Loading...
90-045j - Blackberry Farm - Serrano Electric, Inc. - Electrical Improvements - Project 94-9105EVu - 1 E. CONTRACT FOR PUBLIC WORKS This CONTRACT made on February 28, 1994 by the CITY OF CUPERTINO, a municipal corporation of the State of California, hereinafter called CITY, and SERRANO ELECTRIC, INC., hereinafter called CONTRACTOR. IT IS HEREBY AGREED by CITY and CONTRACTOR as follows: 1. THE CONTRACT DOCUMENTS. The complete contract consists of the following contract documents: a. Notice to Contractors, Proposal, Time for Completion, Estimated Quantities, Noncollusion Affidavit, Bidder Qualification Form, Sub - Contractors Form and Signature Form. b. Standard Specifications, General Provisions and Special Provisions. C. Plans and Specifications for PBASE II EffACEBERRY F7M ELECIR-JFCAL 1 I`'•• E "• 6 94-9105E d. Fladthful Performance Bond and Materials Bond. e. Insurance Agreement, Certificate of Insurance, Endorsement of Primary Insurance, Additional Di -sur_. Endorsement,Endorsement of A Limits of Dxmranoe per Project, Waiver of Subrogat-ion Endorsement Wm*.er-s Compensation hwurance and Notice of Policy Cancellation Endorsement. f. This fact for Public Warks. All of the above docents are interned to cooperate so that any work called for in one and not mentioned in the other, or vice versa, is to be emacu ted the same as if mentioned in all of said documents. The documents comprising the complete contract are sometimes hereinafter referred to as the Contract Documents. In case of conflict between the Plans and the Specifications on the one hand, and this fact on the other, the Plans and Specifications shall prevail. 2. THE WORK. QONTRACIM agrees to fish all of the tools, equipment, apparatus, facilities, labor, transportation arra materials necessary to perform and complete in a good arra w(R� order, the work of E LECIRzCAL IMPROVEMENTS as called for, arra in the manner designated in, and in strict conformity with, the Plans arra Specifications prepared by the Engineer and adopted by CITY, which Plans and Specifications are entitled, respectively, PHASE II BLACKBERRY FARM ELECTRICAL IMPROVEMENTS, PROJECT 94-9105E and wick Plans and Specifications are identified by the signatures of the parties to this Comet. It is understood. and agreed that said tools, equipment, apparatus, facilities, Labor, trargport-.atien and materials shall be furnished, ani that said work shall be performed and completed as required in said Plans and Specification under the sole direction of CONTRACTOR, but subject to the inspection and approval of CITY, or its representative. CITY hereby designates as its representative for the purpose of this Contract the Engineer, Mr. Bert J. Viskav_ich. Dka_ZJ i :.� •:' ' Ii1 �:'i' 3. CONTRACT PRICE. CT1Y agrees to pay, arra CONIRACIM agrees to accept, in full payment for the work above agreed to be done, the sum of TWENTY FOUR THOOUSAND DOLLARS AND NO CENTS ($24,000) subject to additions arra/or derb -_tions as provided in the Contract Docents, per Ekhibit A attached hereto. 4. DISPUTES PERTAINING TO PAYMENT FOR WORK. S bind any dispute arise respecting the true value of the work dome, or any work omitted, or of any extra work which CONTRACTOR may be required to do, or respecting the size of any payment to OUNTRACICR during the performance of this Contract, said dispute shall be determined either by reference to the Unit Prices bid, if applicable, or in accordance with agreement of prices, if applicable, of in accordance with the agreement of the parties, or in accordance with Section 6, paragraph "f" of the Geral Provisions. 5. PERMITS, COMPLIANCE WITH LAW. CONTRACTOR shall obtain arra bear all expense for all necessary permits, licenses arra easements for the construction of the project, give all necessary notices, pay all fees required by law, arra comply with the laws, ordinances and regulations relating to the work and to the preservation of the public health and safety. 