Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
91-012 Reconstruction of Curbs, Gutters and Sidewalks Proj. 91-103 91-012 RECONSTRUCTION OF CURBS , GUTTERS AND 1 of 5
SIDEWALKS PROJ. 91-103
1W
Citil of Cupert3"o
10300 Torre Avenue- P,O,Box 580
Cupertino,CA 95014-3255 Cupertino,CA 95015-0580
T+aephone7(406)252-4505
FAX: 1408j 252-0753
DEPARTMENT Of THE CITY CLERK
April 17, 1991
R. H. Wehner Construction Co.
390 Martin Avenue
Santa Clara, CA 95050
RECONSTRUCTION OF CURBS, GUI*.i'ER.S AND SIDEWALKS, P--tQ= 91-103
Dear Mr. W&ner:
We are enclosing to you for your files one (1) copy of the Agreement by
and between the City of Cupertino and R. H. Welmex Construction Co., which
has been fully executed by City Officials.
Enclosed please find your bid bond.
Sincerely
DORM rHY CORff=S
CITY CLERK
CITY OF CUPERTINO
DC/so
encl.
cc: Department of Public Works
Wn?Wr FOR PUBLIC WORKS
C3w1'RACT made on April 1, 1.991 by the CITY OF CUPF.UM40, a municipal
cmj=aticn of the State of C3Llifornia, hereinafter called the CIW, and
R. H. WMSHR C7MJI3UJCT ON OD., hereinafter called the C Wn3?ACIM.
IT IS HAY AGREED by the parties as follows:
1. THE CON.PRACr DOCUK MS. The cooplete contract consists of the
following contract documents:
A. Plans and Specifications for RDODNSTRUCTTw OF cupBS, Gurims AND
SI)EWALKS PI WWr 91-103
B. Faithful Performance Bond, Labor and Materials Bond, Insurance
Certificate
C. This Contract
D. Bid Proposal referred to as Exhibit A
Any and all obligations of the CITY and the CONIRAC M are fully set
forth and described herein.
All of the above documents are intended to cooperate so that any work
called for in one and not mentioned in the other, or vice versa, is to be
executed the same as if mentioned in all of said documents. The documents
comprising the complete contract are sometimes hereinafter referred to as
the Contract Documents. In case of conflict between tlje Plans and the
Specifications on the one hand, and this Contract on the other, the Plans
and Specifications shall prevail.
2. IWE WOR(. The Contractor agrees to furnish all of the tools,
equipment, apparatus, facilities, labor, transportation, and material
necessary to r)erform and com¢Plete in a good and workmanlike manner, the
work of RBMNSTRL MCH OF CURBS, GUMM AND SID3WZC,S as called fc-e, and
in the manner designated in, and in strict conformity with, the Plans and
Specifications prepared by- ter. Beat a. Viskovich, Director of Public
Works and adopted by tb a City, which Plans and Specifications are
entitled, respectively, Rd=NSTRtKMCN OF CURBS, GVITERS AND SI.D36M
PR47nCT 91-3.03 and which Plans and specifications are identified by the
signatures of the parties to this Contract.
It as understood and agreed that said tools, equipment, apparatus,
facilities, labor, transportation, and material shall be furnished, and
that said wont shall be performed and oaupleted as required in said Plans
and Specifications under the sole direction of the ac"_,er, but subject
to the inspection and approval of the City, or its representative. 7he
City hereby designates as its representative for the purpose of this
Contract: M. Bert J. Viskovich, Director of Public works.
3. CO3nVM PRICE. Zhe City agrees to pay, and the Contractor agrees
to accept, in full payment for the work above agreed to be done, the sum
of: SIXTY NINE THOUSAND TH EE HUNMM DOY.I'= AND 50/100 ($63,300.56)
subject to additions and deductions as provided in the fact DocLanergts,
per E?dUbit "A" attached hereto.
4. DYSPUM PERTAINING TO PAMId!' FOR WORK. Should any dispute arise
ruing the true value of the work done, or any work onitted, or of any
extra work which the Contractor may be required to do, or respecting the
size of any payment to the contractor during the performance of this
Contract, raid 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 :n awe with the agreement of the parties, or in
accordance with the rules of the American Arbitration Association if the
parties are unable to agree.
5. PERMIM, CMUWMCE Wren LAW. -the Contractor shall, at his expense,
obtain all necessary permits and licenses, easements, etc., tor the
construction of the project, give all necessary notions, pay all fees
required by law, and couply with all laws, ordinances, rules and
regulations relating to the work and to the preservation of the public
health and safety.
6. INSPBMON BY THE CITY. Zhe Contractor shall at all times maintain
proper facilities and pmvide 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 specially tested
or approved, it shall not be tested or covered up without timely notice to
the City of its readiness for inspection and without 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. E}=A OR ADDITIONAL WCM AND CM GM. Should the City at any time
c-Jriny the progress of the work require any alterations, deviations,
additions or omissions from the Specifications or Plans or the Contract
Doc mats, 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 rile valuation, which valuation shall be
determined either by reference to the unit prices, if applicable, or in
aaocwdanoe 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
stating bt the and
by all agencies whose approval is required by law,
change is authorized, and no claim for an
addition to the contract sum shall be valid unless so ordered.
2
S. CHANGES TQ HEM 7he City shall have the
right to make changes in this cantractt during the course of construction
to bring the cmpleted improverents into cormplianoe with a wironmental
requirea�r_nts or standards established by State and Federal statutes and
regulations after the Contract has been awarded or entered into. The
Contractor shall be paid for by such chantyes 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 patties are unable to agree.
9. T ►TION, AI'S or MODIFICATIONS. This Contract may be
toxin natedI amended or modified, with the mutual consent of the parties.
The cmq3ensation payable, if any, for such termination, amendment 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 Arbitration Association if the
parties are unable to agree.
10. TIME FOR OOMPLEMON. All week under this Contract shall be
caampleted by June 1, 1991
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, for mots 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 coapletion shall be exten:1x1 acoordingly.
This paragraph does not exclude the recovery of damages for delay by
either party under other provisions in the contract Documents.
11. INSPECTION AND TEMM OF MATERIALS. The Contractor shall notify
the City a sufficient rime in advance of the manufacture or r,--odueticn 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 Contractor.
12. IM17ON Feu 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 or account of his
insolvency, or if he ur any of his subcontractors should violate any of
the provisions of the Contract, the City may serve written notice upon him
and his surety of its intention to terminate the Contract, such notice to
contain the reasons for such intention to terminate the Contract, and
unless within ten clays after serving of such notice, such violation shall
cease and satisfactory arrangements tor corrections 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
imn3diately 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, hcxmver, that, if the surety within fifteen days
after the serving upon it of notice of termination does not give the Ciy
written notice of its intention to take over and perform the Contract, ur
does not commence performance thereof within thirty days from the date of
3
the serving of such notice, the City tray take over the work and pate
the same to completion by contract, or by any other method it may do=
advisable, for the account and at the ease of the Contractor, and the
Contractor an': his surety shall be liable to the City for any excess cost
occasioned by the City thereby, and in such event the City may, without
liability for so doing, take possession of, and utilize in completing the
work, such materials, appliances, plant and other party belonging to
the Contractor as may be on the site of the work and necessary therefor.
13. THE CITY'S RIC Hr TO WITHHOLD CEMLIlA AM LMS AND MAKE APPLICATION
THEREDF. In addition to the amount which the City may retain under
Paragraph 21 of this Contract until :he 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 Contractor 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 discretion. In so doing, the City shall be deemed
the agent of the Contractor, and any payment so made by the City shall be
considered as a payment made 1.7ader 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 determination of the claim or claims. With respect to any
retention of payment by the City to ensure performance of the Contract,
Contractor will be entitled to substitute securities as provided in
Section 4590 of the California Government Code as more fully described in
the City's Notice to Contractors.
14. NOTICE AND SERVICE ZIMMF. Any notice from one party to the other
under this Contract shall be in writing, and shall be dated and signed
either by the party giving such notice, or by a duly authorized
representative of such party. Any such notice shall not be effective for
any purpose whatsoever unless served in the following manner: (a) if the
notice is given to 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: 3090 N1AIWM AVE., SANTA CLARA, CALIPIORNIA 95050
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 persons last commur►icated by
him to the party giving the notice, postage prepaid and certified.
15. ASSIGNMEN ' OF CONTRACT. Neither the Contract, nor any part thereof,
nor moneys due or to became due thereunder, may be assigned by the
Contractor without the prior written approval of the City.
4
16. COMLIANCB WITH SPB=CATICNS OF MaTRIALS. Muniever in the
Specifications, any material or process is ineicated or specified by
patent or proprietary name, or by name of manufactuaner, such
Specifications must be met by Contractor, unless the City agrees in
writh.g to some other material, process or article offered by Contractor
which is equal in all respects to the one specified.
17. 0MMrT SMRM. 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 Contract. The
Contractor shall also furnish a separate surety bard 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 materials, 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 payment of a reasonable
attorney's fee to be fixed by the court in case suit is brought upon the
band.
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, and there shall
be a specific contractual liability eardorsement extending 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 Contractor under this contract shall
also contain an endorsement providing that thirty (3C) days' notice must
be given in writing to the City of any pending change in the limits of
liability or of any cancellation or modification of the policy.
(a) WORKER'S COMPENSATION INSURANCE AND 34PMYERI S r_TngILXry
INSURANCE. The Contractor shall take cut and maintain during the life
of this Contract Worker's Compen-,ation Insurance and Employer's
Liability Insurance for all of his employees euployee at the site of
the project and, in case any won'; is sublet, the Contractor shall
require the subcontractor similarly to provide Worker's Ccupensation
Insurance 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
certification, 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 irsured against liability for worker's
compensation or to undertake self insurance in accordance with the
provisions of the Code, and I will comply with such provisions before
commencing the performance of the work of this contract".
5
(b) UABYLM IILc . The actor shall take Out and maintain
during the life of this Contract such Bodily Injury Liability and
Propert-; Damage Liability Insurance as sizali protect him and any
subcontractor performing work covered by this Contract fzneae claims for
preppy fie, including third'Varty pr Y age, to include
coverage on property in the care, custody and control of the
Contractor, and also excluding 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, wheth>=s 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 ads
follows:
Bodily Injury Liability 'canoe in an amount nat less than
$500,000.00 for injuries, including accidental death, to any one
person, and subject to the same limit for each person, in an amount
not less than $1,000,000.00 on account of one accident, and Property
Damage Liability Insurance in an amount not less than $250,000.00.
The City and its officers and employees, shall ba named as additional
insureds on any such policies of insurance, which shall also contain a
provision that the insurance afforded there!W to the City, its
officers and employees, s-iall be primary i.rn�:rance 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. HOID HPUMESS. The Contractor will save, keep, aryl 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 property sustained by any
person or persons by re,4son of, or in the course of the performance of
said work, or by reason of any infringement or alleged infringement of the
patent riots of any person or persons, firm or corporation in consequence
of the use in, on, or about said wank, 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. HOLMS OF WORK. Eight hours of labor during any one calendar day and
forty hours of labor during any one calendar week shall constitute the
:aaximum 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 Cont-rac for or by any subcontractor or subcontractors and-_r this
Contract, upon the work or upon any part of the work contemplated by this
Contract, shall be rea aired or permitted to work thereon more than eight
hours during any one calendar day and forty hours during any one calendar
week, except, as provided by Section 1815 of the Iabor Code of the State
of California, work performed by employees of Contractors 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
6
hours per day at i hot less than one and one-half times the basic rate of
pay. It is further expressly stipulated that for each and every violation
of Sections 1811-1815, inclusive, of the Labor Code of the State of
California, all the provisions utmeof are deemed to be incorporated
herein, the Contractor shall forfeit, as a penalty to the City,
twenty-five dollars ($25.00) for each laborer, worker, or mechanic
employed in the execution of this Contract by Contractor, or by any
subcontractor under this Contract, for each calendar day during which said
laborer, •,orker, or mr-chanic is required or permitted to work more than
eight hours in any one calendar day and forty hours An any one calendar
week in violation of the provisions of said sections of the Labor Code.
The Contractor, and each sub-mtractor, 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 employed by him in
connection with the work contemplated by this Contract, which record shall
be open at all reasonable hours lot the inspection of the City of 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 in
the locality in which this work is to be performed, 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
Speeif icatinns 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 suboontractor shall keep an accurate
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 connection with the public work.
,(b) The payroll records enumerated under subdivision (a) shall be
certified and shall be available 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.
(2) A certified copy of all payroll records enumerated in subdivision
(a) shall be made available fay 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 cry of all payroll records enumerated in subdivision
(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 contract,
the Division of Apprenticeship standards, or the Division of Labor
7
standards The public shall not be given access to such
records at the principal office of the Contractor.
(c) Each Contractor shall file a certified ropy of the reds
enumerated in subdivision (a) with the entity that requested such rids
within ten (10) days after receipt of a written request.
(d) Any copy of records made available for insertion as copies and
furnished upon request to the public or any public agency by the awarding
bids, the Division of Apprenticeship Standards or the Division of Labor
Standards Enforcement event 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 Contractor 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) , including 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 rlianoe with the requirements of this section,
the Contractor shall have ten (10) days in which to eon subsequent to
receipt of written notice specifying in utiat respects such Contractor must
comply with this section. Should noncompliance still be evident after
such ten (10) day period, the Contractor shall, as a penalty to the state
of political subdivision on whose behalf the contract is made or awarded,
forfeit twenty--f ive dollars ($25.00) for each calendar 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
progr payments then daze.
(g) The body awarding the contract shall cause to be inserted in the
contract stipulations to effectuate this section. Such stipulations shall
fix the responsibility for eomplianoe 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 Section 6250) of Div. 7, Title
1. Gov. Ch.) and the Information Practices Act of 1977, (Title 1.8
(commencing with Sec. 1798) Pt. 4, Div. 3, Civ. C.) governing the release
of such records, including the establishment of reasonable fees to be
charged to 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 work.
Every such apprentice shall be paid the standard wade paid to apprentices
touter the regulations of the craft or trade at which he is employed, and
shall be employed only at the work of the craft or txade to which he is
registered-
8
Only apprentices, as defined in Section 3077, who are in training under
apprenticeship standards and written apprentice agreements under chapter 4
(ccamencing with Section 3070), Division 3, of the Lab= 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 performing any
of the work under the contract or subcontract, employs workmen in any
apprentieeable cra!:t or trade, the Contractor and subcontractor shall
apply to the joint apprenticeship committee acdministering the
apprenticeship standards of the craft or trade in the area of the site or
the public work for certificate approving the Contractor or subcontractor
under the apprenticeship standards for the employment and training of
apprenticeships in the area or industry affected; provided, however, that
the approval as established by the joint apprenticeship committee or
ecamnittees shall be subject to the approval of. the Administrator of
Apprenticeship. The joint apprenticeship or eoanittees, subsequent to
approving the subject contractor or sol—=nt..ractor; shall arrange for the
dispatch of apprentices to the Cmtr-:::or or subcontractor in order to
comply with this section. There shall be an affirmative ditty upon the
joint apprenticeship ommnittee or committees administerr rg the
apprenticeship standards of the craft or trade in the area of the kite 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 sub it individual applications for approval to
local joint apprenticeship committees provided they are already cowered by
the local apprenticeship standards. The ratio of apprentices to
journeymen who shall be employed in the craft or trade on the public work
my 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 eoxrered by this section, 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 contractor that he employs
apprentices in such craft or trade in the state on all of this contract on
an annual average of not less than one apprentice to each five journeymen,
the Division of Apprenticeship Standards may grant a certificate exempting
the Contractor for 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 ($30,000.00) or twenty (20) working days or to
contracts of specialty omTtractors not bidding for work through a gW ral
or prime contractor, involving less than two thousand dollars ($2,000.00)
or fewer than five (5) working clays.
11Apprentieeable craft or trade," as used in this section, shall mean a
craft or trade determined as an apprentiosable occupation in accordance
with rules and regulations prescribed by the Appnenti.cesship Council. The
joint apprenticeship committee shall have the discxetio-, to grant a
9
certificate, which shall be subject to the approval of the Rd dnistrator
of Apprenticeship, exerting a contractor fray the 1-too-5 ratio set forth
in this section when it finds that any one of the following conditions are
met:
(a) In the event unemployment for the previous three nth 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 crate 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 arprentice 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 represents
Contractors in a specific trade frcma 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
committees, provided they are already covered by the local apprenticeship
standards.
A Contractor to whom the contract is awarded, or any subcontractor under
him, who, in performing any of the work, under the contract, Toys
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 contributing, 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 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 cmq:)Zting 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 prim contractor.
All decisions of the joint apprenticeship cmaRittee under this section
are subject to the provisions Of Section 3081. (Amended by Stats. 1976,
Ch. 1179)
10
1777.6 It shall be unlawful for an employer of a labor union to refuse
to accept otherwise qualified employees as registered apprentices on any
public works, on the ground of the race, religious creed, color, national
origin, ancestry, sex, or ace, exoept as provided in Section 3077, of such
employee. (Amended by Stat. 1976, Ch. 1179)
1777.7 (a) In the event a Contractor willfully fail:; to damply 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 nonoopliance is
made by the Administrator of Apprenticeship; and
(2) Forfeit as a civil penalty in the sum of fifty dollars ($50,00)
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 investigation, a
fair and impartial hearing, and reasonable notice thereof in accordance
with reasonable rules and procedures prescribed by the California
Apprenticeship Cote-,cil.
(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 stage
entity, or in the equivalent fund of an awarding body if such awarduq
body is an entity other than the state.
The interpretation and enforcement of Sections 1777.5 and 1777.7 ahall 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 subcontractor
under dim, to pay not less than the said specified rates to all laborers,
workmen, and mechanics employed in the execution of the Contract. It is
further expressly stipulated that the Contractor shall, as a penalty to
the City, forfeit twenty-five ($25.00) for each calendar day, or portion
thereof, for each laborer, workman, or mechanic paid less than the
stipulated prevailing rates for any work done under this Contract by e`ii.m
or by any subcontractor under 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 subcontractor to
employ on the project under this contract, any person in a trade or
occupation (except executives, supervisory, administrative, clerical, or
other non-marmal workers as such) for which no minimum wage rate is herein
specified, the Contractor shall iw*3d iateiy notify the City, who will
promptly thereafter determine the prevailing rate for such additional
trade or occupation and shall furnish the Contractor with the minim= rate
based thereon. The minimum rate thus furnished shall be applicable as a
minimum for such trade or occupation from the time of the initial
employment of the person affected and during the contmumnoe of such
employment.
it
22. ACCMERr PREVENTION. Precaution shall be exercised at all times for
the protection of persons (inclusirg employees) and property. The safety
provisions of applicable laws, building and construction codes shall be
observed. Machinery, equipment, and other hazards shall be guarded or
eliminated in accordance with the safety provisions of the Construction
Safety Orders issued by the Industrial Accident Commission of the State of
California.
23. PAS. Payment will be made in accordance with the attached
payment schedule. 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 hard to the City, or in lieu of such
certificates, shall deliver to the Contractor, in writing, under his hard,
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 of completion. 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
same shall become due and payable.
In case the City's representative delivers the writing aforesaid, in lieu
of the certificates, then a compliance by the Contractor with the
requirements of said writing shall entitle the Contractor i:o the
certificates.
The payment of progress payments by the City shall not be construed as an
absolute acceptance of the work done up to the time of such payments, but
the entire work is to be subjected to the inspection and approval of the
City, and subject to whatever inspection and approval may be required by
law.
24. PR nMMON OF PU81.IC UrILITIEoS. The City shall be respont>ible as
between the parties to this Contract only, for the rural, relocation, or
protection of existing public utilities, if any, located 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 Contractor for costs incurred in
12
relocating or repairing damage to utility facilities not indicated in the
Plans and Specifications, other than service laterals when the presence of
such utilities on the construction site can be inferred from the presence
of such visible facilities as buildings, and meters and jurv.-tion bcoces on,
or adjacent to, the construction site. The Oantractar shall not be
assessed liquidated damages for de--ay in oompletion 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
removal or relccation of the existing utility facilities. If the
Contractor while performing the Contract discovers utility facilities not
identified by the City in the Contract plans and Specifications, the
service laterals as hereinebove described, he shall immediately notify the
City in writirvg.
25. CwimcmR'S REsmNsIHILY'I'Y FbR imE WORK. The contractor shall not
be respr-nsible for the cost of repairing or restoring damage to the work
caused by an Act of Cod. NEvmmumzSS, the contractor shall, if the
insurance premiums a separate bid item, obtain the insurance to indeY-*fy
the City for any damage to the work caused by an Act of God. "Acts of
God" shall include only the following O=wrenoes cr oonditions 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 California or by the President of the United
States, or were of a magnitude at the site of the work sufficient to have
caused a proclamation of disaster or state of emergency having occurred in
a populated area. Subject to the ¢oregoing, the City shall not, in any
way or manner, be answerable or vefer loss, damage, expense or liability
for any loss or damage that may happen to said building, wrrk, or
equipment or any part thereof, or in, on, or about the same during its
construction and before acceptance.
26. CONTRACMR'S GL17LrZANTEE. The Contractor unqualifiedly guarantees the
first-class quality of all workmanship and of all materials, apparatus,
and equipment usect or installed by hum or by any subcontractor of supplier
in the project which is the subject of this contract, unless a lesser
quality is expressly authorized in the Plans and Sis-acifications, in which
event the Contractor unqualifiedly guarantees 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, re-maled to the City within one (1) year of the date of
acceptance of ccupletion of this Contract by the City, the Contractor will
forthwith remedy such defects without cost to the City.
27. MQUIDATED DAI+'F1GES. Time shall be of the essence of this
Cuntract. 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 s!hall become liable to the City
for liquidated damages in the sun of ONE HUNDRED FIFTY DOLLARS ($150.00)
for each and every calendar day during which said work shall remain
urKxuPleted beyond such time for eampletion or unlawful extension thereof,
which sun shall be presumed to be the amount of damage t2�3reby sustained
by the City since it would be impracticable or ex�ely difficult to fix
be deducted by the City from moneys due the Contractor hereunder, or his
assigns and successors at the time of completion, and his sureties shall
be liable to the City any excess.
28. ADDITIONAL PROVISIONS.
None 13
�C.,.e...:�...................
STATE OF CALIFORNIA On this.../.,f. 7.........day of....�:-..,.� .in the year
' ss. I ,"S'S before me,
COUNTY OF.: r: a Notary Public,State of California,
duly licensed and sw rn,personally appeared..................................
OFFICIAt SV_*.1.
, - r�,i z: personally known to me(or proved to me on the basis of sa isfactory evidence)
3- MARG R T 3 EI# c
N� P A r `.; ;,,� to be the person who executed the within instrument as
SAi ETA _LARA _c>u!�TY or on behalf of the corporation therein named and acknowledged to me that
My Cosmnisslen Expires April 25, 1991 9 such corporation executed the within instrument pursuant to its by-laws or a
{ tsY.+iix�if3cii;J4^t,�:wv�dctav? resolution of its board of directors.
IN WITNESV' WHEREOF I have hereunto set my hand and affixed
my official seal in the............................County of ! x:r........
Ilia doaanma is Q*a Uft"I f"WMc+apt'be WNW for am m annge ........on the date set forth above in this certificate.
oenseenona and of no way sets,d is"m w to act,as a afsoaae to me
adet>e of an attorney.The QruflB*does not mate any warranty sham en"m a mead M to ma `' <. :< • ��f i^�'• z-
WA r of OW°'avSan a ere SwMb M Of tMae forma m any soecft vansKIM Notary Public,State of California
Cowdery's Form No.28—Acknowledgement to Notary Public—
Corporatios(C.C.Secs. 1190-1190.1) (Rev. 1/83) My commission expires _ _.�
P. 0. No.
IN W1'nass 4vk0mmF, the parties have executed this Contract, in
duplicate, the day and year first hexeinabove written.
