GUARANTEE. The Contractor unqualifiedly guar- antees the first-class quality of all workmanship and of all mater- ials, apparatus, and equipment used or installed by him or by any Page 14 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 guar- antees such lesser quality; and that the work as performed by the Contractor will conform with the Plans and Specifications or any written authorized deviations therefrom. In case of any defect in work, materials, apparatus or equipment, whether latent or patent, revealed to the City within one (1) year of the date of acceptance of completion of this Contract by the City, the Contractor will forthwith remedy such defect or defects without cost to the City. 27. LIQUIDATED DAMAGES. Time shall be of the essence of this Contract. If the Contractor fails to complete, within the time fixed for such completion, the work hereinbefore mentioned and described and hereby contracted to be done and performed, he shall become liable to the City for liquidated damages in the sum of Five Hundred and no/100 dollars ($500.00), for each and every calendar day during which said work shall remain uncompleted beyond such time for completion or unlawful extension thereof, which sum shall be presumed to be the amount of damage thereby sustained by the City since it would be impracticable or extremely difficult to fix the actual damage; and the amount of liquidated damages may be deducted by the City from moneys due the Contractor hereunder, or his assigns and successors at the time of completion, and the Contractor hereunder, or his assigns and successor 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 any excess. 'Dano iS 28. ADDITIONAL PROVISIONS. IN WITNESS WHEREOF, the parties have executed this Contract, in duplicate, the day and year first hereinabove written. App,rov City Attorne to f Notary acknowledgement required. If a corporation, corporate seal and corporate notary acknowledgment required. STATE OF CALIFORNIA, CITY OF CUP T Mayor: City Clerk: ATTEST: CONTRACTOR: STEINY AND ANY, INC. / Sfafe ucg No. 16 7 273 By. :JAY E. PERRY, SECRE—rARY } SS. COUNTY OF L o s Ani e l e s 1 ON August 11,1981 19—, before me, the undersigned, a Notary Public in and for said State, personally appeared UFFIGIA .-tr.A4. l ARA `AcCWNG qb NOTARY PLMLIC - CALIFORNIA PRINCIPAL OFFICE IN LOS ANGELES COUNTY My CommiiWi a Expires March 11, 1993 ACKNOWLEDGMENT--Corporation—Wolcotts Form 222—Rev. 3.64 jay t. Ferry known to me to be the eeretary of the the Corporation that executed the within Instrument, known to me to be the person who executed the within Instrument, on behalf of the Corporation, therein named, and acknowledged to me that such Corporation executed the same. WITNESS my hand and official seal. 7�4- Notary Public in and for said State. PROPOSAL TO THE CITY COUNCIL CITY OF CUPERTINO, CALIFORNIA FOR DE ANZA BOULEVARD TRAFFIC SIGNAL INTERCONNECT PROJECT NO. 79 - 20 N94E OF BIDDER STEINY AND COMP,ANYT INC. 27 She—n--& a Sol' BUSINESS ADDRESS Vallejo, Calif. 94599 TELEPHONE NO: AREA CODE (707) SSR - 6900 The -work to be done and referred to herein is in Santa Clara County, State of California, in the City of Cupertino on DeAnza Boulevard between Homestead Road and Bollinger Road and shall be constructed in accordance with the special provisions (including the payment of not less than the minimum wage rates set forth therein) and the contract annexed hereto and also in accordance with the Standard Plans, dated January, 1981, and the Standard Specifications, dated January, 1981. The work to be done is shown upon plans entitled "DeAnza Boulevard Traffic Signal Interconnect. Project No. 79-20." Bids are submitted for the entire work. The amount of the bid for comparison purposes will be the total of all items. The total of unit basis items will be determined by extension of the item price bid on the basis of the estimated quantity set forth for the item. The bidder shall set forth for each item of work, in clearly legible figures, an item price and a total for the item in the respective spaces provided .for this purpose. In the case of