6. INSPECTION BY THE CITY. CONTRACTOR shall at all times maintain nt'a i n prcper facilities and provide safe access for inspection by CITY to all parts of the work, arra to the shops wherein the work is in preparation. Wtxwe the Specifications require work to be specially tested or approved, it shall not be tested or covered up without timely notice to CITPY of its readiness for inspection and without the approval thereof or consent thereto by CITY. Should any such work be covered up without such notice, approval, or consent, it must, if required red by CI'T'Y, be uncovered for Psi natican at CO WR ACTOR I S expense - 7. ExIRA OR ADDITIONAL WORK AND CHANGES. Should CITY at any time during the progress of the work require r e any alterations, deviations, additions or rsni ~cions from the Plans or Specifications or the Contract Documents, CTI'Y shall have the right to do so, and the same shall in no way affect or make void the Contract, but the cost or value thereof will be added to, or deducted from, the amount of the Contract price, as the case may be, by a fair and reasonable valuation, which shall be determined either by reference to the Unit Prices bid, if applicable, the Standard Specifications, or in accordance with the agreement of the parties. No extra work shall be performed or change be made except by a written order F QTY, duly authorized by resolution of the City Council, arra by all agencies whose approval is required by law, stating that the extra work or change is authorized, arra no claim for an addition to the Contract sum shall be valid unless so ordered. B. CHANGES TO MEET M71RONMENTAL RBQUDUMENTS. CITY shall have the right to make charges in this Contract during the course of construction to bring the ccupleted improvements into cel i anoe with environmental requirements or standards established by State arra Federal statutes arra regulations after the Contract has been awarded or entered into. CCNIRACIM shall be paid for such changes either by reference to the Unit Prices bid, if applicable, or in accordance with the agreement of the parties. 03WEMCr FUR PUBLIC worms (continued) 9. TERMINATION, AMENDMENT OR MODIFICATION. This Contract may be terminated, amended or modified, with the wAual consent of the parties. The compensation payable, if any, for such termination, amPrxirnent or modification, shall be determined either by reference to the Unit Price bid, if applicable, the Standard Specifications, or in accordance with the agreement of the parties. 10. TIME FOR COMPLETION. All work under this Contract shall be Completed in accordance with the Time for Completion section in the proposal and the S�tecificaticns of this project. If OO M� CIM shall be delayed in the work by the acts or neglect of CITY, or its employees, or those under it by contract or otherwise, or by changes ordered in the work, or by strikes, lockouts by others, fire, unusual delay in transportation, unavoidable Casualties or any causes beyond OWRU CIM I S control, or by delay authorized by CITY, or by any cause which CITY shall determine justifies the delay, then the time of completion shall be extended accordingly. This paragraph does not exclude the recovery of damages for delay by either party Curler other provisions in the Contract Doamtents. 11. INSPECTION AND TESTING OF MATERIALS. 0WRV01M shall notify Cl'I'Y a sufficient time in advance of the manufacture, production or testing of materials to be supplied Curler this Contract, in order that CITY may arrange for mill, factory or laboratory inspection arra testing of same- 12. ame.12. T IMNATION FOR BREACH OR INSOLVENCY. If CUNIPACi M should be adjudged a bankrupt, or should make a general assicym*mt for the benefit of creditors, or if a receiver should be appointed on a000zmt of insolvency, or if CONIRACIOR or any should violate any of the provisions of the Contract, CITY may serve written notice upon OONTRAcTuR and OCNIPACIOi 1 S surety of its intention i on to terminate the Contract. Such notice shall contain the reasons for CITY'S intention to terminate the Contract, arra unless within ten(10) days after serving of such notice, such violation sball cease arra satisfactory arrangements for corrections thereof be made, the Contract shall, upon the expiration of said ten(10) days, cease arra terminate. In the event of any such termination, CITY shall immediately serve notice thereof upon CO TRACIO R I S surety arra C WRWIM, and the surety shall have the right to take over and perform the Contract; provided, however, that, if the surety within f1fteen(15) days after the serving upon it of notice of termination does not give CT1'Y written notice of its intention to take over and perform the Contract, or does not commence performance thereof within thirty(30) days from the date of the serving of such notice, CITY may take over the work and prosecute the same to completion by contract, or by any other method it may deem advisable, for the account arra at the ewe of C ORR ACTOR, and CON9RACIOR and CONTRACMRIS surety shall be liable to c TY for any excess cost occasioned