CITY OF CUPOM110
Approved as :o farm Mayor:
4��CiAttor City Clerk:4��K
Date/City Clerk: CA
CONTRACIOR: �tk
1 Notary adowwledgment required.
I$ a corporatican, corporate seal
and corporate notary
aclumledgment required.
Project Name and Number: RBOONS'TRUC'I7:ON OF CURBS, C1TPI RS AND SIDF3aA M
PRfa= 91-103
Contractor's Name: R.H. WEMER. CONSZRUCTICN CO.
Contractor's Address: 390 MARIW AVE., SANTA. CLARA, CA. 95050
Contract Amount: SIXTY NINE THDUSAND THREE HUNWZD DOLLARS AND 50/100
($69,300.50)
Oontract Acoount. Number: 110-8403-720
14
1990 CAPITAL nGTDVff4ENr PAYMENT' SCIEMLXE
QUANTITIES Cur OFF D= CHECK RELEASE DATE
FRMAY 5:00 PM FRIDAY
JANUARY 11 JANUAW 25
FTBRUM 8 FAY 22
MAC 8 MARCH 22
APRM 5 AFRIL 19
MAY 3 MAY 17
MAY 31 JUNE 14
JUNE 28 JULY 12
JULY 26 per+ 9
ALTG W 23 SEPTEMBER 6
SEPI`EMBER 20 OCTOBER 4
OCTOBER 18 NOVEMBER 1
NOVF1BER 15 NOVE2MBER 29
DECFNBE R 13 DECEMBE R 27
15
PROPOSAL
RECONSTRUCTION OF CURBS, GUTTERS AND SIDEWALKS
PROJECT 91-103
TO THE DIRECTOR OF PUBLIC WORKS, CITY OF CUPERTINO, STATE OF CALIFORNIA,
SANTA CLARA COUNTY;
Dear Sir:
in compliance with the Specifications furnished for the Reconstruction of
Curbs, Gutters and Sidewalks, Project 91-103, I, the undersigned, hereby )
declare that I have read the proposal requirements and hereby propose to '
do all work required to complet®, the said work in accordance with the
specifications and/or plane for the amounts set forth herein on the
incorporated schedule.
The work shall consist of furnishing of all labor, equipment and materials
necessary for the removal and reconstruction of certain concrete curbs,
gutters and sidewalks complete in place, in accordance with the special
provisions and the City of Cupertino Standard Specifications and Details.
The contractor is cautioned that utilities and/or sprinkler systems exist
with this project and he will be required to use extreme caution to
prevent any damage. Any damage to the existing utilities shall be
repaired at the expense of the contractor.
A bid bond in the amount of ten percent (10%) of the base bid is required.
BID EST.QTY.
ITEM UNIT ITEM
1. 4,706 SF Remove 5 reconstruct concrete $ /SF s 2-1.
sidewalk complete & in place
Dollars/SF
2. 1,376 LF Remove & Reconstruct concrete $ `Ly /LF $ e
curb 6 gutter complete S in
place i�.:�.9 r,� Go� r
TX,%lea-,
Dollars/LF
or
3. 631 SF Remove S reconstruct five S /SF
inch (5") PCC driveway complete
& in place for boa t_
" o ((n I'r
Dollars/SF
Proposal Page 1 of 7
4. 1176 LF Provide for root cutting of $ �- Y /LF $ ��•Z-
street trees complete & in
place for __ ear,
D.,llare/EA CC
S. S1 LF Remove & reconstruct concrete $ �'� s /LF
i rolled curb & gutter com.Elete
& in place 'Two a ►- •,r
I 1 n •9
4
Dollars/LF
6. 150 LF Saw Cuts $ � /LF
? cr4s
Dollars/L.F
00
7. 1103 SF Remove paving material $ , /SF $ �`u
from park strip -.=Zq car.-
Dollars/SF
8. M SF Construe'•. sidewalk tran- $ V ^ /SF $
sition �.,r t, later. f=A�rt C,re,
9. 1 LS Construct drj vewayT-4 Arc S \?_o.-? /LS $ e"1
TOTAL
ALTERNATIVE BID: `Ci G KA
AID EST.QTY.
ITEM UNIT ITEM
1. 1,376 LF Remove & reconstruct con- $ L�f /LF
crate, curb & gutter with
120 wide concrete at lip
of gutter complete & in
place
2. 51 LF Remove & reconstruct con- $ Z-1
crete rolled curb & gutter
with 120 wide concrete at
lip of gutter complete &
in place T•.:r.�\-� S �. �:��.� •�
7•�
3. 1,42.7 LF Place lamp black on con- S C _ /LF
crate in R.C. area at lip
of gutter P.&' c C e r,i�_,
Proposal Page 2 of 7
z
I, the undersigned agree that if this proposal is accepted, I will
enter into a contract with the City of Cupertino to provide all neceseary
machinery, twls, 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
La in all respects fair, and without collusion or fraud.
I, the undersigned recognize that the Director of Public Works of
the City of Cupertino will reserve the right to establish the priority of
one job over another and each starting date where conflict of construction
schedules occur.
Attached hereto is the rewired certified check or b.1d bond in the
Ci'
amount of S %o �b •rtl, as required by law and the Notice to Bidders
(10% of bid amount)
BID PROPOSAL PAGO 3 OF 7
A. BID DOCUMENTS, Continued
BIDDER QUALIFICATION FORM
In further compliance with the specifications furnished, the
undersigned submits the following statements as to his experience and to
his qualifications as a part of this proposal, and the truthfulness and
utterance of the information is hereby guaranteed.
(1) How,many yease has your organization been in
business under its present name? �.
(2) How many years experience in work comparable with
that rewired under the proposed contract has your
organization had by this or any other name? -
(3) Contractor's License No.
State of California, Classification
Expiration Date
(4) List work similar in character to that required in the
proposed contract which your organization or personnel in
your organization has completed within the past 3 years.
Year Class, Location of Work and for Whom Performed Contract Amount
�'�� ��� �7m '�:'c_. "_ fre�t,c �epf+ `�P'✓i :Za'�o-1 � ,G"�c'�
�3 J i to �:mac. I`'l. �,(__ C�F�j�. ."f► 1�,Cr:�?
Der,/1
BID PROPOSAL PAGE 4 OF 7
A. BID DOCUMENTS, Continued
Name of proposed Sub-Contractors, if any
I
f (Section 4104, Government Code)
1.
2.
3.
4.
S.
6. /
Address if Shop or Office of Sub-Contractors
(Section 4104, Government Code)
1.
2.
3. i
4.
5. '
6• O
Work to be performed by Sub-Contractors
(Section 4104, Government Code)
1.
3.
4.
5.
I 6.
I
i
BID PROPOSAL PAGE 5 OF 7
t
-_ ...� ..�........�,...�+.... _._. ,..ter..
A. BID DOCUMENTS, Continued
IF YOU ARE AN INDIVIDUAL, SO STATE. IF YOU ARE A FIRM OR CO-PARTNERSHI?,
STATE THE FIRM NAME AND LIST THE NAMES OF ALL INDIVIDUAL CO-PARTNERS
COMPOSING THE FIRM. IT A CORPORATION, STATE LEGAL NAME OF CORPORATION,
ALSO NAMES OF PRESIDENT, SLCRETARY-TREASURER AND MANAGER. THE CORPORATE
SEAL MUST BE AFFIXED. THE INFORMATION CONTAINED IN THIS BID IS BEING MADE
UNDER PENALTY OF PERJURY.
TYPE OF BUSINESSt Individual:
Co-Partnership
C-Corporation C'n-CN
Joint Venture
Other
(Describe)
Name and Signature of Bidder:
1.:'t' $-•r 'f' c �,� /T- c%S / (Print)
►� Af Lr�l2 b o`a - vS i nature
g )
Address (Both mailing and location addresses) :
?f1c fin- e, n �11E_ nn
Telephone Number:
Date:
Addendas Received:
2 3 4 5
BID PROPOSAL PAGE 6 OF 7
I
NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY
BIDDER AND SUBMITTED WITH BID
State of California se.
County of C)r1-Il n (r)')n
FItZ�� =--.-. being first duly sworn, deposes
and says that he or she is c.,c �' �'� of �� +—'�� .ter C•:'��1
the party making the foregoing bid that the bid is not made in the
interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation; that the bid is
genuine and not collusive or sham; that the bidder has not directly oz
indirectly induced or solicited any other bidder to put in a false ar 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; that 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 interest in the proposed contract; that
all statements contained in the bid are true; and, further, that the
bidder has not, directly or indirectly, submitted his or her bid price or
any breakdown thereof, or the 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.
Name and Signature of Bidder:
(Print)
(Signature)
Date:
BID PROPOSAL PAGE 7 OF 7
• r ❑FIREMAN'S FUND INSURANCE COMPANY
❑THE AMERICAN INSURANCE COMPANY
NATIONAL SURETY CORPORATION BM OR PROPOSAL BOND
ASSOCIATED INOEMNITY CORPORATION
)f;ib, lleEfMpoI nM LJ AMERICAN AUTOMOBILE INSURANCE COMPANY
KNOW ALL MEN BY THESE PRESENTS-
That We, R.H. WEHNER CONCRETE CONSTRUCTION CO. , INC.
(hereinafter called the principal),as principal,and THE AMERICAN INSURANCE COMPANY a corporation organ-
ized and doing business under and by virtue of the lows of the State of NEBRASKA ,and duly licensed for the purpose of
making, guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State ofCALIFORNIA
as Surety,are held and firmly bound unto CITY OF CUPERTINO (hereinafter called the Obligee)
in the)ust and full sum of TEN PERCENT (102) OF THE TOTAL AMOUNT BID-----------------------------------
Dollars (S---------102------) lawful honey of the United States of America, for the payment of which, well and truly to be
made, we hereby bind ourselves and our and each of our successors and assigns. jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above bounden principal as aforesaid, is about to hand
in and submit to the obligee a bid or proposal for the
RECONSTRUCTION OF CURBS, CUTTERS AND SIDEWALKS
PROJECT NO. 91-103
STATE,OF CALIFORNIA
E'URNIA On this... �'. !/ da r r y oC.... 7' .,in the year
' ss. %.yi.....
COUNTY OF.�./•, :{�"•` �:��•,.. .........,:. .... .... ...�:................ before me,
.....................
•....,n Notary Public,State of California,
duly licensed and swor erson ly appeared.
GC--if...... ' ...:' " ... ;y............ .....................
t �. cx�tx�es�cp personally known to me(or proved to me on the basis of satisfactory evidence)
l I A E SEAL to be the person who executed the within instrument as
QOM or on behalf of the corporation therein named and acknowledged to me that
CALif0VQIA
t LAPA COUNTY such corporation executed the within instrument pursuant to its by-laws or a
4.1 JHy Commis:ien c',tpire: April 25, 1991 resolution of its board of directors.
ta,I IN WITNESS WHEREOF 1 have hereunto set my hand.and affixed
my official seal in the...................... ' �"
rta�li+MIM4 mq•a.n.vtorm.dnonmart»p�wauNM ,County Of..clsZ :.��?�.......
. r'� ..••••••••.•••••••..,on the date set forth above in this certificate,
tanascwi,w s.m,ra,.cn.a n+eoreoam m ul.n e aOpRq,4t b
*0 " yof6 Mown
Amsro+mw a ye.agm,.ytrr.�rpogq+o6,tlaabM .�
trpv.nao,a an,no+nm a w awaoaoy a ttr,r amr a ergr pwue traiu.tsn,. '� �<'1'd:�Y!f -.�i'�•-a`e.....
Cowdery's Form No.28—Acknowledgement to Notary Public-- Notary Public, State of California
Corporation(C.C.Seca, 119o-1190.1)—(,Rev. 1183)
My commission expires
XXJCA
Ill_f
° NO Y PUBs If ONNIn By
• °tt +6(;f t�.�)" yANln LLAl1A CUUN)Y JODY JOHN. �- _--- Attorney-in-Fact
•in•Fact
MV Euctnrssion hpues Oet 11.IW2
GENERAL
POWER OF
ATTDRNIBY IRE AMERICAN INSURANCE COMPANY
KNOW ALL MEN BY THESE PRESENTS: That THE AMERICAN INSURANCE COMPANY,a Corporation incorporated under the laws of the State of
New Jersey on February.10.1946.and redomesitcated to the State of Nebaaska on June f.Imo,and having its principal office in the City of Omaha.State of
Nebraska,ha%rnade,constituted and appointed,and dues by these presents make,constitute anJ appoint
l --- JODY A. JOHNSON ---
SA.N JOSE CA
its true alid lawful Atturney(s)-in-Fact,with full power and authority herebyeonferred in its name,place and stead,to execute,seal,acknowledge andsl4ver any
and all hands,undertaking,recognizances or other written obligauuns in the nature thereof -----------------------------------
and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President, scaled with the corporate seal of the
Corporation and duly assessed by its Secretary,hereby ratifying and confirming all that the said Auurney(s)-in-Fact may Jo in the pn:miscs.
This power of attorney is granted pursuant to Article VII,Sections 45 and 46of By-lams of Tiff AN IRICAN INSURANCE COAIR3LNY now in full force and
effect.
"Article VII.Appoiolmeal momd Aurbortby of Resident Sertrd*rfes,Attoraeys-in-Farr end Agents to ampr Legal Proem and Make Appeareneev.
Section 4S.Appointment.The Chairman of the Board of Directors, the President, any Vice-Presidenl or any other person authorized by the Board of
Directors,the Chairman of the Board of Directurs,the President or may Vice-Presideol may, Freon time to time,appoint Resident Assistant Secretaries and
Attorneys-in-Fact to represent and act for and en behalf of the Corporation and Agents 10 accept legal process and make appearances rue tied on behalf of the
Corporation.
%ection 46.Autbority.The authority of such Resident Assistant Secretaries,Attorneys-in-F'acl and Agents shall be as prescribed in the instrument evidencing
their appointment.Any such appointment and all authority groused thereby may be revoked at may time by the Based of Directornor by any person empowered to
make such appointment
This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of THE AMERICAN
INSURANCE COMPANY at a meeting duly called and heid on the Jlst day of July,t964,and said Resolution has not been amended or repealed:
"RESOLVED, that the signature of any Vitae-President, Assistant Secretary, and Resident Assistant Secretary of this Corporation, and the seal of this
Corporation may be affixed or printed on any power of attorney,on any revocation of any power of attorney,or on any certificate relating thereto,by facsimile,
and any power of attorney,any revocation of any power of attorney,or certificate bearing such facsimile signature or facsimile seal shall be valid and binding
upon the Corporation,"
IN WITNESS WHEREOF,THE AMERICAN INSURANCE COMPANY has caused these presents to be signed by its Vice-President,and itscorporate seal to
be hafts nto affixed this 18 C h day of January 19 91
� � •s
THE AMERICAN INSURANCE COMPANY
,�.••r°
i
ks
By
Vi¢•Yrea,Jem
STATE OF CALIFORNIA
ss.
COUNTY OF MARIN
On this 18t h day of _ January , 19 91 before me personally came R. D. Farnsworth
to me known,who,being by me duly sworn.did depose and say:that he is Vice-President of THE AMERICAN INSURANCE COMPANY,the Corporation
described in and whichexecuted the above instrument;that he knows the seal of said Corporation;that the seal affixed to the said instrument is such corporate
seal;that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name thereto by like order.
IN WITNESS WHEREOF.(have hereunto set my hand and affixed my official site,the day and year herein First above written.
�tesnuusaaeeue+eeeeseeeeeaueeoeeetweaasnemamsa■
s OFFICIAL SEAL
e I M. VANDEVORT S
NOTARY PUBLIC-CALIFORNIA fio Ptmt.+r Public
. Principal Olfica In Maria Courtly
Mr Csomnsiai fapins Aug.28.1"1 k CERTIFICATE
itnaeusrwetnueeeeestmnaeeeeeueewuteaunaenueae
STATE OF CALIFORNIA
ss.
COUNTY OF MARIN
1,the undersigned.Resident Assistant Secretary of THE AMERICAN INSURANCE COMPANY,a NEBRASKA Corporation,DO HEREBY CERTIFY that
the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked;and furthermore that Article V11,Sections 45 and 46 of the
By-laws of the Corporation,and the Resolution of the Board of Directors;set forth in the Power ol•Attorney,are now in force.
Signed and sealed at the County of Marin.Dated the 2 8TH day of MARCH , 199_j,-__,
�•�N 1M�yi. oriC.
', • i
11-4cn,Awma a StRtaay
160711-TAfi 9111REV)
CITY OF CUPERTINO
INTERDEPARTMENTAL Date APRIL 10„ 1991
To CITY CLERK From PUBLIC WORKS--SUMI
Information MESSAGE: RECONSTRUCTION OF CURBS, GUTTERS AND SIDEWALKS _
C1 Implement PROJECT 91-103 (CC 4/1 91)
C1 Investigate I
C1 Discuss 1. THREE SETS OF CONTRACT FOR PROCESSING.
�I See me 2. ONE COPY EACH FAITHFUL PERFORMANCE BOND AND LABOR AND MATERIAL
Reply
BOND. THE AMERICAN INSURANCE COMPANY, NO. 11141409059
3. CERTIFICATE OF INSURANCE, 2/11/91.
SM
ENCL.
Reply: R. H. Wehner Construction Co.
390 Martin Avenue
_'IGNED: DATE
Send parts 1 and 2; retain part 3 for follow-up; part 2 to be returned with reply
CUSTOMER : 127(� T I t i C• A I E 0_F I i' J_U H A ?t i UE 'ATE; _!!1. 1
_ Yr ____ __T1 1 lilc CERTIFICATE ISISS!'ED A5 A—tIATTEP OF NF9RMAITON OP" 40fl CONFERSWOL„ CER
DORSEY,HAZELT:`sE' r 41 NNE ? NO RIGHTS UPON THE CERT?FICATE HOLDER. HIS ERTI"C+T� DOES NOT Pi1END,w
�' ".3 {.'T i A' T Y" i En R r r T' - POLICIES , 1w
F.0. BOX ,,•' ! L X,EtID OR h IER HE +�O��r,AuE AFrORItE,! c!Y HE rlf_I+ Is :� i.EL...�.
FAN ALTO
C A CO?iF'ANIES F:Fr=;__RPINC COVERAGE
4 !
i COMPANY LETTER ATkANSCONTIN�ENTr"",L
'--------_ - - _ -_-------t �
i
COMPANY LE'TTFR B TF•ANSP0RTAT1 4U�..
INSURED
R.H<WTHNEG rdi COMPANY LETTER C :'-LIF- -r0 GE ;APP 81991
CONE TRUL I N t t t+_,
3Pt ti�,RTit FP;'c CDNPANIY LETT-R Ii RF�'U!iLTC Ittii:h011'i
n
Irrl PllfVl 9ciWC _. .t';F'{;NY LF:T''i
COVERAGE`
�" -T.Y T C(' 1'�C Tiir �.n'{(' CTr , i I HAVE PE TCC r T T C •-•+'nz= i+;'.. + ABOVE R T r -'OL
THIS IS TO CER T THAT POLIF;-ES ;, .t,:)URANCE LI�tcI! BELOW i+.� vEi; ..DUEL! ,G tH1. IN�u:;_D <it1EL _�� FOR ;H IC't
E Ip Iry r l+ I \ l T lT +C S C)7 Y }3 rr•pr1 rp
�FIGHI}Tilla� lItuIrlNiPn' t3i!jGL, 1�rLl .StO1R ���!iNrFTEsjilt5 �itEONFgnf# GYNiLt{°O��ICE` Er+ r: lt NEE�I�1F`i�ailJEfT
Ir H' ! l il r:C SEEN nr`�+Eu L: r! VL n
IrfS.FQTL �!0 HALL THE TERMS. �f :_tIOIr, AND ��NIT-t�t- OF > i{ -" i I_�E
------------
13 F';DL1C FC;L1CY
n vn T r,rr•P r.,rt .:j ss r y^rr !-r ALL r: u� +-r.;
LTR TtrE OF 1td.,r,�NCE r.;�I i'UitBC.F. Er,-. !A EXP. `DATE ALL LIMITS IN THOUSANDS
ti,''Ni.Font I hI'1LIlY --,--_____.__...____.--------_-- _ !
AlY, r �,, n�+Tn' i�r. ! ,�1 fray t'"`r<r�.y1 i� t)i�fi:. rr. !� Tr .+7 �t
, O iMEni ink ' Et 1C:»_ t_. : . - r` AGGREGATE 1FE.�Ar� u_;4t,'?
n r i,+T a r C rr 1 r tl it {`�;{ inrr 4rvi i`h1TC '1(t",
! f T E 7 3 ! ``t 11 + .T r a h}�R •h1 7u
f ' rN'3lE�'E {_tlllTr i tir l r ..T r, -: nC- „'t t DVS-RT vTk r JURY
�'
0 R , _t; ,.,._,Or,._ PE l- -VE_ Lh:` Oi�`, r l+ter .h,� tI_,�r,f $1,JC,Q
Et;LH OCCURRENCE $1 t 001
r,� E+ �� rr c
I i I FIRE L�r<.HAGr (At-IV ONE RE) $ �0
MC 111:.-AL. EXrEt'!`.'E t,ANY ONE iERSONd $ �
--------------------------------------------------------.---_--_.------___--_-_---_--_--_
IAUTOt�OBILE LIABILITY i
BI (X) ANY AUTO i 8�6�CjS 7 Ci2r`01!a1 02,'01!92 1 CS,L $1,O00
t ) ALL Of-,WD AUTOS i ; BODILY TP;J'jF:Y
1 rr t s,.T tr- fi o
t SCHC.IiULED r; :[;•D ! {F'Et PERSOh::
n�•
iX HIREDriU'i S ! BODILY IN._I')r„i NO'—OW4ED AUTOS ( j {F`ER ACCIDENT. �
I } GARAMGE Lir:Fl lit tT FR0PERTY
I j I DAMAGE
T• �! T� i
,
C U IRTRE 4C E hGJRFUA!F
Cl t) I MP,ELL.^ E 'R`il
t r Tyra ,� `! r r0n.:
� ; I
ri L ;rF
4 r r t,' C t fkSt iS `1 :. P rArC Hnn (nnc l l T� 41t ��-•
fil,l..•}Ir�.
i Arils iL`1 ili>EriF'E-F'ui
runt=i T rT1 i { 'ial, i rFn_•r i
!c1�F'l_OIrl'i LiAT.'11-ITj ti,+000 .DI;, r,,,r-E CH EMPLOYEE)
i
l OTHER,
j
i
_ -f'(•`"_ _i_y- _C nn�..r{,'- }A---_-V + ITn rr• ,n-r nl T f,
DEc.1RIFTiON OF OPEnA7'TUI S!10 tiT ONSiVEH CLE-DI'"PECIAL IT
ALL OPERATIONS OF NAMED INSURED AS COVERED BY POLICY AND ALL ENDORSEMENTS THERETO AS RESPECTS:
RECONSTRUCTION OF CURBS, GUTTERS AND SIDEWALKS — PROJECT 91-103
ADDITIONAL INSURED ENDORSEMENT (PRIMARY) ATTACHED.*
CERTIFICATE HOLDER CANCELLATION
CITY OF CUPERTINO SHOULD ANY OF {HE ABOVE DESCRIBE[, POLICIES BE C ' a ORE THE EX—
ATTN:CARMEN LYNAUGH F'SSRgqTTIION! TE THEREOF, THE ISSUING COMPANY WILL MAIL 30 DAYS
10300 TORRE AVENUE I G'fiiTTEN NOTICE TO THE CERTIFICATE HOLDER NAMED
CUPERTIWF,C�D95014 I
---------------------
j AUTHORIZED REPRESENTATIV — r(
ANTHONY r_. WYNNE .
.Ww�!;S _ eNOCRUZZUEN® CSANGF_z' T'RS RCUC". PLEASE PeAb. r, C:4REFF'n ,�..