unit basis items, the amount set forth under the "Total" column shall be the extension of the item price bid on the basis of th-e estimated quantity for the item. Incase -of descrepancy between the item price and the total set forth for the item, the item price shall prevail. However, if the amount set forth as an item price is ambiguous, unintelligible or uncertain for any cause, or is omitted, or in the case of unit basis items, is the same amount as the entry in the "Total column for the item, the price set forth in the "Total" column shall prevail in accordance with the following: (1) As to lump sum items, the amount set forth in the "Total" column shall be the item price. (2) As to unit basis items, the amount set forth in the "Total column shall be divided by the estimated quantity for the item and the price thus obtained shall be the item price. If this proposal shall be accepted and the undersigned shall fail to enter Page 1/11 gT)Bf9y AND COMPANY, ING into the contract and to give the 2 bonds in the sums to be determined as aforesaid, with surety satisfactory to the City of Cupertino, within 8 days, not including Sundays and legal holidays, after the bidder has received notice from the Engineer that the contract has been awarded, the City of Cupertino may, at its option', determine that the bidder has abandoned the contract, and thereupon this proposal and the acceptance thereof shall be null and void and the forfeiture of such security accompanying this'proposal shall operate and the same shall be the property of the City of Cupertino. The undersigned, as bidder, declares that the only persons or parties interested in this proposal as principals are those named herein; that this proposal is made without collusion with any other person, firm, or corporation and in submitting this proposal, the undersigned bidder agrees that if it is determined that he is the successful bidder, that he has carefully examined the location of the proposed work, the annexed proposed form of contract, and the plans therein referred to: and he proposes, and agrees if this proposal is accepted, that he will contract with the City of Cupertino in the form of the copy of the contract annexed hereto, to provide all necessary machinery, tools, apparatus and other means of construction, and to do all the work and furnish all the materials specified in the contract, in the manner and time therein prescribed, and. according to the requirements of the Engineer as therein set forth, and that he will take in full payment therefore the following item prices, to wit: ITEci NO. ITEM UNIT OF MEASURE ESTIMATED QUANTITY ITE%I PRICE_ (in figures) TOTAL PRI (in figurf 1 Signal & Lighting (Location 1) LS Lump sum �d / 44t, VK d /7 ow, 2 Signal & Lighting (Location 2) LS Lump sum / 00, / I 3. Signal & Lighting (Location 3) LS Lump sum J/�� o'd f Q, 4. Signal & Lighting (Location 4)LS Lump sum J ®a 0-0 7/Q. 5. Signal & Lighting (Location 5) LS Lump sum 6. Signal & Lighting (Location 6) LS Lump sum /:Co®, ®� 71 7. Signal & Lighting (Location 7) LS Lump sum 8. Interconnect Cable. LF 9,000 9. Interconnect Conduit LF 2,100 �,°'�•�% 2/11 Revised May 21, 1981 ST'EINi' ANIS C®MPANy. INC. TIME FOR COMPLETION 1. The traffic signal interconnect -control equipment will be c mplete and reaV,v for final 30 consecutive 19. day_ testing_ on or before, -- 2. The traffic signal interconnect system will be complete in place and operating and ready for full system acceptance on or before 19�g� �. The actual dates for completion shall be the dates set forth above plus the number of calendar days between the bid opening and the date the contract is executed by all parties. 3/11 STEINX ANIS COMPANY, INC. In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty of perjury, the following questionnaire: QUESTIONNAIRE Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes No If the answer is yes, explain the circumstances in the following space. Note: This questionnaire constitutes a part of the Proposal, and signature on the signature=portion of this Proposal shall constitute signature of this questionnaire. 