by CIW thereby, and in such event C TY may, without liability for so doing, take possession of, and utilize i e in completing the work, such materials, appliances, anc es, plant arra other property belonging to OWM%CIM 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 amounts which CTPY may retain under other provisions of the Specifications until final ecmpletion and acceptance of all work covered by the Contract, CITY may withhold from payment to 03WIRACMR such an amount or amounts as in its judgement may be necessary to pay just claims against OWfRAC TOR or for labor and services rendered arra materials furnished she in and about the work. Contract Page 3 of 6 CI`i'Y may apply such withheld amiou nt or amounts to the payment of such claims in its discreticn. In doing so, CITY shall be deemed the agent of 03NTRACIM and any payment so made by CITY shall be considered as a payment made under the Contract by CITY to OW-P-RACIIOR, and CITY shall not be liable to 03NTRACTOR for any payment made in good faith. Such payment may be made without prior judicial determination of the claim or claims. With respect to any retention of payment by CITY to ensure performance of the Contract, OCNTRACTUR will be entitled to substitute securities as provided in Section 4590 of the California Gaverrmxmt Code as more fully described in CITY'S Notice to Contractors. 14. NOTICE AND SERVICE THEREOF. Any notice from one party to the other tureen this Contract shall be in writing, and shall be dated arra signed either by the party giving such notice, or by a duly authorized representative of such party. Any such notice shall nut be effective for any nuance whatsoever unless served in the following manner: (a) if the notice is given to CITY either by personal delivery thereof to the Engineer of CTTY, or by depositing same in the United States mails, enclosed in a sealed envelope, addressed to CITY OF CiJP'EMM, 10300 TSE AVENUE, CUPELZT M, CA 95014, postage prepaid and certified; (b) if the notice is given to CCNIRAcTaR, either by personal_ delivery thereof to 0DNTPA0TCR, or to OCNTRACTORIS duly authorized representative at the site of the project, or by depositing same in the United States mails, enclosed in a sealed envelope, addressed else : to 1500 MARTIN AVE., #210, SANTA CLARA, CA 95050, postage prepaid and certified; and (c) if notice is given to CCNIRACIMIS surety or any other person, either by personal delivery thereof to COtMACrO 2' S surety or other person, or by depositing same in the United States mails, enclosed in a sealed envelope, addressed to COWfRACTK)RI S surety or person, as the case may be, at the address of QWfPA CTUR I S surety or the address of the person last cammu icated by such person to the party giving the notice, postage prepaid and certified. 15. ASSIGNMENT OF CONTRACT. Neither the Contract, nor any part thereof, nor moneys due or to became due thereunder, shall be assigned by OCNIRACTOR without the prior written approval of C1'I'Y. 16. COMPLIANCE WITH SPECIFICATIONS OF MATERIPTS. Whenever in the Specifications, any material or process is indicated or specified by patent or proprietary name, or by name of manufacturer, such Specifications must be met by CCNTRACMR, unless CITY agrees in writing to same other material, process or article offered by OONiRACIM which is equal in all respects to the one specified. It shall be CONTRACTOR'S responsibility to prove equality of any such material, process or article offered as a substitution to the one (s) specified. 17. WORKER'S COMPENSATION INSURANCE AND EMPLOYER'S LIABILITY INSURANCE. OWMAC7CR shall take out and mai nn1 a i n during the life of this Contract Worker's C❑mpensatien Insurance and Employer's Liability Insurance for all of CONTRACTOR'S employees cloyed at the site of the project. In case any work is sublet, CC NTRACTO2 shall requ r e any and all similarly to provide Worker's Compensation arra Employer's Liability Insurance for all of the latter's employees unless such employees are covered by the protection afforded to the In siding this Contract OURRUCKP, makes the following certification, required by Section 1861 of the Labor Code: "I am aware of the provisions of Section 3700 of the labor Code which requires i res every employer to be insured d against liability for worker's ccmpmjsation or to undertake self insurance in acoordance with the provisions of the Labor Code, and I will comply with such provisions before commencing the performance of the work of this Contract. - 18. ACCIDENT PREVENTION. Precaution shall be exercised at all times for the protection of persons (including employees) and property. The safety provisions of applicable laws, bu i 1 d i n g codes and coag: t, � icn codes shall be observed. Machinery, equipment arra other hazards shall be guarded or eliminated in acaarrlance with the safety provisions of the fiction and Safety Orders issued by the Industrial Accident Commission scion of the State of California. 