ACOMONAL tNSUREM-OWN ERW'Sup, LESSEE= OR COS RAC'i ORS
This enaomemem m®difies ins=3tp orovidec under me ftilowirV
=MMERCIAL GZN&RAL LIABILITY =VZ-UGE PAPS
WHC I.Q. M INESUFM (Section in is amended to iftuce as 2n temcred the ov=n or arpr=ucn shown in
Scieduie. but only with rescec to Babiuty arising out e: 'your work' for titAt irtsutec by or for you.
NAME OF ==PS°:°N QF 09CANt"1" N:
CITY OF CUPERTINO, ITS OFFICERS AND EMPLOYEES
AS RESPECTS: RECONSTRUCTION OF CURBS, GUTTERS AND SIDEWALKS - PROJECT 91-103
THIS INSURANCE 13 PRIMARY WITH RESPECT TO THE ADDITIONAL INSURED, ANY
MER INSURANCE AVAILABLE TO THAT PERSON OR ORGANIZATION 13 EXCESS AND
NONCONTR I BUT I NG.
STATE 4)F CALIFORNIA On this ..........day of...... _:`:....................in the year
COUNTYOF. `' t - ......... ..............................before me,
` '' v ' G...........,a Notary Public,State of California,
duly licensed and sworn,persopally appeared..................................
.................... .......
{ A. personally known to me(or proved to me on the basis of satisfactory evidence)
hg to be the person who executed the within instrument as.t:-.-<-;st ,./.A -. ......
or on behalf of the corporation therein named and acknowledged to me that
such corporation executed the within instrument pursuant to its by-laws or a
My Cctnh': Fv,�?ir r1, r", 1741 v
resolution of its board of directors.
IN WITNESS WHEREOF I have hereunto set my hand and affixed
my official seal in the.......•....................County of.. =<........
F
M3 d=wnem b sty a panel ran,whch may bO pmpet for use m SMVie ..fr�', ,ed;[:;(: ......... ......on the date set forth above in this certificate.
traneSC40na and n W way ors.m m a+roMad to ed,m e akamute to 7n
WvW d en wi moy.The M^ta does rot mate 4MW eapresa a MWred as to are
"W V*AWy Of any plwWen a tin UAM MY Of ma60 iamb M any Spec aC tranBBLtidn
Cowdery's Form No. 28—Acknowledgement to Notary Public— Notary Puolic,State of California
Corporation(C.C.Secs. 1190-1190.1)—(Rev. 1183) My commission expires
BOND NO. 11141409059 FAITHFUL PERFOR.MM4CE BOND
PREMIUM: $624.00
KNOW ALL, MEN BY TfiiLS E PRESENTS:
THAT WE, R.H. VEHNER CONSTRUCTION CORMX
as Principal and THE AMERICAN INSURANCE COMPANY
as Surety are held and firmly bound unto the City of Cupertino, State of California,
in the sum of SIXTY NINE. THOUSAIID iiREE HUNDRED AND 50/100------------------- Dollars
($69,300.50----------------) lawful money of the United States, for the payment
of which will and truly to be made, we bind ourselves, our heirs, executors,
successors and assigns, jointly and severally, firmly by these presents.
THE CONDITION of the above obligation is such that,
WHEREAS, the Principal has entered into a contract dated APRIL 1, 1991
with the Obligee
to do and perform the following work to-wit:
RECONSTRUCTION OF CURBS, GUTTERS AND SIDEWALKS
PROJECT. NO. 91-103
NOW, THEREFORE, if the said Principal shall well and truly perform the work
contracted to be performed under said contract, then this obligation shall be
void; otherwise to remain in full force and effect.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal
and Surety this 1ST day of APRIL 1991
STATE OF CALIFORNIA
5S.
County of Santa Clara
R.H. WEHNE ,CON�STRUCTION COMPANY
OnAFM—1,..199 ......before me, Daxx E sParza
Notary Public, State of California, duly commissioned and sworn,
erne l e Com to
personally appeared...�'�...............F?.....personally known B
to me to be the Attorney-in-Fact of the Corporate Surely that Pr':Ivxipal
executed the within instrument, and known to me to be the person
who executed the said instrument on behalf of the Corporation
herein named and acknowledged to me that such Corporation
executed the same. THE AMERICAN INSURANCE COMPA'.1Y
IN WITNESS WHEREOF, I have hereunto set my hand and affixed Surety
my official seal in the C,64nty of. V4A.W.3FA.... the day and
year in this certifica t' st a written.
/ - By:
..
Attorney-in-Fact
.�. PIERRE LE COMPTE
this day of 19
DAXX ESPAHZA
NOTARY F URLIGCALIFORNIA
�,f r1 SANTA CLARA COUNTY
MV CommisSitm ftDues WE 11 ty9?
BOND NO. 11141409059 LABOR AND MATERIAL BOND
PREM MM: INCLUDED IN FP BOND.
KNOW ALL MEN BY THESE, PRESENT:
WHEREAS, the City of Cupertino, State of California, and
R. H. VEHNER CONSTRUCTION COMPANY
hereinafter designated as "Principal" have entered into or are about to enter
into a contract providing for the installation, construction, and erection by
Principal of certain improvements more particularly described in said contract;
and incorporated herein by reference.
WHEREAS, said Principal is required to furnish a bond in connection with
said contract, providing that if said Principal, or any of his or its sub-
contractors, shall fail to pay for any materials, provisions, provender or
other supplies or teams used in, upon, for or about the performance of the work
contracted to be done, or for any work or labor done thereon of any kind, the
Surety on said bond shall pay the same Lu the extent hereinafter set forth;
NOW, THEREFORE, we, the Principal, and
THE AMERICAN INSURANCE COMPANY
as Surety, firmly bind ourselves, our executors, administrators, successors
and assigns, jointly and severally, unto the City of Cupertino, and any and
all materialmen, persons, companies, or corporations furnishing materials,
provisions, provender or other supplies used in, upon, for or abut the perfor-
mance of the aforesaid work contracted to be executed or performed under the
contract hereinabove mentioned, and incorporated herein by reference, and all
persons, companies or corporations lending or hiring teams, implements or
machinery, for or contributing to said work to be done, and all persons who
perform i,,,)rk or labor upon the same, and all persons who supply both work and
material whose claim has not been paid by Principal or by any other person,
in the just and full sum of SIXTY NINE THOUSAND THREE HUNDRED AND 50/100----
----------------------------------------------------------------------------
-------------------------------------------------- ($69,300.50--------------)
THE CONDITION OF THIS OBLIGATION IS SUCH, THAT if said Principal, his or
its subcontractors, heirs, executors, administrators, successors or assigns,
shall fail to pay for any materials, provisions, provender or other supplies
or teams used in, upon, for or about the performance of the work contracted to
be done, or for any work or labor thereon of any kind, or for amounts due under
the Unemployment Insurance Act with respect to such work or labor, or any and
all damages arising under the original contract, then said Surety will pay the
same and also will pay in case suit is brought upon this bond, such reasonable
attorney's fee as shall be fixed by the court.
This bond shall inure to the benefit of any and all persons, companies,
and corporations entitled to file claims under Section 1184.1 of the Code of
Civil Procedure, so as to give a right of action to them or their assigns in
any suit brought upon this bond.
STATE OF CALIFORNIA On this...... 'fir
.......day of.,
SS. 11 . ,,-, I . .1.... .............in the year
....... ... ............... ........................ .before me,
COUNTY OF
.......a Notary Public,State of California,
duly licensed and,§worn,personally appeared....... .........................
fn r z-3
',"I 'J, SPAL Z) personally known to me(or proved to me on the basis of satisfactory evidence)
",IiA'�, -A�UT D. to he the person who executed the within instrument as.t— .........
ry or on behalf of the corporation therein named and acknowledged to me that
x
my co-7�!!�- '21'" 179), 3 such corporation executed the within instrument pursuant to its by-laws or a
,
resolution of its board of directors.
IN WITNESS WHEREOF I have hereunto set my hand and affixed
my official seal in the.................. .........County of. .........
TW doctitnent m"a general twm which may he ixopet tot use in smvk, ... ....................on the date set forth above in this certificate.
"remoons and m w way
aM,w m emended to it".as a subisetute"OW
Wince of an attomey.The P-10,does not make any waffenty e9tW SKVess of implied as to 6V
109W VeJKhtV Of aniY WOW41ii0n iX the ftidadtay Of?ftW WMID M any 94—ft VanlktOw Notary Public, State of California
Cowdery's Form No. 28—Acknowledgement to Notary Public—
Corporation (C.C.Seca. 1190-1190.1)—(Rev. 1/83) My commission expires
Labor and Material Bond Page 2
And the said Surety, for value received, hereby stipulates, and agrees
that no change, extension of time, alteration or addition to the terms of the
contract or to the work to be performed thereunder or the specifications
accompanying the same shall in any wise affect its obligations on this bond,
and it does hereby waive notice of any such change, extension of time, alter-
ation or addition to the terms of the contract or to the work or to the speci-
fications.
IN WITNESS WHEREOF, this instrument has been duly executed by the
Principal and Surety this 1ST day of APRIL 19 91
f _
R.H. ,id1H TE CONSTRUCTION CO. , INC.
BY
(To be signed by Principal Pr1 al'`
and Surety. Notary
acknowledgments required.) THE AMERICAN INSURANCE CGi_'IIANY
Surety
Attorney-in-Fact
PIERRE LE COMPTE
The above bond is accepted and approved this day of
STATE OF CALIFORNIA 19 -
55.
County of Santa Clara
O"IPRIL..1'..1M1 . „before me, Daxx Esparta
Notary Public, State of California, duly commissioned and sworn,
personally appeared...Uerr(�..I.e CUmpte personally known
to me to be the Attorney-in-Fact of the Corporate Surety that
executed the within instrument, and known to me to be the person
who executed the said instrument on behalf of the Corporation
herein named and acknowledged to me that such Corporation
executed the same.
IN WITNESS WHEREOF, 1 have hereunto set my hand and affixed
My official seal in the Count .$A0ti' .GJ.a>a.... the day and
year in this certificate firs ove wr en.
................. ..l .......................
0
• onxx ESP4HZA
'•,4�� tl� NOTARY PUBLIC-CALIFORNIA
SANTA CLARA COUNTY
My COMMIS5100 hpnes Oe; 11. 1992
`• :: 6/17/85
6 0
GENERAL
POWER OF
ATTnRNEY THE AMERICAN INSURANCE COMPANY
KNOW ALL MEN BY THESE PRESENTS: That THE AMERICAN INSURANCE COMPANY,a Corporation incorporated under the taws of the State of
New Jersey on February 20. 1846.and redomesticated to the State of Nebraska on June 1, 1990,and having its principal office in the City of Omaha,State of
Nebraska,has made,constituted and appointed,and does by these presents make.constitute and appoint
--- PIERRE LE COMPTE ---
SAN JOSE, CA
its true and lawful Attorneys)-in-Fact,with full power and authority hereby conferred in its name,place and stead,to execute,seal,acknowledge and deliver any
and ail bonds,undertaking,recognizances or other written obligations in the nature thereof ------------------------------------
and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President,sealed with the corporate seal of the
Corporation and duly attested by its Secretary,hereby ratifying and confirming all that the said Attorneys)-in-Fact may do in the premises.
This power of attorney is granted pursuant to Article VII,Sections 45 and 46 of By-laws of THE AMERICAN INSURANCE COMPANY now in full force and
effect.
"Article VIE.Appointment and Authority of Resident Secretaries,Attorneys-in-Fact and Agents to accept Legal Process and Mahe Appearances.
Section 414.Appointment.The Chairman of the Board of Directors,the President,any vice-rresident or any other person authorized by the Board of
Directors,the Chairman of the Board of Directors,the!resident or any Vice-President may,from time to time,appoint Resident Assistant Secretaries and
Attorneys-in-Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf of the
Corporation.
Section 46.Aurbority.The authority of such Resident Assistant Secretaries,Attorneys-in-Fact and Agents shall be as prescribed in the Instrument evidencing
their appointment.Any such appointment and aB authority granted thereby may be revoked at any time by the Board of Directors or by any person empowered to
make such appointment."
This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of THE AMERICAN
INSURANCE COMPANY at a meeting duly called and held on the 31st day of July,1994,and said Resolution has not been amended or repealed:
"RESOLVED, that the signature of any Vice-President, Assistant Secretary, and Resident Assistant Secretary of this Corporation, and the seal of this
Corporation may be affixed or printed on any power of attorney,on any revocation of any power of attorney,or on any certificate relating thereto,by facsimile,
and any power of attorney,any revocation or any power of attorney,or certificate bearing such facsimile signature or facsimile seal shall be valid and binding
upon the Corporation"
IN WITNESS WHEREOF,THE AMERICAN INSURANCE COMPANY bas caused these presents to be signed by its Vice-President,and its corporate seal to
be hereunto affixed this 18 t h day of January , 19 91_
THE AMERICAN INSURANCE COMPANY
By
Viol-President
STATE OF CALIFORNIA its.
COUNTY OF MARIN I ,
On this da of y 19 before me R. D. Farnsworth
1 th y January °1 personally came ,
to me known,who,being by me duly sworn,did depose and say:that he is Vice-President of THE AMERICAN INSURANCE COMPANY,the Corporation
described in and which executed the above instrument;that he knows the seal of said Corporation;that the seal affixed to the said instrument is such corporate
seal;that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name thereto by like order.
IN WITNESS WHEREOF.I have hereunto set my hand and afP:xed my official seal,the day and year herein first above written.
9 eeueaaeeewoweeeeeeneeweoettmtetweeeeeaemeonegf
x OFFICIAL SEAL Z
J. M. VANDEVORT a
NOTARY F`;IBL(C-CALIFORNIA Mowry Public
Principal Office in Marin County
Mr Commission Expins Aug.28,1992 CERTIFICATE
a
enetoeeewweweweenurautuuoaoenneeeaeeuue e
STATE OF CALIFORNIA
ss.
COUNTY OF MARIN
I,the undersigned,Resident Assistant Secretary of THE AMERICAN INSURANCE COMPANY,a NEBRASKA Corporation,DO HEREBY CERTIFY that
the foregoing and attached POWER OF ATTORNEY remains in full force.and has not been revoked;and furthermore that Article VII,Sections 45 and 46 of the
By-laws of the Corporation,and the Resolution of the Board of Directors;:et forth in the Power of Attorney,are now in force.
Signed and sealed at:he County of Marin.Dated the 1 ST day of_ APRIL , 19 91
'•tt _ — Restdem Assistant Secreta,y
360711-TA-6-901REN t
7i
0
CITY OF CUPERTINO
DEPARTMENT OF PUBLIC WORKS
CALL FOR BIDS
RECONSTRUCTION OF CURBS, GLF"TTRS AND SIDEWALKS
PROJECT 91-10
1 L
BID OPENING 'N
TUESDAY
March 26, 1991
2.00 P.M.
Bert J. Vi.skovich
Director of Public Works
City of Cupertino - Public Works Department
10300 Torre Avenue
Cupertino, CA 95014
Files 50,320
TABLE OF CONTENTS
CONTRACT DOCUMENTS
A. BID DOCUMENTS
1. Notice to Contractors
2. Proposal
B. GENERAL PROVISIONS
1. Definition of Terms
2. Prosecution and Progress
3. Control of Work
4. Control of Materials
S. Legal Relations and Responsibilities to the Public
6. Proposal Requirements and Award of Contract
C. SPECIAL PROVISIONS
1. Location of Work
2. Scope of Work
3. Estimated quantities
4. Explanation of Bid Items
S. Limits of Work
6. Location
7. Time of Completion/Liquidated Damages
8. Traffic Control
9. Maintaining Traffic
10. Notification of Residents
11. Protection of Property
12. Relations with Property Owners
13. Topsoil Backfill and Landscape Replacement
14. quantities
15. Inspection Costs
16. Noise Control
17. Testing
18. Items Not Specifically Included in Description
19. Water
20. Payment
D. DETAIL SHEETS
1. Detail A - Detached Sidewalk
2. Detail 6 - Monolithic Sidewalk
3. Detail C - Bender Board Installation
4. Detail D - Rolled Curb and Gutter
S. Detail E - A. C. Replacement
6. Detail A - Pacifica Ave. Sidewalk
7. Detail G - Stevens Creek Blvd. Driveway
S. Standard Driveway Detail 1-20
E. SIGNATURE PAGE
NOTICE TO CONTRACTORS
City of Cupertino
10300 Torre Avenue
Cupertino, California 95014
RECONSTRUCTION OF CURBS, GUTTERS AND SIDEWALKS
PROJECT 91-103
aaaaaaaaaaaaaaaaaaaaaaaa.:aaasaasaaasaaaasaaaaaazasaaaaaaaaaaaa-aa=aaaaaaaa=a
The City of Cupertino, Santa Clara County, California, invites sealed
proposals for the construction of the work as delineated on the Plans or
in the Specifications, entitled, RECONSTRUCTION OF CURBS, GUTTERS AND
SIDEWALKS, PROJECT 91-103
Said Sealed proposals will be received at the office of the City Clerk,
Room 205, City Hall, City of Cupertino, California, until 2:00 P.M.
TUESDAY, March 26, 1991 at which time they will be publicly opened and the
comparative totals read.
All bids received will be reported to the City Council of Cupertino within
thirty (30) days of receipt, at which time the Council will review and act
upon the bide submitted. Award, if any, will be to the lowest responsible
bidder.
Payment will be made in cash by said City upon submission by the
Contractor and approval by the Engineer of a progress billing which
reflects the value of the work completed. The progress payments made as
work progresses will be payments on account and will not be considered as
an acceptance of any part of the materials or workmanship required by the
Contract. Pursuant to Section 4590 of the California Government Code, the
Contractor will be permitted, at its request and sole expense, to
substitute securities for any monies withheld by the City to ensure
performance under the contract. Said securities will be deposited either
with the City or with a State or federally chartered bank as escrow agent.
Securities eligible for this substitution are those listed in section
16430 of the California Government Code or bank or savings and loan
certificates of deposit, interest bearing demand deposit accounts, standby
letters of credit, or any other security mutually agreed to by the
Contractor and the City. The Contractor shall be the beneficial owner of
any securities substituted for monies withheld and shall receive any
interest thereon.
All proposals or bids shall be accompanied by a cashier's or certified
check payable to the order of the City of Cupertino, amounting to ten (10)
percent of the bid, or by a bond in said amount and payable to said City,
signed by the bidder and a corporate surety, or by the bidder and two
sureties who stall justify before any officer competent to administer an
oath, in double said amount and over and above all statutory exemptions.
Said check shall be forfeited or said bond shall became payable to the
City in case the bidder depositing the same does not, within ten (10) days
after written notice that the contract has been awarded to him, enter into
a contract with the City.
Notice to Contractors Page 02
Contractor shall furnish to City a faithful performance bond and a labor
and material bond as required in said specificationa.
It shall be mandatory upon the Contractor to whom the contract is awarded,
and upon all subcontractors under him to pay not less than said general
prevailing rates of per diem wages to all laborers, workmen, and mechanics
employed in the execution of the contract.
All bids shall be compared using the estimate of quantities prepared by
the Engineer of Work and the unit prices submitted. No incomplete nor
interlineated proposal or bid will be accepted. Bidders are required to
bid on all items of the proposal.
No bid will be accepted from a contractor who has not been licensed in
accordance with the provisions of Chapter 9 of Division 3 of the Business
and Professions Code of the State of California.
The contract shall not be awarded to any bioder who does not poseevs the
proper classification of license.
Special attention, of bidders is directed to Section 7 of the General
Provisions for full directions as to bidding.
Plane, Specifications and Contract Documents may be reviewed and copies of
same may by obtained at the office of the City Engineer, City Full,
Cupertino, California, upon deposit therefore of $5.00 per set, none of
which deposit will be refunded.
The City of Cupertino preserves the right to reject any or all bids, and
further reserves the right to delete any item or items from the proposal
or to increase or decrease the quantity of any item thereof.
CITY OF CUPERTINO
Date: , ��� (O ry/ % By:
City Clerk
Publish: Cupertino Courier
March 13, 1991
March 20, 1991
PROPOSAL
RECONSTRUCTION OF CURBS, GUTTERS AND SIDEWALKS
PROJECT 91-103
TO THE DIRECTOR OF PUBLIC WORKS, CITY OF CUPERTINO, STATE 07 CALIFORNIA,
SANTA CLARA COUNTY;
Dear Sirs
In compliance with the Specifications furnished for the Reconstruction of
Curbs, Gutters and Sidewalks, Project 91-103, I, the undersigned, hereby
declare that I have read the proposal requirements and hereby propose to
do all work required to complete the said work in accordance with the
specifications and/or plans for the amounts set forth herein on the
incorporated schedule.
The work shall consist of furnishing of all labor, equipment and materials
necessary for the removal and reconstruction of certain concrete curbs,
gutters and sidewalks complete in place, in accordance with the special
provisions and the City of Cupertino Standard Specifications and Details.
The contractor is cautioned that utilities and/or sprinkler systems exist
with this project and he will be repaired to use extr«me caution to
prevent any damage. Any damage to the existing utilities shall be
repaired at the expense of the contractor.
A bid bond in the amount of ten percent (10%) of the base bid is required.
BID EST.QTY.
ITEM UNIT ITEM
1. 4,706 SF Remove & reconstruct concrete $ /SF
sidewalk complete & in place,
Dollars/SF
r.z
2. 1,376 LF Remove & Reconstruct concrete $
L=k ' ' /LF
curb & gutter complete & in
place`'► ,t t �: ,
Dollars/LF
3. 631 SF Remove & reconstruct five $ '� /SF
inch (5") PM- dri ieway complete
& in place for
�kA
Dollara/SF
Proposal Page 1 of 7
CC
_
4. 1176 LF Provide for root cutting of S L /LF
street trees complete & in
place for t.. a
�►� i Ira t m 1
— Dollars/BA
S. 51 LF Remove & reconstruct concrete $ L y r /LF $ Z
rolled curb & gutter comMlete
& in place —r%,,. ( �%%
Dollars/LF
6. 150 LF saw Cuts $ \ /LF $� �-
Dollars/L.F
7. 1103 SF Remove paving material $ /SF
from park strip i-�c
OCS
Dollars/SF
8. 133 SF Construct sidswalk tran- S /SF $ � y -
sition Vt,. ,�aAr,;
cr,
9. 1 LS Construct dr�vsway—l—<_\aK- /LS $
TOTAL $ �'`� �• --
ALTERNATIVE BID: � � G AA L'
BID EST.QTY.
ITEM UNIT ITEM
1. 1,376 LF Remove & reconstruct con- $ Z-� /LF $ -'�i A4'`�s�
crets, curb & gutter with
120 wide concrete at lip
of gutter complete & in
place AvS
2. S1 LF Remove & reconstruct con- $ Z-1 /LF $ ��►
crate rolled curb & gutter
with 120 wide concrete at
UP of gutter complete &
in Place
3. 1,427 LF Place lamp black on con-
crete in A.C. area at lip
of gutter
Proposal Page 2 of 7
I, the undersigned agree that if this proposal is accepted, I will
enter into a contract with the City of Cupertino to provide all necessary
machinery, tools, apparatus, and other means of construction and to do all
the work specified in the contract in the manner and time specified.
I, the undersigned declare that this bid is made without connection
with any person, firm, or corporation making a bid for the same work, and
is in all •respects fair, and without collusion or fraud.
I, the undersigned recognize that the Director of Public Works of
the City of Cupertino will reserve the right to establish the priority of
one job over another and each starting date where conflict of construction
schedules occur.
Attached hereto is the required certified check or bid bond in the
amount of $ `��� 'b� .,�:a . as required by law and the Notice to Bidders
(100 of bid amount)
BID PROPOSAL PADS 3 OF 7
A. BID DOCUMENTS, Continued
BIDDER QW.IFICATION FORM
In further compliance with the specifications furnished, the
undersigned submits the following statements as to his experience and to
his qualifications as a part of this proposal, and the truthfulness and
utterance of the information is hereby guaranteed.