4/11 STEINY AND COMPANY. INCA The Bidder shall list the name and address of each subcontractor, required to be listed by the provisions in Section, "Subcontracting", of the special provisions, to whom the Bidder proposes to subcontract portions of the work. LIST OF SUBCONTRACTORS Name and Address of Subcontractors Description of portion of work subcontracted 5/11 I ie�WC_A�,AI y Accompanying this proposal is /� BiDDEe,S 43oy-b (NOTICE: Insert the words "Cash ($ ), "Cashier's Check" "Certified Check" or "Bidder's Bond", as the case may be.) in amount equal to at least ten percent of the total of the bid. The names of all persons interested in the foregoing proposal as principals are as follows: IMPORTANT NOTICE If bidder or other interested person is a corporation, state legal name of corporation, also names of the president, secretary, treasurer, and manager thereof; if a co -partnership state true name of firm, also names of all individual co-partners composing firm; if bidder or other interested person is an individual, state first and last names in full. STEINY AND COMPANY. INC. J. 0. STER,,1Y, PRES., TREAS., MGR. R. v Dee`44E4Y, Y.P . RICHARD A. HEAPS, ASST. V.P. JAY PERRY, SEC'Y, Licensed in accordance with an act providing for the registration of Contractors, License No.- L-TCo#161273 SIGN STPIINY AND COMPANY, IMC ASST. VICE PRESIDENT Signature of Bidder NOTE: -- If bidder is a corporation, the legal name of the corporation shall be set forth above together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation; if bidder is a co -partnership, the true name of the partner or partners authorized to sign contracts in behalf of the co -partnership; and if bidder is an individual, his signature shall be placed above. If signature is by an agent, other than an officer of a corporation or a member of a partnership, a Power of Attorney must be on file with the Department prior to opening bids or submitted with the bid; otherwise, the bid will be disregarded as irregular and unauthorized. 27 Sheridan-- St: Business address 17 11— r„14 OA�nn Place of business C0LiFoRev1/4 Place of residenceCA-0-it-00w04 Dated 9:,uNc /0 , 19 41 1 6/11 (It is requested that the bidder execute the affidavit on this page at the time of submitting his bid, or it cannot be submitted with the bid, this affidavit shall be executed by the successful bidder, in duplicate, in accordance with Federal Requirements. NON -COLLUSION AFFIDAVIT To the City of Cupertino, California The undersigned in submitting a bid for performing the following work by contract, being duly sworn, deposes and says: That he has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such contract. DEANZA BOULEVARD TRAFFIC SIGNAL INTERCONNECT PROJECT NO. 79 - 20 STEINY AND COMPANY, INC. RICHARD A. MEAPS ASST. VICE PRESIDENT 27 Sheridan St: Vallejo, Calif. 94590 Business Address C<AH FdpNi A Place of Residence Subscribed and sworn to before me this .� 19 8--�--' Notary Publi or the ounty of day of OFFICIAL SEAL TONY F. OPPEDAHL NOTARY PUBLIC -CALIFORNIA PRINCIPAL OFFICE IN SOLANO COUNTY My Commission Expires November 19, 1982 Sz-) LAA./ o , StateofCalifornia. My commission expires Q",p `jam, y ' � 19�. 7/11 (This guaranty shall be executed by the successful bidder in accordance with instructions in the special provisions. The bidder may execute the guaranty on this page at the time o(f submitting his bid.) GUARANTY To the City of Cupertino, California DEANZA BOULEVARD TRAFFIC SIGNAL INTERCONNECT PROJECT NO. 79 - 20 The undersigned guarantees the construction and installation of the following work included in this project: Items 1 through 7, inclusive - Signal and Lighting (Location 1 through 7) Item 8 Interconnect Cable Item 9 Interconnect Conduit Should any of the materials or equipment prove defective or should the work as a whole prove defective, due to faulty work- manship, material furnished or methods of installation, or should the work or any part thereof fail to operate properly as originally intended and in accordance with the plans and specifications, due to any of the above causes, all