19. CONTRACTOR'S RESPONSIBILITY FOR THE WORK. OWIIWIUR shall not be responsible for the cost of miring or restoring damage to the work wed by Acts of God. , ODNTRACIOR shall, if the insar-ance premium is a separate bid item, obtain the insurance to i nrlenni fy CTTY for any damage to the work caused by Acts of God. "Acts of God" shall include only the following oocurrenoes or conditions and effects: earthquakes arra tidal waves, when such oocurrences or conditions arra effects have been proclaimed a disaster or state of emergency by the President of the United States or by the Governor of the State of California, or were of a magnitude at the site of the work sufficient to have caused a proclamation of disaster or state of ®ergenCy having occurred in a populated area. Subject to the foregoing, C 1Y shall not, in any way or manner, be answerable or suffer lass, damage, expense or liability for any loss or damage that may happen to said building, wend, or equipment or any Part thereof, or in, on, or about the same during its eanstnicticn arra before acceptance. 20. CONTRACTOR' S GUARANTEE. CDiNi'RACIOR imaual i fierily guarantees the first-class quality of all work and of all materials, apparatus arra equipment used or installed by ppm or by any 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 (aVRAlCIM unqualifiedly guarantees such lesser quality; arra that the work as performed by 00fMACTCR will conform with the Plans arra Specifications or any written authorized deviations therefrom. In case of any defect in the work, materials, apparatus or equipment, whether latent or patent, revealed to C 1Y within one (1) year of the date of acceptance of ecmpletian of this Contract by CPT'Y, Q7NII2AeCIC�2 will farthwith remedy such defects without cost to C TI.'Y. 21. DEFERRED ALTERNATE SELECTION. The City reserves the right for the term of the Contract, the deferred selection of none, any or all alternate bid items at the bid price. The alternates chosen would be for any sites currently under construction or to be constru . d in the future. Contract Page 5 of 6 CONTRACT FOR PUBLIC WORKS (continued) . 0 IN WITNESS WHERBDF, the parties have executed this Contract, in duplicate, the day and year first hereinabove written. CITY OF CUPERTTNO By: -- BR v MVICx Contractor's License No.507852 Dire for of Public Works Attest: City Clerk CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Notary acImowledgment is required. If a corporation, corporate seal and corporate notary acknowledgement and Federal Tax I.D. are required. If not a corporation a Social Security No. is required. 77-0136554 Soc. Security # Federal Tax I.D. # State of California County of Santa Clara On 2/22194 before me,E!icna� n h DATE NAME, TITL O OFFICER - E.G., "JANE DOE, NOTARY PUBLIC" personally appeared Dan; _1 T,- SArranCB NAMES) OF SIGNER(S) K] personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(z) whose name(x) isle subscribed to the within instrument and ac- knowledged to me that he/sha4#up executed the same in his/kurftko*xauthorized capacity(ie*, and that by hisi*Do:AJ=�r signatures on the instrument the personM, or the entity upon behalf of which the person(k) acted, executed the instrument. OFFICIAL SEAL FIONA DUNPHY NOTARY PUBLIC CALIFORNIA ,. SANTA CLARA COUNTY V Cpmm Ex res Mar 10 1995 THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Though the data requested here is not required by law, it could prevent fraudulent reattachment of this form. No. 5193 OPTIONAL SECTION CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. ❑ INDIVIDUAL CORPORATE OFFICER(S) President TITLE(S) PARTNER(S) 0 LIMITED GENERAL ATTORNEY-IN-FACT TRUSTEE(S) GUARDIAN/CONSERVATOR F] OTHER: SIGNER IS REPRESENTING: WITNESS my hand and official Seal. NAME OF PERSON(S) OR ENTITY(IES) /� tj SIGNATURE OF 0FARY OPTIONAL SECTION TITLE OR TYPE OF DOCUMENT Contract for Public Work NUMBER OF PAGES 6 DATE OF DOCUMENT 2/22/94 SIGNER(S) OTHER THAN NAMED ABOVE ©1993 NATIONAL NOTARY ASSOCIATION - 8236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 91309-7184 PROPOSAL