(1) How many years has your organization been in
business under its present name? --IS
(2) How many years experience in work comparable with
that required under the proposed contract has your
organization had by this or any other name? L,
(3) Contractor's License No.
State of California, Clasoification f�
Expiration Date
(4) List work similar in character to that required in the
proposed contract which your organization or personnel in
your organization has completed within the past 3 years.
Year Class, Location of Work and for Whom Performed Contract Amount
BID PROPOSAL PAGE 4 OF 7
A. BID DOCUMENTS, Continued
Name of Proposed Sub-Contractors, if any
(Section 4104, Government Code)
1.
r
2.
3.
4.
5.
I'
6.
Address if Shop or Office of Sub-Contractors
(Section 4104, Government Code)
1.
2.
3.
4.
5.
6.
Work to be Performed by Sub-Contractorm
(Section 4104, Government Code)
1.
2.
3.
4.
S.
6.
BID PROPOSAL PAGE 5 or 7
A. BID DOCUMENTS, Continued
IF YOU ARE AN INDIVIDUAL, SO STATE. IF YOU ARE A FIRM OR CO-PARTNERSHIP,
STATE THE FIRM NAME AND LIST THE NAMES OF ALL INDIVIDUAL CO-PARTNERS
COMPOSING THE FIRM. IF A CORPORATION, STATE LEGAL NAME OF CORPORATION,
ALSO NAMES OF PRESIDENT, SECRETARY-TREASURER AND MANAGER. THE CORPORATE
SEAT, MUST BE AFFIXED. THE INFORMATION CONTAINED IN THIS BID IS BEING MADE
UNDER PENALTY OF PERJURY.
TYPE OF BUSINESSt Individual:
Co-Partnership _
Corporation
Joint Ventur®
Other
(Describe)
Name and Signature of Bidders
VA
(Print)
)
V
Signature)
Address (Both mailing and location addresses) :
Ate. _ :.. .,r'
Telephone Number:
Date:
Addendas Received:
Cl 2 3 4 5
BID PROPOSAL PAGE 6 OF 7
NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY
BIDDER AND SUBMITTED WITH BID
State of California as.
County of
being first duly sworn, deposes
and says that he or she isvp s_ , of _''"N s �" 1, C . ;>t
the party making the foregoing bid that the bid is not made in the
interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation; that the bid is
genuine and not collusive or sham; that 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; that 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 interest in the proposed contract; that
all statements contained in the bid are true; and, further, that the
bidder has not, directly or indirectly, submitted his or her bid price or
any breakdown thereof, or the contents thereo , 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.
Name and Signature of Bidder:
(Print)
1
(Signature)
Date:
BID PROPOSAL PAGE 7 OF 7
l�- FIREMAN'S FUND INSURANCE COMPANY
A
0 THE AMERICAN INSURANCE COMPANY
> AM(2) ❑ NATIONAL SURETY CORPORATION BID OR PROPOSAL. BOND
F ❑ ASSOCIATED INDEMNITY CORPORATION
OURMAMCOMAMM ❑ AMERICAN AUTOMOBILE. INSURANCE COMPANY
KNOW ALL MEN BY THESE PRESENTS:
That We, R.H. WEHNER CONCRETE CONSTRUCTION CO. , INC.
(hereinafter called the principal), as principal, and THE AMERICAN INSURANCE COMPANY a corporation organ-
ized and doing business under and by virtue of the laws of the State of NEBRASKA , and du'y licensed for the purpose of
making, guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of CALIFORNIA
as Surety, are held and firmly bound unto CITY OF CUPERTING (hereinafter called the Obligee)
in the just and full sum of TEN PERCENT (10%) OF THE TOTAL AMOUNT BID-----------------------------------
Dollars (S---------10%------) lawful money of the United States of America, for the payment of which, well and truly to be
made, we hereby bind ourselves and our and each of our successors and assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above bounden principal as aforesaid, is about to hand
in and submit to the obligee a bid or proposal for the
RECONSTRUCTION OF CURBS, GUTTERS AND SIDEWALKS
PROJECT NO. 91-103
in accordance with the plans and specifications tiled in the ollice a the inri ...,ier the ne!ice ,..v:ti g proposals therefor.
NOW THEREFORE, if the bid or proposal of said principal shall be ac 'i to i, . , 1 t;:e rc: r 'e l the principal
d thereupon by the said obligee, and said principal shall cn: - int'. I tr:+ 1 m i ,. , Lr c_ri, 'r -ri_i ..-,,. ..s required
tiv law, then this obligation to be null and void, otherwise t, be an 1 remain in hull forco and cllect.
NESS WHEREOF, said Principal and said Surety have caur.(-d !hc:;a i re..;-nt. t. be _iulr ainnr i ac:_! this 26TH
MARCH 19 91
R.H. WEHNER CONCRETE CONSTRUCTION CO. , INC.
THE AMERICAN INSURANCE CO14PAI:Y
JODY A.)JOHNSO 4 �r 'Attorney-in-Fart
$60277-4.8 t
❑FIREMAN'S FUND INSURANCE COMPANY
❑THE AMERICAN INSURANCE COMPANY
BOOtAM(2) AD NATIONAL SURETY CORPORATION BID OR PROPOSAL BOND
1 S Ft= El INDEMNITY CORPORATION
WSUMMCONFOM
❑ AMERICAN AUTOMOBILE INSURANCE COMPANY
KNOW ALL NEN BY TH•LSE PRESENTS:
That We. R.H. WEHNER CONCRETE CONSTRUCTION CO. , INC.
(hereinafter called the principal), as principal, and THE AMERICAN INSURANCE COMPANY a corro;ation organ-
ized and doing 'business under and by -rtue of the laws of the State of NEBRASKA ,an duty licensed for the pu^pose of
making, guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of CALIFORNIA
as Surety, are held and firmly bound unto CITY OF C'UPERTINO (hereinef:=r called the Obligee)
in the just and full sum of TEN PERCENT (10%) OF THE TOTAL AMOUNT BID-----------------------------------
Dollars ($---------10%------) lawful money of the United Statcs of Ameri,:i, for the payment of which, well and truly to be
made, we hereby bind ourselves and our and each of our successors and assigns, iointly and severally, firmly uy these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS the above bounden principal as aforesaid, is about to hand
in and submit to the obligee a bid or proposal for the
RECONSTRUCTION OF CURBS, GUTTERS AND SIDEWALKS
PROJECT NO. 91-103
-'r�•��ins filed in the office of the obligee and under the notice inviting proposals therefor.
STATE OF CALIFORNIA
COUNTY OF On this.
ss. ..
....day of. ..: ,�........ ,in the
• year
dul ...: ,before Me,
<� y licensed and sworji,personally a a Notary Public,State of California,
,. ........r. .. f appeared......
known ::- -...................................
Personally kno me for proved to,1 1 to be the person who executed the within instru ent as 1ne on the basisf satisfacto
V or on behalf of the co rY evidence)
corporation therein nam_
1'% C- . 1 , such corporation executed the within instrum ncnd acknowledged
me that
1•.. ...
resolution of its board of directors, pursuant to its b _
_ IN WITNESSa Oro 1�'HEREOF I have hereunto Y laws or a
"a � „�, �� my s?fticial seal in the W. ...... �t MY hand and affix
ce4nerr.rh•p eq,m•s wrv,• ••a aO,p y f -. I r.affixed
•+ a.�awidona m. r«m.a• `�'�« .. ..,on the se , untyof.�.o:..:r:-....
°'""^^•9�o•mc �0'Oaavr date Betfo
emery's Form No.28_ above in this certificate.
(ration(C.C.Secs, Rlgpknowledgement W No -
c
(Rev. 1/83)tarY Publ:r— No
�rY Pub State of California
MY commission expires
i N44Y 1,0j/`, CAt 1,lfitNIA by__G _
ANIA t;l.'1NACQUNiY JODY !A. JOHN40
fri♦ My Cutalatsstun JAPIRS Ott 11 IV 1, \J
GENERAL
POWER AMRNEYF THE AMERICAN INSURANCE COMPANY
KNOW ALL MEN BY THESE PRESENTS: That THE AMERICAN INSURANCE COMPANY,a Corporation incorporated under the laws of the State of
New Jersey on February 20, !846,and redomesticated to the State of Nebraska on June 1,1990.and having its principal office in the City of Omaha.State of
Nebraska.has made,constituted and appointed,and does by these presents make,constitute and appoint
--- JODY A. JOHNSON ---
SAN JOSE CA
its true and lawful ktorney(s)-in-Fact.with full power and authority hereby conferred in its name,place and stead,to execute,seal,acknowledge and deliver any
and all bonds,undertaking,recognizances or other wr'tun obligations in the nature thereof -----------------------------------
and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the
Corporation and duly attested by its Secretary,hereby ratifying and confirming all that the said Attorneys)-in-Fact may do in the premises.
This power of attorney is granted pursuant to Article VI1,Sections 45 and 46 of By-laws of THE AMER ICAN INSURANCE C0,14PAN Y r•,ow in full force and
effect.
"Article VI1.Appointment mod Authority of Resident Secretaries,Attorneys-in-Fact and Agents to accept Legal Process and Make Appearances.
Se%'tiou 45. Appointment. The Chairman of the Board of Directors,the President,any Vice-President or any other person authorized by the Board of
Directors,the Chairman of the Board of Directors,the President or any Vice-President may,from time to time,appoint Resident Assistant Secretaries and
Attorneys4n-!Fact to represent and act for and au bebalf of the Corporation and Agents to accept lt,!al process and make appearances for and on behalf of The
Corporation.
Section 46.Authority.The authority of such Resident Assistant Secretaries,Attorneys-in-Fact and Agents shall be as prescribed in the instrument evidencing
their appointment.Any such appointment and all authority granted thereby may be revoked at any time by the Board of Directors or by any person empowered to
make such appointment:'
This power of attorney is signed and sealed under and by the authority of ute following Resolution adopted by the Board of Directors of THE AMERICAN
INSURANCE COMPANY at a meeting duly called and held on the 31st day of July, 1984,and said Resolution has not been amended or repealed:
"RESOLVED, that the signature of any Vice-President, Assistant Secretary. and Resident Assistant Secretary of this Corporation, am the seal of this
Corporation may oe affixed or printed on any power of attorney,on any revocation of any power of attorney,or on any certificate relating thereto,by facsimile,
and any power of attorney,any revocation of any power of attorney,or certificate bearing such facsimile signature or facsimile seal shall be valid and binding
upon the Corporation"
IN WITNESS WHEREOF,THE AMERICAN INSURANCE COMPANY has caused these presents to be signed by its vice-President.and its corporate seal to
be hereunto zffixed this 18 th day of January 1-_ 91
:;�."•"%R:;;:., THE AMERICAN INSURANCE COMPANY
By— Vinc-F•res,deni
STATE OF CALIFORNIA ss
COUNTY OF MARIN
On this 18 t h _day of January. 19 91 ,before me personally came_ R. D. Farnsworth
to-ne known,who•being by me duly sworn,did depose and say:that he is Vice-President of THE AMERICAN INSURANCE COMPANY,the Corporation
described in and which executed the above instrument;that he knows the seal of said Corporation;that the seal affixed to the said instrument is such corporate
seal;that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name thereto by like order.
IN WITNESS WHEREOF,I have hereunto set my hand and affixed my i.fficial seal,the day and year herein first above written.
�totneouwwtttunrntrunenetr�nsweartwat+oea�
OFFICIAL SEAL
J. M. VANDEVORT a
140TARY PUBLIC•CALIFORNIA Notary Public
Principal Office in Marin County
Mr Commission 1xpites A%4 28,1992 CERTIFICATE
�nueetttataaeoweneuauaatatteeewueaaeaur+uw;
STATE OF CALIFORNIA ss.
COUNTY OF MARIN
L the undersigned,Resident Assistant Secretary of THE AMERICAN INSURANCE COMPANY,a NEBR ASKA Corporation,DO HEREBY CERTIFY that
the foregoing and attached POWLIX OF ATTORNEY remains in full force and has not been revoked;and furthermore that Article VII,Sections 45 and 46 of the
By-laws of the Corpotation,and the Resolution of the Board of Directors;set forth in the Power of Attorney are now in force.
Signed and sealed at the County of Maria.Dated the 28TH day of MARCH 199j•._-.
"vy •• +•'�'-r "�� ^�---- Rcu4ent Aasuunt tic�•euy ^—
,iYCr
360711-TA-6-"(REV I
ti
IL OXIML PROV�I S=
AMI= QZ ITANWR SPECIFICATIONS
by this reference. the Standard Specifications of the State of
California. Department of Transportation dated January, 1986 (herein referred
to as "Standard Specifications") is incorporated and adapted as the Standard
Specifications and shall apply together with the modifications contained
herein.
2L HEADINGS 8m CITA I? ONS
The section and other headings and citations to the State Standard
Specifications are inserted solely as a matter of convenience and-are not a
part of the City's Standard Specifications.
1,,, DEFINITIONS
The definitions and terms outlined in Section 1 of the State Standard
Specifications shall apply with the following modifications:
1-1.13: "Department" means the City of Cupertino (hereinafter referred to
as "City") .
1-1.15: "Director" means the Director of Public Works/City Engineer, City
of Cupertino (hereinafter referred to as "Engineer") .
1-1.18: "Engineer" means the Director of Public Works/City Engines, City
of Cupertino, or appointed agent(s) (hereinafter referred to as "Engineer") .
1-1.25: "Laboratory" rusans the City's approved testing laboratory.
1-1.32: "Proposal Form" means the form(s) provided by the City and
provided in the Special Provisions of the Project Specifications and upon
which the City requires formal bids be prepared and submitted for the work.
1-1.39: "State" means the City of Cupertino.
4. PROSECUTI-ON = ILQ9= Qz = W=
.4,, N®isg Control
Grading, construction and demolition activities shall be allowed to
exceed the noise limits of Section 10.48.040 of the Cupertino Municipal Code
during daytim hours provided that the equipment utilized has high quality
noise muffler and abatesmnt devices installed and in good condition and the
activity meets one Of the following criteria:
1. No individual device produces a noise level more than eighty-nine(89) d8A
aC a distance of twenty-five(25) feet from said device.
2. A noise level on any nearby property does not exceed seventy(70) d8A..
General Provisions page 1 of 11
A. Noise Control(ConS A)
•
It is a violation of this chapter to engage in any grading, strew
construction or underground utility work within seven hundred fifty(750) feet
of ra residential area on Sarurdays, Sundays, holidays and during the nighttime
period except as provided in Section 10.48.030, emergency exception. Grading,
construction or demolition occuring ducing nighttime periods shall not be
allowed unless they most the nighttime standards of Section 10.49.040, daytime
and nighttime maximums noise levels.
k, 29091092 g,FShAWork
The contractor shall begin work within fifteen(15) days after recieving
notice that the contract has been approved, or upon reciept of notices to
proceed, and shall diligently and continuously prosecute the same to
completion within the number of working or calendar days as shown in the
Special Provisions.
S+ ggcozd Drawin s
The Contractor, upon completion of this project, shall furnish and submit
a set of accurate "Record Drawing" plans to the Department of Public Works.
Five(5) sets of "Electrical Schematics" of the traffic signal cabinet and
service equipment enclosure shall be provided by the Contractor on projects
where traffic signals are constructed or modified in any way. These plans
shall show all contract change order work amd all variations in the
construction from the plans provided to the Contractor by the City.
SL luu 21 W"
The right of way for the work to be constructed will be provided by the
city. The Contractor shall make arrangements and pay all expenses for
additional area required outside of the limits of right of way.
1, Suseension 2f, &bl Contract
If, at any time, the City determines that the Contractor has failed to
supply an adequate working force or material of proper quality, has failed in
any other respect to prosecute the work with the diligence and .force specified
and intended in and by the terms of the contract, or has failed to comply with
any of the terms of the State Public Contract Code, written notice to correct
any such deficiencies shall be served to the Contractor. Should the Contractor
neglect or refuse to provide means for a satisfactory compliance with the
contract 'as directed by the Engineer, within the time specified in such
notice, the City shall have the power to suspend the operation of the
Contractor. Upon recievirg notice of such suspension, the Contractor shall
discontinue said work, or such parts of it as the City may designate. Upon
such suspension, the Contrc:!tor's control shall terminate, and thereupon the
City of its duly authorized representative may take possession of all or any
part of the Contractor's materials, tools, equipment and appliances upon the
premises. and use the same for the purpose of completing said contract. The
City may employ other parties to carry the contract to completion, employ the
necessary works. hire equipment, substitute other machinery and materials,
General Provisions page 2 of 11
�„ Suspension �f � Contzact(Co t'd�
purchase the materials for, and buy such additional materials and supplies at
the Contractor's eupense as may be necessary for the proper conduct of the
work and for the completion of the contract.
The City may annul and cancel the contract and relet the work or any part
thereof. Any excess of cost arising therefrom over and above the contract
price will be charged against the Contractor and the Contractor's sureties,
who will be liable therefore. In the event of such suspension, all money due
the Contractor or retained under terms of this contract shall be forfeited to
the City. Such forfeiture will not release the Contractor or sureties from
liability for failure to fulfill the contract. The Contractor and the
Contractor's sureties will be credited with the amount of money so forfeited
toward any excess of cost over and above the contract price, arising from the
suspension of the operations of the contract and the completion of the work by
the City as above provided, and the Contractor will be so credited with any
surplus remaining after all ,just claims for such completion have been paid.
In the determination of the question whether there has been any such non-
compliance with the contract as to warrant suspension or Z.—.Ament thereof,
the decision of the City Council of the City of Cupertino shall be binding on
all parties to the contract.
f,, ILM Qf CoUletion AW LiauidatedDamages
The work to be performed under this contract shall be completed in
accordance with Section B. paragraph 4b, above. It is agreed by the parties to
the contract that in case all the work called for under the contract, in all
parts and requirements, is not finished or completed within the number of days
as set forth in the Special Provisions, damage will be sustained by the City.
It is further agreed that it is and will be impracticable and extremely
difficult to ascertain and determine the actual damage which the City will
sustain in they event of or by reason of such delay. It is therefore agreed
that the Contractor will pay to the City, the sum set forth in the Special
Provisions, per day for each and every day of delay in finishing the work in
excess of than number of days prescribed. The Contractor agrees to pay said
liquidated damages herein provided for, and further agrees that the City may
deduct the amount thereof from any monies due or that may become due to the
Contractor under the contract.
It is further agreed that in case the work calleu for under the contract
is not finished and .completed in all parts and requirements within the number
of days specified, the Enainser shall have the right to increase the number of
days or not, as may be deemed in the ')eat interest of the City. If the
Engineer decides to increase the said number of days, ae City shall further
have the right to charge to the Contractor, the Contractor's heirs, assigns or
sureties the actual cost of engineering, inspection, superintendence, and
other overhead expenses which are directly chargeable to the contract, and
which accme during the period of such extension. The cost of final surveys
and preparation of final estimate shall not be included in such charges.
The contractor will be granted an extension of time and will not be
assessed with liquidated damages or the cost of engineering and inspection for
any portion of the delay in completion of the work beyond the time named in
General Provisions page 3 of 11
S
11M gg Completion and Liauidated DamageA(Gont,d)
s
the Special Provisions for the completion of the work caused by acts of. God or
of the public enemy, fire, floods, tidal waves, earthquakes, epidemics,
quarantine restrictions, strikes, labor disputes, shortages of materials and
freight embargoes, provided, that the Contractor shall notify the Engineer in
writing of the causes of delay within fifteen(15) days from the begining of
any such delay. The Engineer shall ascertain the facts and the extent of the
delay. The Engineer's findings thereon shall be final and conclusive.
No extension of time will be granted for a delay caused by a shortage of
materials unless the Contractor furnishes to the Engineer documentary proof
that every effort has been made to obtain such materials from all known
sources within reasonable reach of the work in a diligent and timely manner.
Further proof in the form of supplementary progress schedules, as required in
Section 8-1.04 of the State Standard Specifications ("Progress Schedule") ,
that the inability to obtain such materials when originally planned did in
fact cause a delay in the final completion of the entire work, which could not
be compensated for by revising the sequence of the Contractor's operations,
shall be required. The term "shortage of materials," as used in this section,
shall apply only to materials, articles, parts or equipment which are standard
items and are to be incorporated in the work. The term "shortage of
materials," shall not apply to materials, parts, articles or equipment which
are processed, made, constructed, fabricated or manufactured to most the
specific requirements of the contract. Only the physical shortage of material
will be considered under these provisions as a cause for extension of time.
Delays in obtaining materials due to priority in filling orders will. not
constitute a shortage of materials.
If the contractor is delayed in completion of the work by reason of
changes made under Section +-1.03 of the State Standard Specifications
("Changes") , or by failure of the City to acquire or clear right of way, or by
any act of the City, not contemplated by the contract, an extension of time
commensurate with the delay in completion of the work thus caused will be
granted and the Contractor shall be relieved from any claim for liquidated
damages, or engineering and inspection charges or other penalties for the
period coveroed by such extension of time. The Contractor shall notify the
Engineer in writing of the causes of delay within fifteen(15) days from the
begining of any such delay in order to be releived of said liquidated damages
or other penalties. The Engineer shall ascertain the facts and make findings
regarding the extent of delay. The Engineer's findings shall be final and
conclusive.
Except for additional compensation provided for in Section 8-1.09 of the
State Standard Specifications ("Right of Way Delays") , and except as provided
in Public Contract Code Section 7102, the Contractor shall have no claim for
damage or compensation for any delay or hindrance.
It is the intention of the above provisions that the Contractor shall not
be relieved of liability for liquidated damages or engineering and inspection
charges for any period of delay in completion of the work in excess of that
expressly provided for in this section. (See State Standard Specifications
Sectior_ 8-1.07. 1
General Provisions page 4 of 11
3.. Qm= 9Z Ii WORK
U LVAULM X2 2ULAU I= Zh& BP roved PlAnA
In addition to the provisions of Section 5-1.03 of the State Standard
Specifications, deviations from the approved plans or specifications for the
project must be authorized in writing by the Engineer.
b, 2a" Control
The Contractor shall. at all times during construction and until final
completion and acceptance, prevent the formation of an air-borne nuisance by
oiling, watering with non-potable water, or by other satisfactory method, as
required by the Engineer. The Contractor shall treat the site of the work in
such a manner that will confine dust particles to the immediate surface of the
work. The Contractor shall perform such dust control measure within two(2)
hours after notification that the Engineer has determined that an air-borne
dust nuisance exists. If the Contractor fails to abate the nuisance within
two(2) hours, the City of Cupertino may order that dust control measures at
the site be done by City personnel and equipment or by others, and all
expenses incurred in the performance of this work shall be charged to the
Contractor and paid for by the Contractor.
r,,, jAApection
In addition to the provisions of Section .5-1.08 of the State Standard
Specifications, the Contractor shall provide, to the Engineer, all information
respecting the progress of the project. The Contractor shall also furnish
telephone service at all facilities servicing the project.
All work done by the Contractor shall be accomplished between the hours
of 8:00 a.m. and 5:00 p.m. , Monday through Friday, or as specified in the
Special Provisions, unless author:,zea Ln writing by the Engineer. Whenever the
Contractor varies the period within the authorized hours during which work is
carried on each day, the Contractor shall give due notice to the Engineer, so
that proper inspection may be provided. Any work done in the absence of the
Engineer will be subject to rejection.
Inspection costs for any work done before 8:00 a.m. or after 5:00 p.m. on
a regular work day or on Saturdays. Sundays, or Holidays, shall be paid for by
the Contractor at a rate of thirty-five dollars($35.00) per hour, or latest
rate approved by the City Council, except where such work is specifically
required by the Special Provisions.
Projects financed in whole or in part with state funds shall be subject
to inspection at all times by the State Director of Public Works or the State
Agency involved. (See State Standard Specifications Section 5-1.08. 1
A, Monumentation
The Contractor shall properly guard, protect and preserve all street and
highway monuments. all property corner and property line monuments and all
U.S.C. & G. S. monuments in their proper places until their removal is
authorized by the Engineer. Any monuments that have been removed without
proper authority shall be replaced at the Contractor's expense.