within 6 months after date on which this contract is accepted by the City, the undersigned agrees to reimburse the City, upon demand, for its expenses incurred in restoring said work to the condition contemplated in said project, including the cost of any such equipment or materials replaced and the cost of removing and replacing any other work necessary to make such replacement or repairs, or, upon demand by the City, to replace any such material and to repair said work completely without cost to the City so that said work will function successfully as originally contemplated. The City shall have the unqualified option to make any needed replacements or repairs itself or to have such replacements or repairs done by the undersigned. In the event the City elects to have said work performed by the undersigned, the undersigned agrees that the repairs shall be made and such materials as are necessary shall be furnished and installed within a reasonable time after the receipt of demand from the City. If -the under- signed shall fail or refuse to comply with his obligations under this guaranty, the City shall be entitled to all costs and expenses, including attorneys' fees, reasonably incurred by reason of the said f �llNlA Il^ 1QQ'� Date ACCT Viff FRMUNT t 4f 2'Sra� a ��T.tdtF_. 10300 Torre Avenue Cupertino, California 95014 Telephone: (408) 252-4505 OFFICE OF TH E DIRECTOR PUBLIC WORKS CitVj of CNPerti"O RECHV P. O. Box 580 Cupertino, California 9505 MAY 2 2 191 Our File: 74,001.8 TEINY AND COMPANY May 21, 1981 VALLEJO, CALIF. ADDENDUM NO. 1 DE ANZA BOULEVARD TRAFFIC SIGNAL INTERCONNECT PROJECT 79-20 BID OPENING WEDNESDAY, JUNE 10, 1981 2:00 P.M. Page 2/11 of the Proposal to the City Council is revised to include the estimated quantities as follows: Bid Item No. 8 Interconnect Cable 9,000 Lineal Feet Bid Item No. 9 Interconnect Conduit 2,100 Lineal Feet Substitute the attached sheet.in your proposal. menu in. urlgg Traffic Engineer Appro/jed: rt J. Vi ko 'ch rector o Public Works GG:sm attach. STEINY .AND COMPANY, 1KC. RICHARD A. HEAPS ASST. VICE PRESIDENT CITY OF CUPERTINO { PUBLIC WORKS DEPARTMENT DE ANZA BOULEVARD INTERCONNECT PROJECT 79-20 CCONTRACT CHANGE ORDER NO.3 TO: Steiny and Co., Inc. P.O. Box 3008 Vallejo, CA 94590 CERTAIN SECTIONS OF THE CITY OF CUPERTINO PROJECT NO. 79-20 SPECIFICATIONS ARE CHANGED TO READ AS FOLLOWS: BID ITEM 1 - DE ANZA BOULEVARD AND HOMESTEAD ROAD (page 11 of spec. (substitute the following:) a. Inventory 1) Controller: Multisonics Model 911 -BS -68 in Type "P" Cabinet Six (6) Phases of which four (4) are pedestrian actuated phases. (BALANCE OF SPECIFICATION DESCRIPTION UNDER BID ITEM 1 TO REMAIN) NOTE: The controller cabinet at this location was recently replaced under an emergency action. The new controller unit is system ready and will remain in place. BID ITEM 1 WILL BE DELETED. BID ITEM 2 - DE ANZA BOULEVARD AND FREEWAY 280 RAMP (page 11 of spec. C. Modification (substitute the following:) 1) General: Salvage existing controller and cabinet. Install "Type 90 Function" controller, Type "M" Cabinet and auxiliary equipment with .preferential sequence as shown on the plans, and in conformance with the following: Traffic signal controller shall be in accordance with Section 86-3.06 of the State Standard Specifications, dated January 1981, and in accor- dance with NEMA Standard Publications No. TS -1-1976. Controllers shall be designated'as "Type 90 Function". Traffic signal controller cabinet shall be in accordance with Section 86-3.07 of the State Standard Specification, and shall by type "M". Cabinet shall be wired for modified diamond phasing as shown on the plans for existing intersection operation. The traffic signal controller unit shall be provided with maintenance diagnostics which will internally test all electronics in the controller frame, including all operating PROM's. Diagnostics shall permit trouble- shooting of the controller unit down to and including the I.C. chip level. All I.C. chips in the controller unit shall be socket mounted. All traffic signal controller frames shall be equipped with