PAGE A-5 A. PROPOSAL TO: DIRECTOR OF PUBLIC WORKS CITY OF CUPERTINO 10300 TORRE AVENUE CUPERTINO, CA 95014 In compliance with the Plans, Specifications and/or Special Provisions for the constructing to completion the Phase II Blackberry Farm Electrical Improvements, Project No. 94-9105E. I, the undersigned, hereby declare that I have read the proposal requirements, visited the site, and nM examined all of the above documents. I, the undersigned, hereby propose to do all work required to complete the project in accordance with the Plans, Specifications and/or Special Provisions for the prices set forth in the following schedule. I further understand that said prices include all costs including, but not limited to, local, state and federal taxes or transportation costs. I, the undersigned, also understand that the quantities shown below are estimates only, being given on a basis of comparison of bids, and that The City of Cupertino does not state that the actual amount of work will correspond but reserves the right to increase, decrease or delete the amount of any class or portion of the work or to omit items or portions of the work that may be deemed necessary by the Engineer. The City of Cupertino reserves the right to unilaterally determine and award the contract to any qualified bidder based on the most advantageous proposal, to reject any or all bids or to waive any irregularities in the bidding procedures. The work to be done consists of the furnishing of all labor, methods, processes, tools, machinery and materials required to construct to completion and in working usable order the Phase I, Blackberry Farm Utility Improvements as described in the contract documents. The Base Bid Price shall be the contractor's actual bid price. The totals listed in the Unit Price Schedule are only used as a means to compare bids and are subject to change if errors are found in the quantities. In the event of discrepancies between the written Unit Price and the numerical Unit Price, the written price shall prevail and shall be used to calculate the total for that bid item. The unit prices listed shall be used as the basis for any changes. The bid prices for this project shall be as outlined on the following pages. BASE BID PRICE: BID ITEM NO. 1: For all the Electrical related Work shown and described on the Plans And Specifications. Item No. 1: the sum of twenty-four thousand and00/100---------- liars ($ 24, 000, 00 The undersigned agrees to commence Work under this Contract on a date to be specified in the written Notice to Proceed from the Owner and to colnpl !e pvork on or before April 1, 1994. The Contractor shall diligently prosecute the work to acceptance by the City before the actual dates for completion as set forth above. The Contractor shall pay the City of Cupertino Liquidated in the amount of $2,000.00 as set forth in the Special Provisions, Section C, Paragraph 2, EXECUTION OF CONTRACT/NOTICE TO PROCEED, for each and every calendar day's delay beyond dates established in this proposal for each and every portion of the completion process. C:\WORD\SPEC\91226-2E PROPOSAL PAGE A-6 I, the undersigned agree that if this proposal is accepted, I will enter into a contract with the City of Cupertino to provide all necessary machinery, tools, apparatus, and other means of construction and to do all the work specified in the contract in the manner and time specified. I, the undersigned declare that this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair, and without collusion or fraud. I, the undersigned recognize that the Director of Public Works of the City of Cupertino will reserve the right to establish the priority of one job over another and each starting date where conflict of construction schedules occur. I, the undersigned, am aware of the provisions of Section 3700 of the Labor Code which requires every _. employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Attached hereto is the required cash, cashier's check, certified check, bid bond, or surety, payable to the City of Cupertino, in the amount of $ ** 2,400, 00 , which amount represents ten percent(10%) of the total amount of the bid as required by law and this Notice to Contractors. **l00 of total bid amount, C \WORD\SPEC\91226-2E PROPOSAL PAGE A-7 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I, the undersigned, being first duly sworn, deposes and says that I am President (Business Title) of Serrano Electric the party making the foregoing bid, that the bid is not made (Business