General Provisions page 5 of 11
e. Samoles JM4 ?. .
The source of supply of each of the materials to be used on the project
shall be approved by the Engineer before delivery is started and before such
material is used in the work. Representative preliminary samples of the
character and quality prescribed shall be submitted by the Contractor or
producer of all materials co be used in the worts for testing or examination as
desired by the Engineer.
The Contractor shall furnish such samples of materials as are requested
by the Engineer, without charge. No materials shall be used until it has been
approved by the Engineer. Additional samples may be sec'urod and tested
whenever necessary to determine quality of materials.
All tests of the materials furnishe4 by the Contractor shall be made in
accordance with commonly recognized standards of national organizat Long, . and
such special methods and tests as are proscribed in the Special Provisions.
�L Utiliti®s
It is the Contractor's responsibility to verify the location of all
existing utilities. The Contractor shall have all of the utilities,
underground mains, and services that may conflict with the project field
located. The Contractor shall contact Underground Services Alert (USA) forty-
eight(48) hours in advance of any work at (800) 642-2444.
Quo caution shall be oxercizod to insure that underground irrigation
systems, electrical syscoms, and other utilities on private property are not
damaged during construction of the project. During excavation, appropriate
techniques shall be employed which safeguard all existing utilities and
underground facilities. Damage to such utilities and underground facilities
shall be repaired at the Contractor's expense.
g,,, 6later JU Cgn.-truction
Water used in any way for the construction of the project shall be
imported by the Contractor and shall be non-potable, water in tanks clearly
marked as such unless specific authorization to deviate has boon granted by
the Engineer.
an RiSPONS111LITIES, M MM PUBLIC
8� Cene�eactor's
Upon request by the City, the Contractor shall submit reasonable evidence
that all payrolls, materials, bills and other indebtedness connected with the
work have been paid. If any lions against the Contractor for labor or
materials fur^ished hereunder remain unsatisfied after final payment by the
City, the Contractor agrees to pay the City all monies that the City may .*
compelled to pay in discharging such lien, including all costs and a
reasonable attorneys fee.
General Provisions page 6 of 11
91-012 RECONSTRUCTION OF CURBS , GUTTERS AND 2 of 5
SIDEWALKS PROJ. 91-103
j'nsuranca Z. EuhlLr, LLAUUra And Pro
Prior to entering into the contract respecting this project, the bidder
to whoa the contract is awarded shall furnish to the City Council of the City
Of Cupertin* satisfactory proof that the Lidder has public liability and
property dsnW insurance in effect Zer the entire period covered by the
proposed contract. The insurance carrier and forms of insurance shall be
satisfactory to the City.
Said insurance shall name as additional insureds, the City, it's officers
and it's employees and shall protect the City against loss or liability for
damages resulting from (1) bodily injuries, including death resulting
therefrom, accidentally suffered or allegad to have teen suffered by any
person or persons not employed by the Contractor, that may bo caused directly
or indirectly by the performance of the contract, and (2) on account of injury
to or destruction of property, including the resultant loss or use thereof,
resulting from any act of the City or omission by the Contractor, or otherwise
resulting directly or indirectly from the operations of the Contractor in the
performance of the contract. The policy shall not contain the so-called "x"
"c" "u" exclusions.
The minimum limits of liability for this insurance shall be as indicated
in (a) and (b) as follows:
lash parso Ura Occu�anca
a) Bodily Injury Liability $500,000.00 $1,000,000.00
Property Damage Liability $250,000.00 $500,000.00
b) A single limit for Bodily
Injury Liability and Property
Damage Liability Combined of $500,000.00 $500,000.00
Insurance coverage in the minimum amounts set forth herein shall not be
construed to relieve the Contractor from liability in excess of such coverage,
nor shall it preclude the City from taking such other: actions as are available
under any other provision of the contract, or otherwise by lava, except for the
retainage of monies due the Contractor.
If the Contractor fails to maintain such insurance, the City may take out
such insurance to cover any damages of the above-mentioned types for which the
City might be held liable on account of the Contractor's failure to pay such
damages, and deduct and retain the amount of the premiums from, any sums due
the Contractor under the contract.
Nothing in the contract is intended to create the public or any member
thereof a third party beneficiary hereunder. nor is any term and condition or
other provision of the contract intended to establish a standard of care owed
to the public or any member thereof. (See State Standard Specifications
Section 7-1.12. )
General Provisions page 7 of 11
�,,, j��gg �3ondiscrim nation
Attention is directed to the provisions of Section 7-1.01A(4) of the
State Standard Specifications, which apply. In addition, the Contractor shall
comply with the recommended minority and female employment practices of the
Office of Federal Contract Compliance of the united States Department of tabor
as established for Santa Clara County.
SL $esoonsibility J=
Tire City of Cupertino, the City Council, the Engineer or the Engineer' s
agents shall not be answerable or accountable in any manner for any loss or
damage that may happen to the work, or any part thereof, any material or
equipment used in performing the work, or for injury or damage to any person
or persons, either workers or the public, or for damage to adjoining property
from any cause whatsoever during the progress of the work or at any time
before final acceptance.
The Contractor shall be responsible for any liability imposed by any law
and for injuries to or death of any person including but not limited to
workers and the public, or damage to property resulting from defects or
obstructions or from any cause whatsoever during the progress of the work or
at any time before its completion and final acceptance.
The Contractor shall indemnify and save harmless the City and all
officers and employees thereof from all suits, claims or actions of any name,
kind and description, brought forth, or on account of, injuries to or death of
any person including but not limited to workers and the public, or damage to
property resulting from the performance of a contract, except as otherwise
provided by statute. The duty of the Contractor to indemnify and save harmless
includes the duties to defend as set forth in Section 2778 of the Civil Coda.
With respect to third party claims against the Contractor, the Contractor
waives any and all rights to any type of express or implied indemnity against
the City, its officers or employees-
It is the intent of the parties that the Contractor will indemnify and
role harmless the City, its officers and employees from any and all claims,
suits or actions as set forth above regardless of the existence or degree of
fault or negligence on the part of the City, the Contractor, the subcontractor
or employee of any of these, other than the active negligence of the City, its
officers and employees.
In addition to any remedy authorized by law, so much of the money due the
Contractor Under and by virtue of the contract as shall be considered
necessary by the City may be retained by the City until disposition has been
made of such suits or claims for damages as aforesaid. The retention of money
due the Contractor shall be subject to the following:
1. The City will give the Contractor thirty(30) days notice of its
intention to retain funds from any partial payment which may become due to the
Contractor prior to acceptance of the contract. Retention of funds from any
payment made after acceptance of the contract may be made without such prior
notice to the Contractor.
General Provisions page 8 of 11
- � es onsib, itv Mgt Damage(Cant'd]
2. No retention of additional amounts out of partial payments will be
made if the mount to be retained does not exceed the amount being withheld
from partial payments ;pursuant to Section 9-1.06 of the State Standard
Specifications ("Partial Payments") .
3. If the City has retained f+ends and it is subsequently determined that
the City is not entitled to be indemnified and saved harmless ty the
Contractor in connection with the matter for which such retention was wade,
the City shall be liable for interest on the amount retained at the legal rate
of interest for the period of such retention.
The City will consider proposals by the Contractor to enter into special
arrangements, such as posting securities or bonds acceptable to the City, in
lieu of the retention of funds. Such special arrangements shall be in writing,
and approved by the surety on the performance bond and by the surety on the
payment bond.
No funds shall be retained where the Contractor establishes, to the
satisfaction of the City that at the time of the accidrnt or occurance giving
rise to a claim or lawsuit against the City or its officers or employees, that
the Contractor had in effect public liability and property damage insurance of
the type, form, and amount as provided in Section B, paragraph 6b, above
("Insurance - Public Liability and Property Damage") . (See State 4,�tandard
Specifications Section 7-1.12. )
7 E&gFOSAL 8M &QU QE SST
A, g9mfletenev gJ Bides
All bidders are required to complete the "Bidder Qualification Form" as
provided in the proposal. Incomplete forma or lack of experience in the field
of work being bid may be cause for rejection of the proposal.
b. Contract Bon"
The Contractor shall furnish two(2) good and sufficient bonds. Each of
the Bonds shall be executed in c sues equal to the contract price. The first
bond shall guarantee the faithful performance of the contract by the
Contractor. The second bond shall be furnished as required by the terms of
Sections 3247 to 3252, inclusive, of the Civil Code of the State of
California. The Labor and materials bond will be released six(6) months after
the Notice of Completion, and the Faithful Performance shall be reduced by
ninety pereent(90%) at the Notice of Completion. The remaining ten
percent(109) will be released at the and of one(1) year from acceptance of the
project provided any deficiencies in the work have been corrected. (See State
Standard Specifications Section 3-1.02. 1
General Provisions page 9 of 11
The successful bidder, as Contractor, shall execute the Agreement set
forth in the contract documents and provide the contract bonds and insurance
certificates required therein within ten(10) days of notification of award of
contract. Failure to do so may result in annulment of award and forfeiture of
the proposal guarantee. No proposal shall be considered binding upon the City
of Cupertino. (Soo- State Standard Specifications Section 3-1.03. 1
The City will make partial payments to the Contractor on the basis of a
duly certified estimate of the work performed and the materials incorporated
in the project during the preceding reporting pe>:io4. The City utilizes a bi-
weekly accounts payable cycle and issues checks on Fridays. The actual dates
of the payment schedule are available through the City' s Accounting
Department. The City will retain ten percent(10t) 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 the Notice of Completion. At this time, and not
before, the City shall pay the Contractor the whole of the remaining ten
percent(10%) of said contract price. The payment of progress payments by the
City shall not be construed as an absolute acceptance of the work done up to
the time of such payments, but the entire work is to be subjected to the
inspection and approval of the City, and subject to whatever inspection and
approval may be required by law.
B+ U000sal X2XMA
The City will furnish to each bidder a standard proposal form, which.
when filled out and executed may be submitted as the Contractor's bid. Bids
not presented on forms so furnished will be disregarded.
The proposal fors is bound together with the N:%rice to Contractors,
General Provisions, Special Provisions, Bidder Qualification Form, Sub-
Contractors Form and Signature Form. The Contractor shall submit as a minimum,
the Notice to Contractors, Proposal, Bidder Qualification Form, Sub-
Contractors Form and Signature Form. Bids containing lass than this or bids
containing incomplete forms will be disregarded.
All proposals shall state the dates for completion, if required, the
prices proposed, both in writing and in figures and shall show a total, and
shall be signed by the bidder, with the bidders address. If proposals are made
by an individual, name and post offic-, address shall be shown. If made by a
firm or partUarship, the name and post office address of each member of the
firm or pattsys$ship shall be shown. If made by a corporation, the proposal
shall shoes the naves, titles and k.usiness address of the president, secretary
and treasurer and the proposal shall show the corporate seal.
General Provisions page 10 of 11
2, Proposal Forms(Cont'd)
The proposal shall be submitted as directed in the -Notice to
Contractors* under sealed cover plainly marked as a proposal, and identifying
the project to which the proposal relates and the date of the bid opening
therefor. Proposals not propsrly submitted may be disregarded. Proposal forms
may be obtained from the Office of the City Clerk, City of Cupertino, 10300
Torre Avenue, Cupertino, CA, 95015-3255 or by calling (408) 252.4505.
�L Proposal Guaranty
All proposals or bids shall be accompanied by cash, cashier's check,
certified check, bid bond made payable, in the amount of ten percent(10%) of
the bid amount, to the City of Cupertino as gaurantee that the bidder, if
awarded the contract, will within ten(10) days after notice of award, enter
into a contract with the City for the work.
g,,,, 9241LUM 21 ProS,osals
Proposals may be rejected if they show any alterations of form, additions
not called for, conditional or alternative bids not called for, incomplete
bids nr erasures, or for irregularities of any kind. Only the proposal forms
prepared by the City shall be used. (See State Standard Specifications Section
2-1.06. 1
� Subcontractors
The proposal shall contain th6 name and location of the place of business
of each subcontractor who will perform work or labor or render service to the
prime contractor in or about the construction of the work or improvement, or a
subcontractor licensed by the State of California who, under subcontract to
the prime contractor, specially fabricates and installs a portion of the work
or improvement according to detailed drawings contained in the plans and
specifications, in an amount in excess of one-half of one percent(0.5%) of the
prime contractor's bid or, in case of bids or offers for the construction of
streets or highways, including bridges, in excess of one-half of one percent
(0. 5%) of the prime contractor's total bid or ten thousand dollars($10,000.00)
whichever is the greater.
The proposal shall list the portion of the work which will be done by
each subcontractor for this project. The prime contractor shall list only
one(1) subcontractor for each portion as is defined by the prime contractor in
the prime contractor's bid.
General Provisions page 11 of 11
C. SPECIAL PROVISIONS
1. LOCATIONS:
This work is at various locations within the City of Cupertino, County
of Santa Clara, State of California.
2. SCOPE OF WORK:
The work shall consist of the furnishing of all labor, equipment and
materials, necessary for the removal and reconstruction of certain
concrete curbs, gutters, and sidewalks, complete, and in place, in
accordance with the special provisions and the City of Cupertino
Standard Specifications and Details.
3. ESTIMATED QUAWITIES:
Item Descri t ion Unit Bet.Qty.
1. Remove & reconstruct sidewalk throughout the S.F. 4,706
City for all quantities of work at any location.
2. Remove & reconstruct curb & gutter throughout L.F. 1,376
the City for all quantities of work at any
location.
3. Remove & reconstruct driveways throughout the S.F. 631
City for all quantities of work at any location.
4. Root pruning L.F. 1176
5. Remove and reconstruct rolled curb & gutter L.F. 51
throughout the City for all quantities of work
at any location.
6. Saw Cuts L.F. 150
7. Remove paving material from park strip S.F. 1103
S. Construct sidewalk trane4tion S.F. 188
9. Construct driveway L.S. 1
ALTERNATIVE HID:
1. Remove and reconstruct concrete curb & gutter L.F. 1376
with 12" wide concrete at lip of gutter com-
plete and in place.
2. Remove and reconstruct concrete rolled curb L.F. 51
and gutter with 12" wide concrete at lip of
gutter complete and in place.
3. Place lamp black on concrete in A. C. area at L.F. 1427
lip of gutter.
Special Provisions Page 1 of 15
4. EXPLANATION OF an ITEMS:
The price bid per unit measure of work shall include all costs of
labor, equipment and materials, necessary for the furnishing and
constructing, complete, and in place, in accord&nce with these special
provisions and the Standard Specifications and Details of the City of
Cupertino all required work. Any item shown on the details or
described in these provisions and not specifically listed as a bid item
shall be considered as included in the various bid items and no special
compensation will be allowed.
BID ITEM No. 1 - REMOVE & RECONSTRUCT SIDEWALK THROUGHOUT THE CITY (S.F. }:
This item shall be bid per square foot and shall include all costs for:
a. Removal and disposal, off job site, of all broken concrete, excess
earth, rock and debris.
b. All required saw cutting of existing concrete. The concrete shall be
saw-cut in a straight line to a minimum depth of one inch (1")
completely across the sidewalk. The limits of all concrete to be
removed shall be to an expansion joint or score line and saw-cutting
shall be required at any score line less than one-half inch (1/20)
deep. The portion of the concrete to be removed shall be taken out in
ivuch a manner as to leave an even edge without chips or breaks on the
Temaininy concrete. Cutting of the boundary line with picks or
pneumatic pavement breakers will not be permitted except where score
lines are one-half inch (1/211) deep or more. If for any reason the
concrete does not break on the line marked by the Engineer, the
contractor shall saw-cut the next score line and remove the broken
portion and replace with new concrete to mast City specifications at no
cost to the City.
c. Removal of the concrete shall be completed by means of breaking the
concrete and removing it. A backhoe may be used only while the backhoe
remains in the street, it may not be located on the adjacent 'property.
Hand pruning of tree roots may be required to achieve proper depth for
base material placement.
d. Reconstruction of new P.C.C. sidewalk, four inches (4") thick,
including four inches (40) of aggregate base material and all required
expansion joints. Expansion joints shall be required only where there
are existing expansion joints or where directed by the Engineer. Sandy
cushion will be allowed where directed by the Engineer.
e. Concrete shall be formed by excavating 2" maximum from the edge of
sidewalk and placing a 5" deep bender board staked in place. The
bender board may be left in place after completion if required.
f. See Details A, a & C.
g. Any sidewalk removed shall be replaced/reconstructed within five (5)
working days.
Special Provisions Page 2 of 15
C. SPECIAL PROVISIONS - EXPLANATION OF BID ITEM NO. 1 CONTINUED
h. Any stamped letters or words shall be replaced as removed.
BID ITEM No. 2 - REMOVE & RECONSTRUCT CURB 6 GUTTER (L.P. ):
This item shall be bid per lineal foot and shall include all costs for:
a. Removal and disposal, off job site, of all broken concrete, A.C: excess
earth, rock and debris.
b. All required saw-cutting of existing concrete. The concrete shall be
saw-cut in a straight line to a minimum depth of one and one-half
inches (1 1/2"). The portion of the concrete to be removed shall be
taken out in such a manner as to leave an even edge without chips or
breaks on the remaining concrete. Cutting at 'the boundary line with
picks cr pneumatic pavement breakers will not be permitted. Hand
pruning of tree roots may be required to achieve proper depth for base
material placement. Any existing curb and gutter in satisfactory
condition beyond the limits designated by the City for removal that is
destroyed during the removal shall be replaced with new curb and gutter
to meet City specifications at no cost to the City.
New curb and gutter must be installed to match the top of curb, lip of
gutter and flow line of the existing conditions at each limit. The
A.C. pavement along lip of gutter if in good condition and at the
correct level shall be left intact to permit pouring of the gutter at
the lip without removing pavement for a form. In the event that
existing pavement is in poor condition or is raised at the lip of
gutter the contractor shall saw cut and remove a section 12" wiva from
the lip of gutter for the length of the problem area to a depth of
10 During reconstruction of the curb and gutter place 5" of concrete
on 4" aggregate base in this area. The City will place A.C. over this
area at a later date. These locations shall be determined by the City
Inspector. Payment for this work shall be included in this bid item.
See Detail E.
c. Reconstruction of new P.C.C. curb and gutter including four inches (4")
of aggregate base material and all required expansion joints. The
majority of the curb and gutter removal shall be replaced with the City
Standard A 2-6 curb: however, at some locations, as determined by the
Engineer, the new curb and gutter shall be replaced to match the
existing curb and shall be paid for at the price bid.
d. If a form is required to pou= the new curb Q gutter on the parking
strip side, a bender board may be used by excavating a maximum of 2"
from the back of the curb.
e. Any curb and gutter removed shall be replaced/reconstructed within five
(5) working days.
f. Any stamped letters or words shall be replaced as removed.
Special Provisions Page 3 of 15
®ID ITEM NO. 3 - REMOVE a RECONSTRUCT DRiyEWAY THROUGHOUT THE CITY (S.F. )
This item shall be bid per square foot and shall include all costs for:
a. Removal and disposal, off job site, of all broken concrete, excess
earth, rock and debris.
b. All required saw-cutting of existing concrete. The concrete shall be
saw-cut in a straight line to a minimum depth of one inch (1")
completely across the driveway. The limits of all concrete to be
removed shall be to an expansion joint or score line and saw-cutting
shall be required at any score line less than one-half inch (1/2")
deep. The portion of the concrete to be removed shall be taken out in
such a manner as to leave an even edge without chips or breaks on the
remaining concrete. Cutting of the boundary line with picks or
pneumatic pavement breakors will not be permitted except where score
lines are one-half inch (1/2") deep or more. If for any reason the
concrete does not break on the line marked by the Engineer, the
contractor shall saw-cut at the next score line and remove the broken
portion and replace with new concrete to meet City Specifications at no
cost to the City.
c. Removal of the concrete shall be completed by means of breaking the
concrete and removing it. A backhoe may be used only while the backhoe
remains in the street, it may not be located on the adjacent propexty.
Hand pruning of tree roots my be required to achieve proper depth for
base material placement.
d. Reconstruction of new P.C.C. driveway, five inches (5") thick,
Including four inches (4") of aggregate base material and all required
expansion joints. Expansion joints shall be required only where there
are existing joints or where directed by the Engineer. Sandy cushion
will be allowed where directed by the Engineer.
e. Concrete shall be formed by excavating 2" maximum from the edge of the
driveway and place a 5" wide bender board staked in place. The bender
board may be left in place after completion if required.
f. Any driveway removed shall be rer_t aced/reconstructed with five (5)
working days.
g. When the driveway is 22' or wider the contractor shall remove and
reconstruct the driveway 1/2 the distance at a time to allow access at
all times. If the driveway is less than 22, the contractor shall
notify the resident 48 hours prior to work and shall be completed at
one time. The work shall be completed with the least amount of
disruption to residents. Temporary access shall be maintained at all
times.
h. See Detail C.
Special Provisions Page 4 of IS
BID ITEM NO. 4 - ROOT PRUNING (LP):
• C. SPECIAL PROVISIONS - EXPLANATION OF BID ITEM NO. 4 CONTINUED:
This item shall be bid per lineal foot and shall include all costs for:
a. Root pruning shall be performed by mechanical means (Vermeet Stump
Cutter or approved equal), as approved by the City Engineer. The root
pruning machine must have rubber pads on the track so as not to damage
any property. The cut shall be a minimum of 12" from the tree and
shall only be performed at locations approved by the City Inspector.
The roet pruning shall be at the edge of the sidewalk or at the back of
the curb and not at both at one location. The sidewalk side shall take
precedent over the curb side if this case arises.
b. The contractor is cautioned that utilities and/or private sprinkler
systems exist within these planter areas and will be required to use
extreme caution to prevent any damage. Any damage to the existing
utilities shall be repaired at the expense of the contractor.
c. The root prune shall be sigh, .-an inches (18") below the finished grade,
and wide enough to facilitate the installation of a root barrier. All
Boil and debris from the root pruning operation shall be removed and
disposed of off site. This pruning may be completed a maximum of 5
working days prior to the removal of concrete. At the time of pruning
the Contractor must place barricades over the hazard.
d. The City shall install the root barrier after the Contractor has
moved the forms from the concrete. The Contractor must remove the
forms the day following the pouring of the concrete. At this time the
Contractor shall clean up the work site and make sure that the root
prunes trench is 18" deep and can facilitate the root barrier
installation. The City shall backfill the root barrier trench.
e. The City Public Works Department will be inspecting the root pruning
work. The contractor shall be required to coordinate with the Public
Works Grounds Department to insure the proper pruning and removal of
tree roots and to install the root barriers.
BID ITEM NO. 5 - REMOVE & RECONSTRUCT CONCRETE ROLLED CURB & GUTTER
COMPLETE & IN PLACE (L.P.)
This item shall be bid per lineal foot and shall include all costa for:
a. Removal and disposal off job site of all broken concrete, A.C.,
excess earth, rock and debris.
b. All required saw-cutting of existing concrete. The concrete shall
be saw cut in a straight line to a minimum depth of one and
one-half inches (1 1/2"). The portion of the concrete to be
removed shall be taken out in such a manner as to leave an even
edge without chips or breaks on the remaining concrete. Cutting at
the boundary line with picks or pneumatic pavement breakers will
not be permitted. Nand pruning of tree roasts may be required to
achieve proper depth for base material placemst;t:.
Special Provisions Page 5 of 15
' C. SPECIAL PROVISIONS - EXPLANATION OF BID ITEM NO 5 CONTINUEDs
Any existing rolled curb and gutter in satisfactory condition
beyond the limits designated by the City for removal that is
destroyed during the removal shall be replaced with new rolled
curb and gutter to most City specifications at no cost to the
City. New rolled curb and gutter must be installed to match the
top of curb, lip of gutter and flow line of the existing
conditions at each limit. The A.C. pavement along lip of gutter
If in good condition shall be left intact to permit pouring of the
gutter at the lip without removing pavement for a form. In the
event that existing pavement is in poor condition or is raised at
the lip of gutter the contractor shall saw cut and remove a
section 12" wide from the lip of gutter for the length of the
problem area to a depth of 100. During construction of the curb
and getter place 5" of concrete on 4" of aggregate base in this
area.