multiplex and MODEM modules and shall permit 1200 BAUD, TDM -FSK, half -duplex operation over a single wire pair. •Operation shall be compatible with the Multi- sonics System VMS -220 Master. Cabinet wiring shall be furnished at this time to permit system operation through the inter -connect cable. A voice communications system shall also be installed. -1- Change Order No. 3 - Project 79-20 DeAnza Boulevard Interconnect, continued BID ITEMS 3 AND 4 - DE ANZA BOULEVARD AT MARIANI AVENUE AND AT LAZANEO DRIVE (page 12 of spec) C. Modification (substitute the following:) 1) General: Salvage existing controller. Install "Type 90 Function" controller and auxiliary equipment with sequence as shown on plans and in conformance with the following: The traffic signal controller unit shall employ "Conditional Service" as described below: Conditional service shall be selectable from the front panel of the controller. When selected, it shall cause the controller unit to monitor the time remaining on any even numbered phase which is opposed by an even numbered phase that has gapped out. If the time remaining on the non -gapped phase is sufficient to allow at least a minimum service of its associated odd numbered out phase, the controller unit shall cause the gapped -out phase to termi- nate and reservice the odd numbered_�phase, even though con- flicting calls may be registered. All other paragraphs referencing "traffic signal controller unit" and "traffic signal controller frames" as shown under BID ITEM 2 above shall apply to BID ITEM 3. Existing traffic signal controller cabinet shall remain including all re- usable auxiliary equipment as required to execute sequence and operations as shown on the plans. Cabinet shelves shall be re -located as necessary. BID ITEMS 5 AND 6 - DE ANZA BOULEVARD AT RODRIGUES AVENUE AND AT MC CLELLAN ROAD (Page 12 of spec.) C. Modification (substitute the following:) 1. General: Salvage existing controller and cabinet. Install "Type 90 Function" controller, Type "P" Cabinet and auxiliary equipment with preferential sequence as shown on the plans, and in conformance with the following. All paragraphs referencing "traffic signal controller unit" and "traffic signal controller frames" as shown under BID ITEM 2, and BID ITEM 3 above shall apply to BID ITEM 5. Traffic signal controller cabinet shall be in accordance with Section 86-3.07 of the State Standard Specification, and shall be Type "P". Cabinet shall be wired for full eight (8) phase, four (4) ped. quad - left -turn operation. BID ITEM 7 - DE ANZA BOULEVARD AND BOLLINGER ROAD (page 13 of Spec. c. Modification (substitute the following:) F 1) General: (See BID ITEM 2 above) Change last sentence of third paragraph to read: "Cabinet shall be wired for full eight (8) phase, four (4) ped. quad -left -turn operation." Add paragraph two of BID ITEM 3 above. -2- t.ii.Auge Orcltfc ido. 3 — PrujecL 79-20 De Anza Boulevard Interconnect, continued BID ITEM 7 - continued IN SUMMARY: New Type "M" Controller Cabinets will be furnished for: BID ITEMS 2, and 7. These are to be installed on existing foundations. New Type "P" Controller Cabinets will be furnished for: BID ITEMS 5, and 6. These are to be installed on existing foundations. New controllers will be furnished in existing cabinets for: BID ITEMS 3, and 4. Multisonits Customer Service Department will make necessary cabinet. changes. BID ITEM 1 WILL BE DELETED EXCEPT FOR INTERCONNECT WIRING REQUIREMENTS. 7-3 INTERCONNECT CONTROL EQUIPMENT Substitute all "local coordination unit" references in this section with "Type 90 Function Controller Unit." In the first sentence of the second paragraph under 7-3:1, change the word "yield" to "hold". Remove the last sentence in the last paragraph under 7-3.1, i.e., "Two (2) spare shelf -mounted local coordination units shall be provided." Lump Sum Total $3,149.50 Contractor: Steiny & Co., Inc. A RICHARD A. H�EAAPPS� Title: ASST.VICE -pR_Eaas� NTS CITY OF CUPERTINO Recommended ,•" /Traffic Engine r P.O. No. 2410 Date: /a -di 9— B/ Date: Dec. 7, 1981 Approved: Director o' blic orks F Res. No. 5770 -3-