Name) in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract. All statements contained in the bid are true and, further, the bidder has not, directly or indirectly, submitted the bid price or any breakdown thereof, or contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. C:\WORD\SPEC\91226-2E PROPOSAL PAGE A-8 BIDDER QUALIFICATION FORM In further compliance with the specifications furnished, I, the undersigned, submit the following ` statements as to my experience and qualifications to perform this work as a part of this proposal. ® We have been in business under the present name for 8 years. Our experience in work comparable with that required by the proposed contract is 8 years operating under our current business name. ` Our experience in work comparable with that required by the proposed contract is years operating under the following different name(s). NA My California Contractor's License Number is 507852 The classification of my Contractor's License is C-10 The expiration date for my Contractor's License is 1995 *(This Section for City use Only) O *The above information has been verified by n *Contractors State License Board (800) 321-2752 or (408) 277-1244. Where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with the laws of the State of California, however, at the time the contract is awarded the contractor shall be properly licensed. C:\WORD\SPEC\91226-2E PROPOSAL PAGE A-9 BIDDER HISTORY OF WORK The following is an example of work similar in character to that required in the proposed contract which our organization or personnel in our organization has completed within the past three(3) years. Whom Phone Year Location Class For Performed Number Amount See attached lists - Projects and References C:\WORD\SPEC\91226-2E SERRANO ELECTRIC INC PROJECTS The following is a partial listing of our most recent projects: GREAT AMERICA, Santa Clara, CA Scope of work included electrical demolition of all existing projection equipment in the Lockheed Pictorium Theater and complete electrical hook-up to all the new 3-D projection equipment, projection cooling system and a new 1200 amp, 480 volt service for the operation of the upgraded equipment. U.S. NAVY, Naval Supply Center, Oakland, CA Five -story warehouse lighting retrofit. Complete removal of approximately 750 incandescent light fixtures and re -installation with new high-intensity lighting. ONIZUKA AIR FORCE BASE, Sunnyvale, CA Installation of a completely engineered and certified fire alarm system throughout several high security buildings on the Onizuka Air Force Base. ESL, Sunnyvale, CA Complete electrical renovation for approximately 30,000 sq. ft. building including all new lighting, new main and sub panel distribution and special equipment hook-up. BOEING/U.S. ARMY, Northern California Serrano Electric was a subcontractor to Boeing out of Seattle, WA for the electrical support and installation of power and LAN cable throughout various Army bases in Northern California to network these sites. ADVANCEDMICRO DEVICES, Santa Clara, CA Explosion -proof Gas House (approx. 2,000 sq. ft.). Complete explosion -proof electrical installation for forty (40) gas cabinets, gas detection system, strobe and horn alarm system and all necessary lighting. CITY OF SANTA aARA, Santa Clara, CA Service calls for repair and installation of various city lighting. Maintenance contract for Santa Clara Convention Center complex lighting. LA NNRENCE LTV�10R..P LABORATORIES, Livermore, CA Installation of Class 100 clean rooms. Included was powering clean room module-, equipment, power and fit up, installation of five (5) protection and alarm systems. STANFORD UNIVERSITY, Stanford, CA Electrical installation for 1,500 sq. ft. clean room. Scope of work included one 600 arr;,, 480 volt distribution center; one 200 amp, 480 volt distribution panel; one 200 amp, 120/208 volt emergency panel; one 200 amp, 120.1208 volt distribution panel; electrical hook-ups for approx. 30 tons of AIC units and specified lighting receptacles. SERRANO ELECTRIC INC. Page 2 KELLY CENTER, Santa Clara, CA Small retail center (2 -story, approx. 20,000 sq. ft.) located next to Kaiser Hospital. In addition to the parking lot lighting and shell work, interior improvements of Erik's Deli were completed. PH11 (formerly Signetics Corp), Sunnyvale, CA Fast-track fifteen (15) working day schedule project. Included was a 3,600 sq. ft. computer room and 10,000 sq. ft. MIS support area. SIERRA SPRINGS, San Jose, CA Tenant improvements for approx. 