The City will place A.C. over this area at a later date. These
locations shall be determined by the City Inspector. Payment for
this work shall be included in this bid item. See Detail R.
C. Reconstruction of new P.C.C. rolled curb and gutter including four
inches (4") of aggregate base material and all required expansion
joints. The majority of rolled curb and gutter shall be replaced
in accordance with attached Detail Dy however, at sow locations,
as determined by the Engineer, the new curb and gutter shall be
replaced to match the existing curb and shall be paid for at the
price bid.
d. If a form is required to pour the new curb and gutter on the
parking strip side, a bender board may be used by excavating a
maximum of 2" from the back of the curb.
G. See Detail C & D.
f. Any rolled curb and gutter removed shall be replaced/reconstructed
within five (5) working days.
an ITEM No. 6 - SAKI CUTS (L.F.)s
This item shall be bid per lineal foot of saw cutting required where
not ineludsd in other bid items and shall include all costs for labor
and material required to complete a lineal foot of saw cutting. These
locations shall be determined by the City Inspector.
SID ITEM NO. 9 - MOVE PAVING MATERIAL FROM PARK STRIPS
This item shall be bid per square foot and shall include all costs for:
a. Removal and disposal, off job site, ^f all broken paving material
including but not limited to concrete, bricks and other materials,
excess earth, rock and debris.
Special Provisions Page 6 of 15
• C. SPECIAL PROVISIONS - EXPLANATION OF BID ITEM NO. 7 CONTINUED:
° b. All required saw cutting of existing paving. The paving material
shall be saw-cut in a straight line to a minimum depth of one inch
(1") completely across the parking strip. The limits of all
material to be removed shall be as specified by the City
Inspector. The portion of the material to be removed shall be
taken out in such a manner as to leave an even edge without chips
or breaks on the remaining paving material. Cutting of the
boundary line with picks or pneumatic pavement breakers will not
be permitted except where score lines are one-half inch 1/2" deep
or more. If for any reason the paving material does not break on
the line marked by the Engineer, the contractor shall saw-cut and
remove the broken portion and replace with new paving material to
meet City satisfaction at no cost to the City.
Removal of the paving material shall be completed by means of
breaking the material and removing it. A backhoe may be used only
while the backhoe remains in the street, it may not be located on
the adjacent property. This area shall be back filled to the
proper finished grade with top soil.
BID ITEM WO. 8 - CONSTRUCT SIDEWALK TRANSITION (S.P.)
Th13 item shall be bid per square foot and shall include all costs for:
a. Removal and disposal, off job site, of all excess dirt, rock and
debris. A backhoe may be used only while the backhoe remains in
the stroa®t, it may not be located on the adjacent property.
b. Construct new P.C.C. sidewalk transition, four inches (4") thick,
including four inches (40) of aggregate base material and all
required expansion joints.
C. Concrete shall be formed by excavating 2" maxinum froto the edge of
sidewalk and placing a 5" deep bender board staked in place. The
bender board may be left in place after completion if required.
d. See Detail C & P.
BID ITEM NO. 9 - CONSTRUCT DRIVEWAY (L.S.)
This item shall be bid as lump sum .find shall include all costs for:
a. Saw cut and removal of approximately 24 L.P. of curb and gutter.
Removal and disposal, off job site, of all concrete, excess dirt,
rock and debris.
b. Construct new P.C.C. driveway, six inches (6") thick including
four inches (4") of aggregate base material and all required
expansion joints as shown on Detail G and in accordance with City
Standard Detail 1-20.
C. The resident effected shall be notified in accordance with Section
10 Notice of Residents.
Special Provisions Page 7 of IS
v
ALTERNATIVE BID ITEM NO. 1 - REMOVE & RECONSTRUCT CONCRETE CURB &
GUTTER WITH 12" WIDE CONCRETE AT LIP OF GUTTER COMPLETE & IN PLACE (LF)
This item shall be bid per lineal foot and shall include all costs for:
a. Removal and disposal, off job site, of all broken concrete, A.C.
excess earth, rock and debris.
b. All required saw-cutting of existing concrete. The concrete shall
be saw--cut in a straight line to a minimum depth of one and
one-half inches (1 1/20). The portion of the concrete to be
removed shall be taken out in such a manner as to leave an even
edge without chips or breaks on the remaining concrete. Cutting
at the boundary line with picks or pneumatic pavement breakers
will not be permitted. Hand pruning of tree roots may be required
to achieve proper depth for base material placement. Any existing
curb and gutter in satisfactory condition beyond the limits
designated by the City for removal that is destroyed during the
removal shall be replaced with new curb and gutter to meet City
specifications at no cost to the City. New curb and gutter must
be installed to match the top of curb, 1£p of gutter and flow line
of the existing conditions at each location.
The Contractor shall saw cut and remove a 12" wide section of A.C.
from the lip of gutter for the length of the area of curb and
gutter repair to at depth of 100. During reconstruction of the
curb and gutter place 6" of concrete on 4" of aggregate base in
this area.
This area shall be finished flush with existing A.C. pavement. At
the lip of gutter make a 1" deep score. Do not use a header
unless needed to form the concrete. See Detail E.
C. Reconstruction of new P.C.C. curb and gutter including four inches
(4") of aggregate base material and all required expansion
joints. The majority of the curb and gutter removal shall be
replaced with the City Standard A 2-6 curb; however, at some
locations, as determined by the Engineer, the new curb and gutter
shall be replaced to match the existing curb and shall be paid for
at the price bid.
d� If a form is required to pour the new curb and gutter on the
parking strip side, s bender board may be used by excavating a
maximum of 2" from the back of the curb.
e. Any curb and gutter removed shall be replaced/reconstructed within
five (5) working days.
f. Any stamped letters or words shall be replaced as removed.
This bid item would be in lieu of Bid Item No. 2.
special Provisions Page 8 of 15
' ALTERNATIVE ®ID ITEM NO. 2 - REMOVE & RECONSTRUCT CONCRETE ROLLED CURS
& GUTTER WITH 12" WIDE CONCRHTP,,AT LIP OF GUTTER COMPLETE & IN PLRCB_
(L.P.)
This item shall be bid per lineal foot and shall include all costs for:
a. Removal and disposal off job site of all broken concrete, A.C.,
excess matth, rock and debris.
b. All required saw-cutting of existing concrete. The concrete shall
be saw cut in a straight line to a minimum depth of one and
one-half inches (1-1/20). The portion of the concrete to be
removed shall be taken out in such a manner as to leave an even
edge without chip:a or breaks on the remaining concrete. Cutting
at the boundary line with picks or pneumatic pavement breakers
will not be permitted. Hand pruning of tree roots may be required
to achieve proper depth for base material placement.
Any existing rolled curb and gutter in satisfactory condition
beyond the limits designated by the City for removal that is
destroyed during the removal shall be replaced with new rolled
curb and gutter to meet City specifications at no cost to the
City. New rolled curb and gutter must be installed to match the
top of curb, lip of gutter and flaw line of the existing
conditions at each limit.
The Contractor shall saw cut and remove a 12" wide section of A.
C. from the lip of gutter for the length of the area of curb and
gutter repair to a depth of 100. During reconstruction of the
curb and gutter place 60 of concrete on 4" of aggregate base in
this area. This area shall be finished flush with existing A.C.
pavement. At the lip of gutter make a 1" deep score. Do not use
a header unless needed to form the concrete. See Detail E.
C. Reconstruct .on of new P.C.C. rolled curb and gutter including four
inches (4") of aggregate base material and all required expansion
joints. The majority of rolled curb and gutter shall be replaced
in accordance with attached Detail Sj however, at some locations,
as determined by the Engineer, the new curb and gutter shall be
replaced to match the existing curb and shall be paid for at the
price bid.
d. It a form is required to pour the new curb and gutter on the
parking strip side, a bender board may be used by excavating a
maximum of 2" from the hack of the curb.
e. See Detail C & D.
f. Any rolled curb and gutter removed shall be replaced/reconstructed
within five (S) working days.
This bid item would be in lieu of bid item No. S.
Special Provisions Page 9 of 15
ALTERNATIVE BID ITEM NO. 3 - PLACE LAMS BLACK ON CONCRETE IN A.C. AREA
AT LIP OF QUTTHR (L.F.
This item shall be bid per lineal foot and shall include all costs for
material and labor required to trowel lampblack into the concrete
placed at the lip of gutter in the A.C. area. The amount of lamp black
to be used shall be enough to color the concrete surface to match the
existing A.C. surface around the patch.
S. LIMITS OF WORK:
A representative of the City shall paint the limits of the concrete
curbs, gutters and sidewalks to be removed and replaced.
6. LOCATIONS
For the purpose of these specifications, the word "Location": shall be'
considered to mean (1) continuous work area. All work in any one (1)
location shall be completed and the location cleaned up within five (5)
consecutive working days from the date work commenced at that
particular location, except for location(s) where special written
permission for additional time is approved by he Engineer. This
includes cleanup, repairs to improvements and complaints from property
owners. Tho working days will start at a particular location when
concrete has been removed. If the Contractor does not complete all
work the City shall complete the work and bill the Contractor for the
work.
It is the intent that the work shall be confined to reasonable distance
between work locations within the City and not have it spread out from
one extreme to the other. All work locations (areas) shall be mutually
agreed upon iprior to the commencement of the project. The contractor
shall provide the inspector with a schedule of work locations on a
weekly basis and notify him of any changes. On major street and school
routes only one side of the street shall be reconstructed at a time.
This is to provide pedestrian access along one side of the street.
7. TIME OF COMPLETION/LIQUIDATED DAMAGES:
The Contractor shall diligently prosecute the work to completion before
June 1, 1991. There will be no additional days allowed in the Contract
for rain days or holidays or normal delays. An extension of time for
completion shall only be granted for acts of God, labor strikes or
material delays that can be documented.
If the Contractor pulls off the job all locations started ohall be
completed and cleaned or the City shall have the work completed and the
Contractor shall be billed for this work.
Five (5) consecutive working days are allowed per location to ccMplete
reconstruction and cleanup work. Working days will start at a
particular location when concrete has been removed. If the Contractor
does not complete all work at a particular location within the 5
consecutive working days the City shall have the work completed and
bill the Contractor for the work. This includes concrete placement,
cleanup and landscape repairs.
Special Prcvisions Page 10 of 15
TIME OF COMPLETION/URUIDATED DAMAGES CONTINUED:
The following is the order of work:
a. Saw cutting if required may be done prior to all other work if not
hazardous to pedestrians.
b. Removal of concrete in parking strip and root pruning may be
completed a maximum of 5 working days prior to concrete removal.
Barricades (not lighted) must be placed over root prune.
C. Removal of concrete which will start the 5 consecutive working
days allowed at a particular location.
d. Pouring of concrete must be completed by 2:00 p.m.
Is. Stripping of concrete forms shall be done the day following
pouring concrete and on the sane day all clean up shall be
completed. Also the roct prune trench shall be cleaned out to 18"
deep and wide enough to facilitate the root barrier installation.
f. All work clean up shall be started at 3:30 p.m. on every work day.
S. TRAFFIC CONTROLs
Contractor shall furnish, erect and maintain sufficient warning and
directional signs, barricades and warning lights and sufficient flagmen
to give adequate warning to vehicular traffic at all times.
No lane closure shall be permitted on the various City streets before
8:00 A.M. or after 4:30 P.M. Mondays through Fridays. Only under
special conditions shall the City have the right to permit lane closure
before 8:00 A.H. or after 4:30 P.M. .
No lane closure shall be allowed on Miller Avenue or Stevens Creek
Boulevard or other major streets before 9:00 A.M. or after 3:30 P.M.
Monday through Friday.
All costs of the above shall be included in the price bid for the
various bid items and no special compensation will be allowed.
The contractor shall maintain a minimum of two (2) travel lanes for
traffic on the major street for use in each direction at all times, and
one (1) travel lane for traffic use in each direction on minor streets,
with traffic control.
9. MAINTAINING TRAFFIC:
Attention is directed to Section 7-1.08, "Public Convenience," 7-1.09,
"Public Safety," 12-3.04 4POrtable Delineators", and 12-2-.02 "Flagging
Cost" of the Standard Specifications.
Special Provisions Page 11 of 15
s
MAINTAINING TRAFFIC CONTINUED:
The contractor shall notify local authorities and the Engineer of his
intent to begin work at least five (5) days before work is begun. The
Contractor shall provide a schedule of work and any changes to the
schedule as they occur, to the local authority and the City Inspector.
The contractor shall cooperate with local authorities relative to
handling traffic through the area and shall make his own arrangements
relative to keeping the working area clear of parked vehicles.
When leaving a work area and entering a roadway carrying public
traffic, the contractor's equipment, whether empty or loaded, shall, in
all cases, yield to public traffic.
Material or equipment shall not be stored within thirty feet 001 ) of
the edge of traffic lanes.
10. NOTIFICATION OF RESIDENTS:
The c-)ntractor shall notify the abutting residents along the street
where the work is to be done. The Contractor shall be responsible for
removal of vehicles which would interfere with the work and insure 48
hours notice is given to the property owner or tenant. If these
notification procedures are not strictly followed, the contractor shall
not be allowed to work on the street.
POSTING:
The contractor shall be responsible for providing and posting of
notices of work to be done and also responsible for any re-posting of
notices to streets that need to be rescheduled due to unforeseen
breakdown of equipment or other unforeseen delays. The date must be
printed in a. legible manner on the sign.
(Post "No Parking" signs at approximately 100 ft. intervals) .
TOWING PROCEDURE:
Cupertino Municipal Code section 11.24.200 D authorizes the tow away of
a vehicle parked on a public street where construction or street repair
work is scheduled to occur. The contractor performing the scheduled
work is responsible for erecting the required signs giving notice that
such vehicles may be towed away if left on the street during the day
the work is scheduled to be performed. The signs shall be erected at
least 48 hre. prior to the scheduled start of work. The Contractor
must notify Cupertino Code Enforcement (408-252-4505) with locations of
posting to verify forty-eight (48) hour notice.
11. PROTECTION OF PROPERTYt
The contractor shall maintain the work site as clean and as free of
debris as is feasible.
Special Provisions Page 12 of 15
4
PROTECTION OF PROPERTY CONTINUED:
The contractor shall not pile debris or equipment, or otherwise , on
private property, unless he has obtained specific permission from the
property owner. Contractor shall take reasonable precautions to cause
the least damage possible to existing improvements and landscaping in
the work area on both public and private property. Any repairs to
damage must be completed within the five (5) working days allowed at
the particular location. If the work is not completed the City shall
have the work completed and the Contractor shall be billed for the
work.
12. RELATIONS WITH PROPERTY OWNERS:
The contractor shall provide written notices to property owners or
residents at least forty-eight (48) hours in advance of all work
affecting their property over both walkways and driveways at all
times. Contractor shall provide all necessary bridges or ramps and/or
construct wr,rk in stages to allow access. All costs involved in
providing access shall be included in the amount bid for the various
bid items and no additional compensation will be allowed.
Notice to residents must be approved by the City Engineer prior to use.
13. TOPSOIL BACRFILL AND LANDSCAPE REPLACEMENT:
The contractor shall be required to backfill with clean topsoil to the
finish grade and replace in kind all landscaping where necessary in
areas adjacent to reconstructed concrete. All costs for furnishing,
compacting the topsoil and landscape shall be included in one or more
of the various bid items. Landscaping shall include but not be limited
to lawn, ground cover, planting, irrigation, headers, etc. This work
must be completed within the five (5) working days allowed at a
particular location. If the work is not completed the City shall have
the work completed and the Contractor shall be billed for the work.
14. QUANTITIES:
It is specifically pointed out that the quantities listed in the
proposed specifications are estimates only and being given on a basis
of comparison of bias, and the City of Cupertino does not agree that
the actual amount of work will correspond, but reserves the right to
increase or decrease the amount of any class or portion of the work, or
to omit items or portion of the work that may bit deemed necessary by
the Engineer. Tag QUANTITY LISTED FOR EACH ITEM MAY BE INCREASED OR
DECREASED UP TO TWENTY-FIVE PERCENT (25%) OF THE CONTRACT QUANTITIES
wlTa No CAA2N IN UNIT BID PRICE.
15. INSPECTION COSTS:
Inspection cost for any work done before 8:00 A.M. or after 4:30 P.M.
on a regular workday or on Saturdays, Sundays or Holidays, shall be
paid for by the contractor at the rate of Thirty-Five Dollars ($35.00)
per hour, except where such work is specifically required by the
specifications.
Special Provisions Page 13 of 15
16. NOISE CONTROL:
Grading, construction and demolition activities shall be allowed to
exceed the noise limits of Section 10.48.040 of the Cupertino Municipal
Code during daytime hours; provided that the equipment utilized has
high quality noise muffler and abatement devices installed and in good
condition and the activity meets one (1) of the follow criteria:
1. No individual device produces a noise level more than 87 dBA at a
distant of twenty-five feet (251 ) (7.5 meters).
2. A noise level on any nearby property does not exceed 80 dBA. it
is a violation of this chapter to engage in any grading, street
construction or underground utility work within seven hundred
fifty feet (7501 ) of a residential area on Saturdays, Sundays,
Holidays, and during the nighttime pe-Lod except as provided in
Section 10.48.030.
3. frading, construction, or demolition occurring during nighttime
period shall not be allowed unless they meet the nighttime
standards of section 10.48.040.
17. TESTING:
The City will call for and pay for the services of the testing
laboratory for various tests. The contractor shall be responsible for
and pay for tests and services as follows:
1. The scheduling and coordination with the City for any required
test. If a required test is scheduled by the contractor and, upon
arrival at the site, it is determined that the work is not ready
for testing, the contractor shall pay for all rescheduled tripe.
2. All costs for retesting items and failed tests that did not• meet
the specified requirements.
18. ITEMS AND WORK NOT SPECIFICALLY INCLUDED IN A DESCRIPTION:
It is specifically pointed out that any and all items and/or work
called for on the details and/or specifications, and not included in a
description or a specific bid item, shall be included by the bidder in
one (1) or more of the bid items and no special compensation will be
allowed.
This includes, but is not limited to, such items as flagmen, water, and
the providing of all safety requirements or work and materials required
to provide public convenience and safety, barricades, lights, vehicular
detours, pedestrian walkways, etc.
Prior to beginning any extra work for the project the Contractor is
required to have a signed authorization form from the City.
A foreman must be on the job at all times while work is being
performed.
Special Provisions Page 14 of 15
0
a
19. WATER:
. The furnishing of water and applying water shall be considered as paid
for in the items of work involved. In accordance with Ordinance No.
1489 effective April 15, 1989, no person shall use potable water for
construction purposes.
20. PAYMMM:
Payment shall be :Wade on only those addresses the City has approved and
for approved amounts. No other compensation will be allowed. A
payment schedule is available in the Public Works Department.
Change orders will not be considered or accepted after the project has
been accepted by the City Council.
Special Provisions Page IS of IS
4
VARIES Al
FP-
SAW `REMOVE AND6'/ SAW
CUT"' 'A � ' CUT
REPLAC /
co
,/-'�PARK WAY
e-`%STC. CURB 8 GUTTER
A
DETACHED SIDEWALK
G 41_8�� 4 _Gu 6"
STO CURB 8t IL
GUTTER PARKWAY 411 PC.C.
4�. a .S®04* e0.
(4'AGG. BASE
it
eAGM BASE
SECTION A-A
DETAIL A
Al (D
o e s a
VARI ES ;a
SAW CUT
REM®V AN �g
REPLA E
//
STD. CURB B GUTTER io
A
MONOLITHIC SIDEWALK
6 41_6" 4I_6" 6"
STD. CURB EN 4" RC.C.
GUTTER
.hot.
,$__ 4"AGG. BASE
4"AGG. BASE
SECTION A- A
DETAIL
X
S
N L rl ®ENDER BOAR® STAKE
SIDEWALK OR DRIVEWAY
g
e
N
I VARIES �� 1
P
5'8ENDER BOARD STLI-
bE
SIDEWALK OR DRIVEIAIAY 4A81� sr �
0 0• q • ® s
SLUM,
DETAIL C
K 1•ss BENDER ®OAR® INSTALLATION -
4
2.08'
SIDEWALK
11 ae�•
611 r
ig4 AGCG, . BASE
ROLLED CURE a GUTTER
DETAIL.
Ne S.
12 GUTTER
CURB
Ex.Q.C.
W
SAWCUT
Ex.A.C. PLAN
12"
• "' o .®. STANDARD CURB B GUTTER
OR
SAWCUT > Ca ®' 4® ' ROLLED CURB 8 GUTTER
® � oo a
4"ABM
SECTION
DETAIL E .
N.T.S,
A.C. REPLACEMENT
r
�• gar
�. 1jeTp��.
Ol
• A
1
STEVENS CREEK BUIDo
REPROVE EX.C a AND 3° 18° 12°
IPLSTALL DRIVEv1rAY
6 .C.C. ON 401A.B.
7vrr
vv� GA.
BRIDGE �--DIRT AREA ® _ DRIVEWAY - �--�-- -
nl'
SIDEWALK
I
THIS LOCATION IS WEST OF PHARLAP DR.
AND EAST OF THE BRIDGE OVER
STEVENS CREEK ,ON THE SOUTH SIDE OF THE STREET
DETAIL G
N T.a.
e
• TABLE "A•.
6tAw0omiAl Single Doge
ye diet�lt 4f Id' tY'
Gwllw4 Iti 84•
CARSIfItErgiAl Ana way Time way
mt
ems ' wt wq'
1 tntlu89PiA1 e»t.'Is8m' as 3O'
1 sn tIf' was 4'
s�
1'w11t. S $I"Wea to to copies"_Dort%to tKwsy 1s Dower
I ®ea, strut I a'.[' .:�8 •.,~ , - Oww a"adeNq coeerofe If not of wasting ost+e" ism
or wtlo Dtltf �oltA
id
or worluble
�l
3' tst�tltt •"T* us"
OtaA ttt^w wares It Its wa is orselor ltwt to'
S®
See Table 'A►"
PLAN VIEW
ld • MI®fI,
®'wtaawrlMl e►IggoMwl
IgosAw BtN twttw wr Ylwtlw= 1•.� b e• , ®■retl0ttllwt
to I■ ttl� jfdtt tr -1.$%to-o
do.
• Cf• • pA � ettt atl®f1t1
Coaaorebl and Iodeffrlol a►fetwtt
41111011 IlM tffolm Its" to
NOTC: aer,xaw orlvsweve oaf atasom SECTION S•S
It Itlswrial roar_ doss dames
net omfroom.
EANDAR0 DRI E ETA -I ithie Sidawdk
CITY ®� isUP911TIN®]AM ONO IN : CAN : 14 ,"'2 0
STANDARD ®NTAILS
e
RECONSTRUCTION OF CURBS, OARS AND SIDEWALKS PROJECT 91-103
Reviewed by:
C
Bo Botelho
Public Works Superintendent
Reviewed by: Approved by:
Trav ce Whitten rt J. ft kovich /
Assistant City Engineer irector o k
Public Works
Signature Page 1 of 1
SIDEWALK 06_Feh_91
I.D. SIDEWALK C/G DRIVEWAY ROOT PARK ppTli
# STREET NUMBER WIDTH SQ.F'T LF WIDTH LENGT SQ.FI' PRUNE STRIP REMARKS COMPLIA
I BARRANCA HOMESTEAD S/W CORNE 0.0 0.0 36i..F.ROLLY-1)CURII
2 LINDA VISTA DR. 10737 4.5 45.0 0.0 15.7 AGG.BLOCKS CAN BE MOVED
3 LINDA VISTA DR. 22096 4.5 20.3 0.0 11.5 61.6
4 DRYDEN AVE. 10845 4.5 60.8 0.0 24.8 AGG.CONC.IN PARK STRIP
5 ROSARIO AVE. 21677 4.5 76.5 0.0 20.0 63.0
6 CASTLETON ST. 21743 4.5 45.0 0.0 20.0
7 FLINTSHIRE ST. 21618 4.5 74.3 0.0 24.0 IRRIGATION BY%W
8 BUBB RD. 11 4.0 20.0 CO 0.0
9 REGNART RD. LINDY LN. 4.55 36.0 W! 12.7
10 REGNART RD. 21532 4.5 15.5 69.8 0.0 16.9 28.4
11 REGNART RD. 21561 4.5 14.0 63.0 0.0 0.0
12 REGNART RD. 21542 4.5 29.5 132.8 0.0 35.7
13 BELKNAP DR. 7949 4.5 10.5 47.3 17.5 0.0 16.5
14 BEI.KNAP CT. 1233 4.5 13.51 60.8 6.3 12.5 81.3 6.7 38.2
IS WEYMOTH DR. 1228 0.0 39.0 0.0 13.0 57.6
16 RANCHO VENTURA ST. 22425 0.0 27.5 0.0 14.0
17 SILVER OAK WAY X-FROM 22556 4.5 16.0 72.0 0.0 16.0
18 OAKLEAF PL X-FROM '!19 4.5 25.0 112.4 0.0 NO ROOT CUT
19 NOEL AVE. iu%13 4.5 13.5 60.8 0.0 9.0
20 NOEL AVE. 10463 4.51 11.0 49.5 1 0.0 13.0 62.1
21 MEYERHOLTZ Cr. 21761 4.5 12.51 56.3 1 0.0 16.0
22 SEPTEMBER DR. 801 4.5 12.0 54.0 1 0.0 18.0
23 SEPTEMBER DR. 810 4.5 12.5 56.3 6.5 8.5 55.3 19.0
24 SEFMMBER DR. 818 0.0 19.5 6.5 12.0 78.0
25 SEPTEMBER DR. 826 0.0 6.0 18.0 108.0 6.8
26 1 SEPTEMBER DR. 838 4.5 13.0 58.5 32.0 0.0 17.0 _
27 AUGUST LN. 7903 4.51 6.0 27.0 0.0 NO ROOT CUT
28 AUGUST LN. 7916 CS 13.5 60.8 0.0 18,0
29 SEPTEMBER DR. 1002 0.0 20.0 0.0 20A
30 SEPTEMBER DR. 1015 0.0 22.01 6.5 &0 52.0
31 FESTIVAL DR. 7826 0.0 11.01 0.0
32 OCTOBER WY. 965 0.0 14.0 0.0 15.0
33 1 OCTOBER WY. 1034 4.5 13.0 59.5 12.0 1 0.0 13.0 1
34 OCTOBER WY. 946 0.0 26.0 0.0
35 LILAC CT. 7814 4.5 15.5 69A 0.0 17.0
36 SAGE CT. 912 4.5 9.5 42.8 8.0 0.0 BRICK IN PARKSTRIP
37 SAGE CT. 914 0.0 18.0 0.0 BRICK IN PARKSTRIP
38 STELLING RD. 907 4.5 12.0 54.0 0.0
39 CARRIAGE CIR. 7707 4.5 10.0 45.0 19.51 0.01 14.5
40 HUNTERSON PL. 1173 4.5 14.5 65.3 0.0 11.0 COBBLESTONE IN PARKSTRIP
41 MARY AVE.N/SIDE OF GLENBROOK APT 4.0 10.0 40.0 0,0 7.7
42 MARY AVE.@ GLENBROOK APT.ENTRA 6.5 8.5 55.3 0.0 15.0
43 MARY AVE.X-FROM 10407 3.5 10.0 35.0 0.0
44 METEOR DR. 21357 4.5 9.0 40.5 0A
45 AMULET DR. 21386 4.5 120 54.0 1 0.0 15.0 67.5
46 PEBBLE PL. 10682 4.5 11.5 51.8 1 0.0 11.0
PAGE 1
SIDEWALK 06-Feb-91 °
I.D. SIDEWALK C/G DRIVEWAY ROOT PARK DA"il:
F STREET NUMBER WIDTH I LENG"C SQ.FT LF WIDTH LENGT SQ.FI PRUNE STRIP REMARKS COMPLL'13:
47 RUMFORD DR. 21341 4.51 205 92.3 0.0
48 VALLEY GREEN DR.@ BEARDON N/W C 4.5 33.0 148.5 0.0 22.0
49 BEARDON DR. 10160 0.0 26.5 0.0 15.01 50.4
50 PARK CIRCLE EAST 10162 4.5 8.0 36.0 0.0 18.01 87.8
51 PARK CIRCLE EAST 10193 4.5 7.5 33.8 0.0 11.0 63.0
52 ALVES DR.N/W OF Y.M.C.A. 4.5 8.5 38.3 0.0 8.5 24.7
53 SIACH WY.@ CAR WASH 5.0 17.0 85.0 16.0 0.0 10.5 34.0
54 SIACH WY. I 73 5.01 32.5 162.5 27.0 0.0 8.01 78.7
55 SCOFIELD DR. 2&745 0.0 13.5 0.0 5.3
56 SCOFIELD DR. 20745 0.0 25.0 0.0 4.5
57 SCOFIELD DR. 20745 4.5 13.0 58.5 0.0 5.0
58 BONNY DR. 10358 4.51 10.0 45.0 0.0
59 SHEL LY DR.X-FROM 20804 1 0.0 18.5 0.0
60 WESTACRES DR. 10357 4.5 12.5 56.3 1 0.0 5.7
61 WESTACRES DR. 10371 0.0 16.0 0.0 16.0
62 CRAIG CT. W647 4.5 10.0 45.0 0.0 11.0
63 NANCY CT. 20644 4.5 24.0 108.0 0.0 14.0
64 PARADISE DR. 20606 0.0 4.5 11.0 49.5
65 CHERYL DR. 20633 0.0 20.0 0.0 14.0
66 MCCLELLAN RD. 20900 4.5 42.0 189.0 0.0 12.0
67 MCCL.EL.LAN RD X-FROM 20891 4.5 17.0 76.5 4.5 3.0 13.5 12.7
68 ERIN WY. 7640 4.5 11.5 51.8 0.0 12.0
69 KIRWIN LN, 75" 0.0 11.0 0.0
70 KIRWIN L.N. 7515 4.5 29.5 132.8 24.0 0.0 13.0
71 BOLLINGER RD. 7471 4.5 6.5 29.3 0A
72 DEFOE DR. 7347 0.0 20.0 0.0 10.0
73 DEFOE DR.X-FROM 7565 4.5 10.0 45.0 0.0 _
74 KENTWOOD AVE. 1083 4.5 10.5 47.3 0.0 12.0
75 ROLLINGDELL DR.-SIDE 7497 4.5 10.0 45.0 0.0 10.0 STAY BTWN VALVE BOXi S
76 KENTWOOD AVE. 1151 4.5 10.0 45.0 0.0 10.0
77 STANFORD PL 7403 7.5 13.0 97.5 0.0 13.0
78 STANFORD PL 7483 4.5 11,0 49.5 0.0 9.0 STAY FAST Of VALVE BOX
79 ROLLINGDELL DR.-SIDE 7440 1 0.0 40.5 0.0 22.0 66.0
80 STEEPLECHASE DR. 1110 1 0.0 20.0 0.0
81 RAINBOW DR. 7344 4.5 To 31.5 0.0 15.0 97.5
82 GIL LICK WAY 20314 1 0.0 13.5 0.0 8.0
83 GILLICK WAY 20305 0.0 8.0 0.0
84 CLIFDEN WAY-SIDE 20306 4.5 16.0 72.0 10.0 0.0 10,0
85 PINOLE CT. 10707 0.0 31.0 0.0 10.0
86 PACIFICA 20184 4.5 7.5 33.8 0.0 16.0
87 SOMERSET Cr. 10397 0.0 17.0 0.0 4.0
88 RODRIGUES AVE. 20410 5.0 16.5 82.5 0.0 16.0 20.6
89 STEVENS CREEK BLVD. 20235 0.0 4.0 0.0
90 LAZANEO @ SCHOOL DISTRICT WALL N/ 3.5 8.0 _ 28.0 0.0 RI---PLACING A-C.WALK
91 CEDAR TREE CT. 10543 4.5 9.5 42.8 24.0 4.5 9,0 40.5
92 APPLE TREE N. 20075 0.0 23.5 0.0
93 APPLE TREE LN. 20157 0.01 25.01 TO.0 5.5
PAGE 2
SIDEWALK 05-Feb-91 •
I.G. SIDEWALK GG DRIVEWAY ROOT PARK DATE
S STREET NUMBER WIDTH LENGT SQ.Ff LF WIDTH LENGT SQ.FI' PRUNE STRIP REMARKS COMPI-Ell:
94 FORESTAVE.-W/SIDE-100'W/BLANEY 0.0 20.0 0.0 14.0
95 BETTE AVE. 10550 0.0 39.5 0.0 8.0
96 LANSDALE AVE. 10430 0.0 26.0 0.0 10.0
97 LANSDALE AVE. 10441 4.51 16.0 72.0 18.0 0.0 10.0
98 LANSDALE AVE. 10450 0.0 45.0 0.0 12.0
99 LAMAR DR. 19731 0.0 29.0 0.0
100 PINEVILLE AVE. 10421 0.0 27.0 0.0
101 DENISON AVE. 10134 4.5 14.5 65.3 0.0
102 DENISON AVE. 10044 0.0 37.5 0.0 10.5
103 DENISON AVE. 10316 4.5 35.0 157.5 0.0 17.0 53.5
104 MERRITT DR. 19892 0.0 18.5 0.0 15.0 _
105 BAYWOOD DR. 19M 0.0 11.0 0.0
106 MERRITT DR. 19%2 0.0 13.0 0.0 13.0
107 BAYWOOD DR. 1.9889 4.5 16.0 72.0 0.0
108 BLANEY AVE.N. 10351 4.5 17.0 76.5 13.0 0.0 16.0 TURF W_ \IRRIGATION
109 WHEATON DR.-SIDE 199% 4.5 10.0 45.0 0.0
110 TANTAU AVE.S/W CORNER OF HWY 280 0.01 37.0 0.0
III VALLCO PKWY.X-FROM TANDUM 0.0 13.5 0.0
112 TANTAU AVE.N/E CORNER OF HWY 280 5.0 11.5 57.5 15.0 0.0
113 MILLER AVE. 913 0.0 25.5 0.0 35.0
114 MILLER AVE. 929 0.0 27.0 0.0 15.0
115 MILLER AVE. 957 0.0 23.5 0.0 22.0
116 MILLER AVE. 967 0.0 51.01 0.0 18.5
117 STENDHAL LN. 753 0.0 20.0 0.0 16.0
118 SIENDHAL L.N. 765 0.0 22.0 0.0 6.0
119 TANTAU AVE.X-FROM 10570 4.0 8.0 32.0 0.0
120 SHADYGROVE DR. 6021 0.0 31.0 0.0 10.0 123.5
121 SHADYGROVE DR. 6045 0.0 31.5 0.0 22.0
122 SHADYGROVE DR. 6212 0.0 17.5 0.0 11.0
123 HYDE AVE. 892 4.5 22.5 101.3 40.0 8.5 18.0 153.0 12.0
124 WOLF RD.HP ENT.E/SIDE 4.01 6.0 24.0
125 WOLF RD.HP ENT.W/SIDE 4.01 6.0 24.0
126 RANDY LN. 10600 0.0 15 L.F.ROLLED CURB
T O T A L S 4705.5 1376.0 1 631.0 1175.41 1102.9 51 1_F.ROLLED CURB
ROOT PRUNING WILL BE PERFORMED A MINIMUM OF 12"FROM THE TREE.
PAGE 3
SIDEWALK 00-Feb-91
LD. SIDEWALK C/G DRIVEWAY ROOT PARK UAll--
# STREET NUMBER WIDTH LENGT SQ-FT LF WIDTH LENGT SQ.FT PRUNE STRIP REMARKS COMP'Ll-Ili
52 ALVES DR.N/W OF Y.M.C.A. 4.5 8.5 38.3 0.0 8.5 24.7 '
45 AMULET DR. 21386 4.5 12.0 54.0 0.0 15.0 67.5
92 APPLE TREE LN. 20075 0.0 23.5 0.0
93 APPLE TREE LN. 20157 0.0 25.0 0.0 5.5
27 AUGUST LN. 7903 4.5 6.0 27.0 0.0 NO ROOT CUT
28 AUGUST LN. 7916 4.5 13.5 60.8 0.0 18.0
1 BARRANCA HOMESTEAD CORNE 0.0 0.0 36L.F.ROLLED CURB
105 BAYWOOD DR. 19920 0.0 11.0 0.0
107 BAYWOOD DR. 1 4.51 16.0 72.0 0.0
49 BEARDON DR. 10160 0.0 26.5 0.0 15.0 50.4
14 BELKNAP CT. 1233 4.5 13.5 60.8 (1.5 12.5 81.3 6.71 38.2
13 BELKNAP DR. 7%9 4.5 10.5 47.3 17.51 0.0 16.3
95 BETTE AVE. 105511 0.0 39.5 00 8.0
108 BL.ANEY AVE.N. 10551 4.5 17.0 76.5 13.0 0.0 16.0 TURF W\IRRIGATION
71 BOLLINGER RD. 7471 4.5 6.5 29.3 0.0
58 BONNY DR. 10358 4.5 10.0 45.0 0.0
8 BUBB RD. 11226 4.0 5.0 20.0 4.0 0.0
39 CARRIAGE CIR. 7707 4.5 10.0 45.0 19.5 0.0 14.5 _
6 CAS RE TON ST. 21743 4.5 10.0 45.0 0.0 20A
91 CEDAR TREE Cr. 10543 4.5 9.5 42.8 24.0 4.5 9.0 40.5
65 CHERYL DR. 20633 0.0 20.0 0.0 14.0
84 CLIFDEN WAY-SIDE 20306 4.5 16.0 72.0 10.0 0.0 10.0
62 CRAIG CT. 20647 4.5 10.0 45.0 0.0 11.0
72 DEFOE DR. 7547 0.0 20.0 0.0 10.0
73 DEFOE DR.X-FROM 7565 4.5 10.0 45.0 0.0
101 DENISON AVE. 10154 4.5 14.5 65.3 0.0
102 DENISON AVE. 10344 0.0 3?.5 0.0 10.5
103 DENISON AVE. 10316 4.5 35.0 157.5 0.0 17.0 53.5
4 DRYDEN AVE. 10845 4.5 13.5 60.8 0.0 24.8 AGG.CONC.IN PARK STRIP _
68 ERIN WY. 7640 4.5 11.5 51.8 0.0 12.0 _
31 FESTIVAL DR. 7826 0.0 11.0 0.0
7 FLINTSHIRE ST. 21618 4.5 16.5 74.3 0.0 24.0 IRRIGATION BY S\W _
94 FOREST AVE.-W/SIDE-100'W/BLANEY 0A 20.0 0.0 14.0
82 GILLICK WAY 20314 0.0 13.5 0.0 8.0 _
83 GILLICK WAY 20305 0.0 8.0 0.0
40 HUNTERSON PL 1173 4.5 14.S 65.3 1 0.0 11.01 COBBLESTONE IN PARKSTRIP
123 HYDE AVE. 892 4.5 22.5 101.3 4).0 8.5 18.0 153.0 12.0
74 KENTWOOD AVE. 1083 4.5 10.5 47.3 _ 0.0 12.0
76 KENTWOOD AVE. 1151 4.5 10.0 45.0 0.0 10.0
69 KIRWIN L.N. 7544 0.0 11.0 0.0
70 KIRWIN L.N. 7515 4.5 29.5 132.8 24.0 0.0 13.0
99 LAMAR DR. 19731 0.0 29.0 0.0
96 LANSDALE AVE. 10430 0.0 26.0 0.0 10.0
97 LANSDALE AVE. 10441 4.5 16.0 .01 18.01 1 0.01 10.0 1 _
98 LANSDALE AVE. 10450 0.01 45.0 1 1 0.0
90 LAZANEO @ SCHOOL DISTRICT WALL N/ 3.5 8.0 28.01 1 1 1 0.01 1 1 REPI.ACIN6 A.C.WALK
PAGE 1
SIDEWALK 06-Feb-91 o r
LU. SIDEWALK QG DRIVEWAY ROOT PARK V DA71;
# S17REFT NUMBER WIDTH ILL NGT' SQ.1-1' LF WIDTH l ENGT SU_F1' PRUNE STRIP REMARKS _ COMPLI-Al.
35 LILAC CT. 7814 4.51 15.5 69.8 0.0 17.0
2 LINDA VISTA DR. 10737 4.5 10.0 45.0 0.0 15.7 AGG,BLOCKS CAN B1 MOVED
3 LINDA VISTA DR. 22096 4.5 4.5 20.3 0.0 11.5 61.6
42 MARY AVE.@ GLENBROOK APT.ENTRA 6.5 8.5 55.3 0.0 15.0
41 MARY AVE.N/SIDE OF GLENBROOK APT 4.0 10.0 40.0 1 0.0 7.7
43 MARY AVE.X-FROM 10407 3.5 10.0 35.0 0.0
67 MCCLELLAN RD X-FROM 20891 4.5 17.0 76.5 4.5 3.0 13.5 12.7
66 MCCLELLAN RD. 20900 4.5 42.0 189.0 0.0 12.0
104 MERRITT DR. 19872 0.0 18.5 0.0 15.0
106 MERRITT DR. 19902 0.0 13.0 0.0 13.0
44 METEOR DR. 21357 4.5 9.0 40.5 0.0
21 MEYERHOLTZ CT. 21761 4.5 12.5 56.3 0.0 16.0
113 MILLER AVE. 913 0.0 25.5 0A 35.0
114 MILLER AVE. 929 0.0 27.0 0.0 15.0
115 MILLER AVE. 951 0.0 23.5 0.0 27.0
116 MILLER AVE. 967 0.0 51.0 0.0 13.5 _
63 NANCY CT. 20644 4.5 24.0 108.0 0.0 14 V _
19 NOEL AVE. 10413 4.5 13.5 60A 0.0 9.0
20 NOEL AVE. 10463 4.5 11.0 49.5 0.0 13.0 62.1
18 OAKLEAF FL X-FROM 10109 4.5 25.0 112.5 0.0 NO ROOT CUT
32 OCTOBER WY. 965 0.0 14.6 0.0 15.0
33 OCTOBER WY. 1034 4.S 13.0 58.5 12.0 0.0 13.0
34 OCTOBER WY. 946 0.0 26.0 0.0
86 PACIFICA 20184 4.5 7.5 33.8 0.0 16.0
64 PARADISE DR. 20606 0.0 4.5 11.0 49.5
50 PARK CIRCLE EAST 10162 4.5 8.0 36.0 0.0 18.0 87.8
51 PARK CIRCLE EAST 10193 4.51 7.5 33.8 0.0 11.0 63.0
46 PEBBLE PL 10682 4.5 11.5 51.8 0.0 11.0
100 PINEVILLE AVE. 10421 004 27.0 0A
85 PINOLE CT. 10707 0.0 31.0 0.0 10.0
81 RAINBOW DR. 7344 4.5 7.0 31.5 0.0 15.0 9T5
16 RANCHO VENTURA ST. 22425 0A 27.5 0.0 14.0
126 RANDY L.M. 10600 0.0 1S I-F,ROLLED CURB
10 REGNART RD. 21532 4.51 15.5 69.8 0.0 16.9 28.4
11 REGNART RD. 21561 4.5 14.0 63.0 0.0 15.0
12 REGNART RD. 21542 4.5 29.5 132.8 0.0 35.7
9 REGNART RD. LINDY L.N.S/E CORNER 4.5 8.0 36.0 0.0 12.7
88 RODRIGUES AVE. 20410 5.0 16.5 82.5 0.0 16.0 20.6
75 ROLL INGDELL-DR.-SIDE 7497 4.5 10.0 45.0 0.0 10.0 STAY BTWN VALVE BOXL:s
79 ROLLIW9ELL DR. SIDE 7440 0.0 40.5 0.0 22.0 66.0
5 ROSARIC AVE. 21677 4.5 17.0 76.5 0.0 20.0 63.0
47 RUMFORD DR. 21341 4.5 20.5 92.3 0.0
36 SAGE CT. 912 4.5 9.5 42.8 8.0 0.0 BRICK IN PARKST'RIP
37 SAGE CT. 9141 1 0.0 18.0 0.0 BRICK IN PARKSTRIP�
55 SCOFIELD DR. 207451 0.0 13.5 0.0 5.3
56 SCOFIELD DR. 20745 1 0.0 25.0 0.0 4.5
57 SCOFIELD DR. 20745 1 4,51 13.0 58.5 0.0 5.0
PAGE 2
SIDEWALK 06-Feb-91
I.D. SIDEWALK C/G DRIVEWAY ROOT PARK pAT7
4< STREET NUMBER WIDTH LENGT SQ.Ff LF WIDTH LENGT SQ.FI' PRUNE STRIP REMARKS COMPLI'11;
22 SEPTEMBER DR. 801 4.5 12.0 54.0 0.0 18.0
23 SEPTEMBER DR. 810 4.5 12.5 56.3 t.1 8.5 55.3 19.0
24 SEPTEMBER DR. 818 0.0 19.5 6.5 12.0 78.0
25 SEPTEMBER DR. 826 0.0 6.0 18.0 108.0 6.8
26 SEPTEMBER DR. 958 4.5 13.0 58.5 32.0 0.0 17.0
29 SEPTEMBER DR. 1002 0.0 20.0 0.0 20.0
30 SEPTEMBER DR. 1015 0.0 22.0 6.5 8.0 52.0 _
120 SHADYGROVE DR. 6041 0.0 31.0 0.0 10.0 123.5
121 SHADYGROVE DR. 5 0.0 31.5 0.0 22.0
122 SHADYGROVE DR. 2 0.0 17.5 0.0 11.0
59 SHELLY DR.X-FROM 0.0 18.5 0.0
54 SIACH WY. 10073 5.0 32.5 162.5 27.0 0.0 8.0 78.7
53 SIACH WY.@ CAR WASH 5.0 17.0 85.0 16.0 0.0 10.5 :A.0
17 SILVER OAK WAY X-FROM 225% 4.5 16.0 72.0 0.0 16.0
87 SOMERSET CT. low' 0.0 17.0 0.0 4.0
77 STANFORD PL 7403 7.5 13.0 97.5 0.0 13.0
78 STANFORD PL 7483 4.5 1 i.0 49.5 0.0 9.0 STAY EAST OF VALVE BOX
80 STEEPLECHASE DR. 1110 0.0 20.0 0.0
38 STELLING RD. 907 4.5 12.0 54.0 0.0
117 STENDHAL LN. 753 0.0 20.0 0.0 16.0
118 STENDHAL LN. 765 0.0 210 0.0 6.0
89 STEVENS CREEK BLVD. 20235 0.0 4.0 0.0
112 TANTAU AVE N/E CORNER OF HWY 280 5.01 11.5 57.5 15.0 0.0
110 TANTAU AVE.S/W CORNER OF HWY 290 1 0.0 37.0 0.0
119 TANTAU AVE X-FROM 10570 4.01 8.0 32.0 0.0
I I I VALLCO PKWY.X-FROM TANDUM 0.0 13.5 0.0
48 VALLEY GREEN DR.@ BEARDON N C 4.5 33.0 148.5 0.0 22.0 --
60 WESTACRES DR. 10357 4.5 12.5 56.3 1 0.0 5.7
61 WESTACRES DR. 10371 0.0 16.0 0.0 16.0
15 WEYMOTH DR. 1228 0.0 39.0 0.0 13.0 57.6
109 WHEATON DR.-SIDE 19994 4.5 10.0 45.0 4.0
124 WOLF RD.HP ENT.E/SIDE 10.0 6.0 24.0
125 WOLF RD.HP ENT.W/SIDE 4.0 6.0 24.0
TOTALS i 4705.5 1376.0 1 631.0 1175.4 1102.9 51 L.F.ROILED CURB
ROOT PRUNING WILL BE PERFORMED A MINIMUM OF 12"FROM THE TREE.