35,000 sq. ft. of office and water purification/bottling operation. Included was expanding the existing service, relocation of existing distribution panels, power for equipment and equipment hook-up. CUN IING-HENDERSON, Santa Clara, CA Installation of all electrical for new tire retread facility. Included was a new 480 volt service, lighting, power and equipment hook-up. SPECTRUM INK, Newark, CA Complete tenant improvements for approx. 30,000 sq. ft. of office and manufacturing areas. Included were installation of service, high bay warehouse lighting and equipment hook-up. SERRANO ELECTRIC INC. REFERENCES John Kitching ESL 495 Java Drive Sunnyvale, CA 94088 (408) 743-0457 Bob Adamo TECHNICAL BUILDERS 360 S. Clover Ave., #1 San Jose, CA 95128 (408) 554-1011 Ed Jackson BOEING 600 S. W. 39th Street Renton, WA 98055 (206) 657-6462 Laveme Staden ONIZUKA AIR FORCE BASE 750 LSS/LGC 1080 Lockheed Way, Box 39 Sunnyvale, CA 94089 (408) 752-3059 Jim Ferris BROWN & ROOT SERVICES P.O. Box 23605 Oakland, CA (510) 832-0161 Jerry Scott CITY OF SANTA CLARA Parks & Recreation Department 2600 Benton Street Santa Clara, CA 95051 (408) 984-3245 PROPOSAL PAGE A - 10 SUBCONTRACTOR'S FORM The subcontractor(s), as defined in the General Provisions and in Section 7026 of the California Business and Professions Code, that I propose to hire to perform any of the work for this project in an amount in excess of one-half of one percent(0.5%) of the total bid are listed below. Only those listed below shall perform work on this project and each of them has been provided with a full and complete set of plans and specifications for this project by the bidder. 1. Name Lombardo Core Drilling Address 2225 De La Cruz Blvd, Santa Clara, CA 9SOS4 Work to be Performed Core Drilling/Concrete 2. Name Address Work to be Performed 3. Name Address Work to be Performed 4. Name Address Work to be Performed 5. Name Address Work to be Performed 6. Name Address Work to be Performed 4. 4 C:\WORD\SPEC\91226-2E A PROPOSAL PAGE A-11 BIDDER'S SIGNATURE FORM IF YOU ARE AN INDIVIDUAL, SO STATE. IF YOU ARE A COMPANY OR A CO -PARTNERSHIP, STATE THE COMPANY NAME AND LIST THE NAMES OF ALL INDIVIDUAL CO-PARTNERS COMPOSING THE COMPANY, IF YOU ARE A CORPORATION, STATE THE LEGAL NAME OF THE CORPORATION AND THE NAMES OF THE PRESIDENT, SECRETARY -TREASURER AND MANAGER. THE CORPORATE SEAL MUST BE AFFIXED TO THIS FORM. ENTER THE NAME OF YOUR BUSINESS ON THE LINE OPPOSITE THE APPROPRIATE BUSINESS TYPE. TYPE OF BUSINESS NAME OF BUSINESS CORPORATION Serrano Electric Inc. CO -PARTNERSHIP INDIVIDUAL JOINT VENTURE OTHER (Describe) Name of Bidder Signatur Date November 30, 1993 Address (mailing & location) 1500 Martin Ave. , #210 Santa Clara, CA 95050 Telephone Number: :( 408 ) 986-1570 Acknowledgement of all addenda received is required by circling each addendum number. G2 3 4 5 6 7 8 9 10 I/We attended the mandatory Pre -Bid Meeting Yes X No Names Daniel L. Serrano Sean Salazar AC:\WORD\SPEC\91226-2E Return f®: CITY OF CUPERTINO 10300 Torre Avenue C CA 95014 12436(606 �. NO FEE IN ACCORDANCE # :llo t t]ft iF.Utf3f WITH 60l/ CODEIO -t,,T REQULS"" I)F �*i City of Cupertino 0 FEE ® r�"�E 9 T I N0 A ; U ert��®, ApIl b J[J f14 M '9! CERTIFICATE OF COMPLETION AND �tl NOTICE OF ACCEPTANCE OF COMPLETION PHASE II, BLACKBERRY FARM ELECTRICAL IMPROVEMENTS PROJECT 94-9105E OFFICIAL REEGORDS SANTA G1_t;i?i, GQUNTY NOTICE IS HEREBY GIVEN THAT I, Bert J. Viskovich, Director of Public Works and City Engineer of the City of Cupertino, California, do hereby certify that the work and improvements hereinafter described, the contract for doing which was entered into by and between the CITY OF CUPERTINO and SERRANO ELECTRIC, INC. on February 28, 1994, in accordance with the plans and specifications for said work, have been completed to my satisfaction and acceptance of completion is made as of March 29, 1994. That said work and improvements consisted of furnishing all labor, materials, tools, and equipment required to complete said project, all as more particularly described in the plans and specifications for said project. Date: March 29, 1994 ;tor of Puf icy Works Engineer,ICity of Cupertino r VERIFICATION T have reviewed this Certificate of Completion and to the best of my knowledge, the information contained herein is true and complete. I verify under penalty of perjury under the laws of the State of California, that the foregoing is true and correct. Executed on the .30 -Z" day of , 19 � , at Cupertino, California. Deputy City Clerk w civ c -s fV co .9-