PAGE 3
OtM ®f Cupert®"o
r 10300 Torre Avenue P.O.Box 580
Cupertino,CA 95014-3 25 5 Cupertino,CA 95015-0580
Telephone:(408)252-4505
FAX (408)252-0753
DEPARTMENT OF THE CITY CLERK
March 28, 1991
West Coast Concrete
Attention: Armster Bailey
3750 McKee Road
Suite A
San Jose, CA 95127
Bid: Reconstruction of Curbs, Gutters and Sidewalks, Project 91-103
Your bid is being returned to you along with you-7 check for $6,855. The
bid is incomplete and therefore cannot be accepted,
Page 6 of the bid proposal is neither completed nor signed. Addenda 1 is
not circled as having been received,
Page 7, Noncollusion Affidavit, is also not signed.
There is no name, address or any identifying information on your bid.
I have reviewed this with the City Attorney and based on the above, he has
determined your bid must be rejected.
Sincerely;--�
C
DORpIW CORN1=S
CITY CLERK
C"TY OF CUPERTINO
DC/so
encl.
0213013990 t
DATE -- 1
MARCH 26, 1991 11
PAYTo rwROF* *PiE CITY OF CUFERTINO* [$****6,88'
.00tk$a>Ac44 t
I
t V=IF OVER S 10,000
)OFFICIAL CHECK - f
-WELLS FARGO&COMPANY ISSUER I'I
420 MONTGOMERY.SAN FRANCISCO,CA 94163 AUT OR2ED WELLS FARGO A..AGENT 1
PAYABIE AT%VE L5 FARGO BANK,NA. I
y4151396-4554
,
1190 2 1 30 1 3 9 90us 1: 1 2 1000 24Bs:L86 1 503 266lt®
r Cit4 of Cuptrti"D
10300 Torre Avenue P.O.Box 580
Cupertino,CA 95014-3 25 5 Cupertino,CA 95015-0580
lelephone:(408)252-4505
FAX: )408)252-0753
DUARTMENT OF THE CITY CLERK
March 28, 1991
West Coast Concrete
Attention: Armster Bailey
3750 McKee Road
Suite A
San Jose, CA 95127
Bid: Reconstruction of Curbs, Otters and Sidewalks, Project 91-103
Your bid is being returned to you along with your check for $6,855. The
bid is incomplete and therefore cannot be accepted.
Page 6 of the bid proposal is neither cmnpleted nor signed. Addenda 1 is
not circled as having been received.
Page 7, Noncollusion Affidavit, is also not signed.
There is no name, address or any identifying information on your bid.
I have reviewed this with the City Attorney and based on the above, he has
determined your bid must be rejected.
Sincerel
DORC M CORNELIUS
CITY cum
CITY OF CUPERTINO
DC/so
encl.
r�
V ,
A0
J
++� 213 0213013990
WELIS FA W& COMPANY
' DATE
MARCH 26, 1991
%24f213
21m * * * * * * * * * **** 95.00
*** !!
PllY,o TPff oROER� THE CITY OF CUPERT INO* S 6,8$S.00 �
VOID IF OVER S10.000
'OFFICIAL CHECK i
WELLS FARGO B COMPANY ISSUER /
j 420 MONTGOMERY.SAN FRANCISCO,CA 94163 AU Q!ff ELLS FARGO. . A,AGENT
tt -PAYABLE AT WELLS FA8GO RANK.N.A.
4
415y396-4554
1190 2 i 30 iI 3990,1' o: 6 2 b000 2413i:L,86 1 50 3 2C F3u8
CitN of Cuperti"o
10300 Torre Avenue P.O.Box W
Cuperuno,CA 95014-3255 Cupertino,CA 95015-0580
Telephine (408)252.4505
FAX: (408)252-0753
DFi'ART'v1EhN'T OF THE CITY CLFRK
April 17, '.-191
R. H. Wenner Construction Co.
390 Martin Avenue
Santa Clara, CA 95050
RECONSTRUCTION OF CURBS, GLITTERS AND SIDELJALKS, PROJECT 91-103
Dear Mr. Wehner:
We are enclosing to you for your files one (1) copy of the Agreement by
and between the City of Cupertino and R. H. Wehner Construction Co. , which
has been fully executed by City Officials.
Enclosed please find your bid bond.
Si/nce�rely
DOROM CORNELIUS '
CITY CLERK
CITY OF CUPEE=O
DC/so
encl.
cc: Department of Public Works
A
RESOLL)TION NO. 8361
A IMSOLMION OF THE CITY C:OMMI, OF THE CITY OF C UPEFaM O
CECLARING ITS IIFMMON TO ORDER VACATION OF A PORTION OF
MYRAMOR c ROAD LOCATED AT ITS SOMEASTERLY TERMINUS
AS MVIDED IN SECTION 8320 ET SEQ. OF THE SUMS AND
HIGOWS CODE OF THE STATE OF CALIFp M, F M4G `YIE
TIME AND PLACE FOR PUBLIC HARING AND PEDVICING FCR NOTICE TMWF
wHERF.AS, that portion of City street known: as Miramm*a Road at its
southeasterly terminus and more particularly cies.criberi in description and
map attached hereto and made a part hereof as Exhibits "A.111 and 10B.111,
resp&--tively, is unnecessary for present or prospective public street
Purposes; and
WHEREAS, the City Council elects to proceed pursuant to the provisions
of Section 8320 et seq. of the Streets and Highways Code of the State of
California; and
WHEREAS, it is deemed to be in the public interests that the City
Cowicil elects to proceed to order said vacation;
NOW, MERErM, EE IT RESOLVED that the City Council hereby declares
its intention to vacate the aforesaid portion of City street.
BE IT FURTHER RESOLVED:
1. Mat the 6th day of May, 1991, at 6:45 p.m., in the Council
Chamber, City Hall, 10300 Tbrre Avenue, Cupertino, California is the time
and place fixed for hearing an the above proposed vacation:
2. That the aforesaid date is not less than 15 days fr®n passage of
th# resolution pursuant to law;
3. That the City Clerk shall cause a certified copy of this
resolution to be published in the manner prescribed by law, and shall
cause certified copies to be posted along the line of said property
proposed to be vacated at least 10 days before the date of hearing and no
more than 300 feet apart with a mininum of 3 being posted.
DESCRIPTIONOFROADWAY EASEMENT
TO BE ABANDONED
BY
CITY OF CUPERTINO
TO
GLORY ANN E BRATTON
FOR
ADDITION TO FORMER LOT 44
All that real property situated in the County of Santa Clara, State of
California, more particularly described as follows:
Beginning at a point at the intersection of the northeasterly line of
Miramonte Road, 40 feet in width,with a line parallel to and measured
ten (1n) feet perpendicular distant southeasterly from the north-
westerly line of Lot 44, as said Miramonte Road and Lot 44, are shown
upon the "Map of 9th Addition Monta Vista" , a !lap of which 1s recorded
in Book "P" of tiaps, page 16, Santa Clara County Records; thence along
the said northeasterly line of Miramonte Road S 39° 12' 11 " E, 38.39
feet to the beginning of a tangent curve; thence on a curve to right,
having a radius of 30 feet, through a central angle of 78° 24' 22",
for an arc length of 41 .05 feet to a point on the center line of said
Miramonte Road; thence along the said center line of Miramonte Road,
N 39° 12' 11 " E, 66.67 feet to the intersection thereof with the south-
westerly prolongation of the said parallel line, parallel to and
measured ten (10) feet perpendicular distant southeasterly from the
northwesterly line of Lot 44; thence along the said southwesterly
prolongation, M 50° 47' 49" F. 20.00 feet to the point of beginning.
! 5 2
� Za• ZQ'
.:3 A
417
i Zt 43
I �'Tl � �r7
'
I IVSO1147 49'",-,
l
°� �oii��of Be9ii�nin9, R�uJ �
IVS0047 49
NSBo40'27- ) •i
f ,r
. 7B'24 22"
%3
• i
CIVIL Et CONSTRUCTION CONSULTANTS. INC. I
1376 No. 4th St.
(408) 437-1858 San Jose. California 95112
LANDS Of Tl?UMA N .RANSOM
BRATTON and GLORY 4/VN PLAT ;r0 ACCOM PRNY 0ESCR1,'T/ON OF 1
QRli rro i e/' 41X EX/$T/NG EASEMENTS TO 8� !
AP AI. 356 - O/ -0/3 i9Q1q/V,00N ED ,C
SCALE: I ''0I OATS: DEC./9499 g NO.(5 9I8✓1
C4tiq of Cuperti"o
10300 Torre Avenue P.Q.Box 580
Cupertino,CA 95014-3255 Cupertino,CA 95015-0580
Telephone:(408)252-4505
FAX: (4081 252-0753
DEPARTMENT OF THE CITY CLERK
March 28, 1991
West Coast Concrete
Attention: Armster Bailey
3750 McKee Road
Suite A
San Jose, CA 95127
Bid: Reconstruction of Curbs, Gutters and Sidewalks, Project 91-103
Your bid i-, be.Lng returned to you along with your check for $6,885. The
bid is inccuplete and therefore cannot be accepted.
Page 6 of the bid proposal is neither completrd nor signed. Addenda 1 is
not circled as having been received.
Page 7, Noncollusion Affidavit, is also not signed.
There is no name, address or any identifying information on your bid.
I have reviewed this with the City Attorney and based on the above, he has
determined your bid must be rejected.
Sin - y,
DO txTXUS
CITY CLERK
CITY OF CUPERTINO
DC/so
encl.
On this date March 28, 1991 per telephone call to Dorothy Cornelius,
the bid for Project 91-103 and the Check for $6,885 will be picked up by a
rep tive f West Coast Concste.
Representative for West Coast Cmerate in recx-,ipt of check in the amount
of $6,885.00.
M
8
CITY OF CUPERTINO
DEPARTMENT OF PUBLIC WORKS
CALL FOR BIDS
RECONSTRUCTION 0ae CUP133, GUTTERS AND SIDEWALKS
PROJECT 91-103
BID OPENING
TUESDAY
March 26, 1991
2.00 P.M.
Bert J. Viskovich
Director of Public Works
City of Cupertino - Public Works Department
10300 Torre Avenue
Cupertino, CA 95014
Filet 50,320
r-,
r
TABLE OF CONTENTS
CONTRACT DOCUMENTS
A. BID DOCUMENTS
1. Notice to Contractors
2. Proposal
B. GENERAL PROVISIONS
1. Definition of Terms
2. Prosecution and Progress
3. Control of Work
4. Control of Materials
S. Legal Relations and Responsibilities to the Public
6. Proposal Requirements and Award of Contract
C. SPECIAL PROVISIONS
1. Location of Work
2. Scope of Work
3. Estimated Quantities
4. Explanation of Bid Items
5. Limits of Work
6. Location
7. Time of Completion/Liquidated Damages
B. Traffic Control
9. Maintaining Traffic
10. Notification of Residents
11. Protection of Propercy
12. Relations with Property Owners
13. Topsoil Backfill and Landscape Replacement
14. Quantities
15. Inspection Costs
16. Noise Control
17. Testing
18. Items Not Specifically Included in Description
19. Water
20. Payment
D. DETAIL SHEETS
1. Detail A - Detached Sidewalk
2. Detail B - Monolithic Sidewalk
3. Detail C - Bender Board Installation
4. Detail D - Rolled Curb and Gutter
5. Detail E - A. C. Replacement
C. Detail F - Pacifica Ave. Sidewalk
7. Detail G - Stevens Creek Blvd. Driveway
8. Standard Driveway Detail 1-20
E. SIGNATURE PAGE
NOTICE TO CONTRACTORS
City of Cupertino
10300 Torre Avenue
Cupertino, Californit 95014
RECONSTRUCTION OF CURES, GUTTERS AND SIDEWALKS
PROJECT 91-103
The City of Cupertino, Santa Clara County, California, invites sealed
proposals for the construction of the work as delineated on the Plans or
in the Specifications, entitled, RECONSTRUCTION OF CURBS, GUTTERS AND
SIDEWALKS, PROJECT 91-103
Said Sealed proposals will be received at the office of the City Clerk,
Room 205, City Hall, City of Cupertino, California, until 2:00 P.M.
TUESDAY, March 26, 1991 at which time they will be publicly opened and the
comparative totals read.
All bids received will be reported to the City Council of Cupertino within
thirty (30) days of receipt, at which time the Council will review and act
upon the bids submitted. Award, if any, will be to the lowest reelinsible
bidder.
Payment will be made in cash by said City ipon submission by the
Contractor and approval by the Engineer of a progress billing which
reflects the value of the work completed. The progress payments made as
work progresses will be payments on account and will not be considered as
an acceptance of any part of the materials or workmanship required by the
Contract. Pursuant to Section 4590 of the California Government Code, the
Contractor will be permitted, at its request and sole expense, to
substitute securities for any monies withheld by the City to ensure
performance nder the contract. Said securities will be deposited either
with the City or with a State or federally chartered bank as escrow agent.
Securities eligible for this substitution are those listed in section
16430 of the California Government Code or bank or savings and loan
certificates of deposit, interest bearing demand deposit accounts, standby
letters of credit, or any other security mutually agreed to by the
Contractor and the City. The Contractor shall be the beneficial owner of
any securities substituted for monies withheld and shall receive any
interest thereon.
All proposals or bide shall be accompanied by a cashier's or certified
check payable to the order of the City of Cupertino, amounting to ten (10)
percent of the bid, or by a bond in said amount and payable to said City,
signed by the bidder and a corporate surety, or by the bidder and two
sureties who shall justify before any officer competent to admin+ster an
oath, in double said amount and over and above all statutory exemptions.
Said check shall be forfeited or said bond shall become payable to the
City in case the bidder depositing the same does not, within ten (10) days
after written notice that the contract has been awarded to :aim, enter into
a contract with the City.
Notice to Contractors Page P2
Contractor shall. furnish to City a faithful performance bond and a labor
and material bond as required in said specifications.
It shall be mandatory upon the Contractor to whom the contract is awarded,
and upon all subcontractors under hiss to pay not less than said general
prevailing rates of per diem wages to all laborers, workmen, and mechanics
employed in the execution of the contract.
All bids shall be compared using the estimate of quantities prepared by
the Engineer of Work and the unit prices submitted. No incomplete nor
interlineated proposal or bid will be accepted. Bidders are required to,
bid on all items of the proposal.
No bid will be accepted from a contractor who has not been licensed in
ac:ordance with the provisions of Chapter 9 of Division 3 of the Business
and Professions Code of the State of California.
The contract shall not be awarded to any bidder who does not possess the
proper classification of license.
Special attention of bidders is directed to Section 7 of the General
Provisions for full directions as to bidding.
Plans, Specifications and Contract Documents may be reviewed and copies of
same may be obtained at the office of the City Engineer, City Hall,
Cupertino, California, upon deposit therefore of $5.00 per set, none of
which deposit will be refunded.
The City of Cupertino reserves the right to reject any or all bids, and
further reserves the right to delete any item or items from the proposal
or to increase or decrease the quantity of any item thereof.
CITY OF CUPERTINO
Date: // I4J�% !/j�j By.
City Clerk
Publl9ha Cupertino Courier
March 13, 1991
March 20, 1991
PROPOSAL
RECONSTRUCTION OF CURBS, GUTTERS AND SIDEWALKS
PROJECT 91-103
TO THE DIRECTOR OF PUBLIC WORKS, CITY OF CUPERTINO, STATE OF CALIFORNIA,
SANTA CLARA COUNTY;
Dear Sir:
In compliance with the Specifications furnished for the Reconstruction of
Curbs, Gutters and Sidewalks, Project 91-103, I, the undersigned, hereby
declare that I have read the proposal requirements and hereby propose to
do all work required to complete the said work in accordance with the
specifications and/or plans for the amounts se_ forth herein on the
incorporated schedule.
The work shall consist of furnishing of all labor, equipment and materials
necessary for the removal and reconstruction of certain concrete curbs,
gutters and sidewalks complete in place, in accordance with the special
provisions and the City of Cupertino Standard Specifications and Details.
The contractor is cautioned that utilities and/or sprinkler systems exist
with this project and he will be required to use extreme caution to
prevent any damage. Any damage to the existing utilities shall be
repaired at the expense of the contractor.
A bid bond in the amount of ten percent (10%) of the base bid is required.
BID EST.QTX.
ITEM UNIT ITEM
1. 4,706 SF Remove & reconstruct concrete $ "/� - /SF $
sidewalk complete & in place
Dollars/SF
2. 1,376 LF Remove & Reconstruct concrete $ _ /LF
curb & gutter complete & in
place
Dollars/LF
3. 631 SF Remove & reconstruct five /SF
inch (5") PCC driveway complete
& in place for
Dollars/SF
Proposal Page 1 of 7
4. 1176 LF Provide for root cutting of S ICi /LF 5
street trees complete & in
place for
Dollars/EA
5. 51 LF Remove & reconstruct concrete $ Z 0 LJLF $ l 0
rolled curb & gutter complete
& in place
Dollars/LF
6. 150 LF Saw Cute $ 3 J /LF $
Dollars/L.F
7. 1103 SF Remove paving material S /SF $ • _
from park strip
Dollars/SF
o�
8. 188 SF Construct sidewalk trap- $ -- /SF $
sition
9. 1 LS Construct driveway S 'g . /LS $
TOTAL
ALTERNATIVE BID:
BID EST.¢TY.
ITEM UNIT ITEM �.
1. 1,376 LF Remove & reconstruct con- $ /LF
crete, curb & gutter with
12" wide concrete at lip
of gutter complete & in
place
2. 51 LF Remove & reconstruct con- 5 �°� /LF
crete rolled curb & gutter
with 12" wide concrete at
lip of gutter complete &
in place
3. 1,427 LF Place lamp black on con- $ JLF $ �r
Crete in A.C. area at lip
of gutter j
Y
Proposal Page 2 of 7
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 they 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 occi:r.
Attached hereto is the required certified check or bid bond in the
amount of S u' �~" -_ _. as required by law and the Notice to Bidders
(40% of bid amount)
BID PROPOSAL PAGE 3 OIL 7
A. BID DOCUMENTS, Continued
BIDDER QUALIFICATION FORM ,,T ,- v
In further compliance with the specifications furnished, the
undersigned submits the following statements as to his experience and to
his qualifications as a part of this proposal, and the truthfulness and
utterance of the information is hereby guaranteed.
(1) How many years has your organization been in
business under its present name? f 3 •-
(2) How many years experience in wL comparable with
that required under the proposed contract has your
organization had by this or any other name? .p
(3) ContLactor's License No.
State of California, Classification
Expiration Date
(4) List work similar in character to that required in the
proposed contract which your organization or personnel in
your organization has completed within the past 3 years.
Year Class, Location of Work and for Whom Performed Contract Amount
r" •"� 1 t.///�.f.-f' �}/ �( Yf�� r�•[(Lie,%'
BID PROPOSAL PAGE 4 OF 7
A. BID DOCUMENTS, Continued
Name of Proposed Sub-Contractors, if any
(Section 4104, Government .Code)
2.
3.
4.
5.
6.
Address if Shop or Office of Sub-Contractors
(Section 4104, Government Code)
1
2.
3.
4.
5.
6.
Work to be Performed by Sub-Contractors
(Section 4104, Government Code)
7 14-
2.
3.
4.
5.
6.
BID PROPOSAL PAGE 5 OF 7
A. BID DOCUMENTS, Continued
IF YOU ARE AN INDIVIDUAL, SO STATE. IF YOU ARE A FIRM OR CO-PARTNERSHIP,
STATE THE FIRM NAME AND LIST THE NAMES OF ALL INDIVIDUAL CO--PARTNERS
COMPOSING THE FIRM. IF A CORPORATION, STATE LEGAL NAME OF CORPORATION,
ALSO NAMES OF PRESIDENT, SECRETARY-TREASURER AND MANAGER. THE CORPORATE
SEAL MUST BE AFFIXED. THE INFORMATION CONTAINED IN THIS BID IS BEING MADE
UNDER PENALTY OF PERJURY.
TYPE OF BUSINESS: Individual:
Co-Partnership
Corporation _
Joint Venture
Other
(Describe)
Name and Signature of Bidders
(Print)
(Signature)
Address (Both mailing and location addresses) :
Telephone Number:
Date:
Addendas Received:
1 2 3 4 5
BID PROPOSAL PAGE 6 OF 7
NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY
BIDDER AND SUBMITTED WITH BID
State of California es.
County of
being first duly sworn, deposes
and says that he or she is of
the party making the foregoing bid that the bid is not made in the
interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation; that the bid is
genuine and not collusive or sham; that 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; that 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, prcf it, 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 interest in the proposed contract; that
all statements contained in the bid are true; and, further, that the
bidder has not, directly or indirectly, submitted his or her bid price or
any breakdown thereof, or the 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.
Name and Signature of Bidder:
(Print)
($ gnatura)
Date:
BID PROPOSAL PAGE 7 OF 7
91-012 RECONSTRUCTION OF CURBS, GUTTERS AND 3 of 5
SIDEWALKS PROJ. 91-103
IL GENES MYLUM
a.. QZ IT&MA&2 SPECIFICATIONS
By this reference, the Standard Specifications of the State of
California. Department of Transportatien dated January, 1988 (herein referred
to as "Standard Specifications") is incorporated and adopted as the Standard
Specifications and shall apply together with the modifications contained
herein.
21 HEAD g i�,$ CITATIONS
The section and other headings and citations to the State Standard
Specifications are inserted solely as a matter of convenience and are not a
part of the City's Standard Specifications.
_I., DEFINITIQNS
The definitions and terms outlined in Section I of the State Standard
Specifications shall apply with the following modifications:
1-1.13: "Department" means the City of Cupertino (hereinafter referred to
as "City") .
1.1.15: "Director" means the Director of Public Works/City Engineer, City
of Cupertino (hereinafter referred to as "Engineer") .
1-1.18: "Engineer" means the Director of Public Works/City Engineer, City
of Cupertino, or appointed agent(s) (hereinafter referred to as "Engineer") .
1-1.25: "Laboratory" means the City's approved testing laboratory.
1-1.32: "Proposal Form" means the form(s) provided by the City and
provided in the Special Provisions of the Project Specifications and upon
which the City requires formal bids be prepared and submitted for the work.
1-1.39: "State" means the City of Cupertino.
4� PROSECUTION AMPAOGAESS QZ WORK
A, Noise Control
Grading, construction and demolition activities shall be allowed to
exceed the noise limits of Section 10.48.040 of the Cupertino Municipal Code
during daytime hours provided that the equipment utilized has high quality
noise muffler and abatement devices installed and in goods condition and the
activity meets one of the following criteria:
1. No individual device produces a noise level more than eighty-nine(89) dBA
at a distance of twenty-five(25) feet from said device.
2, A noise level on any nearby property does not exceed seventy(70) dBA.
General Provisions page 1 of 11
e,, Noise Contggl(Cont'd)
It is a violation of this chapter to engage in any gra.dirg, street
construction ar underground utility work within seven hundred fifty(750) feet
of a residential area on Saturdays, Sundays, Holidays and during the nighttime
period except as provided in Section 10.48.030, emergency exception. Grading,
construction or demolition occuring during nighttime periods shall not be
allowed unless they meet the nighttime standards of Section 10.48.040, daytime
and nighttime maximum noise levels.
!a,,, Progress gf t. m irk
The contractor shall begin work within fifteen(15) days after recieving
notice that the contract has been approved, or upon reciept of notice to
proceed, and shall diligently and continuously prosecute the same to
completion within the number of working or calendar days as shown in the
Special Provisions.
, Record Drawings
The Contractor, upon completion of this project, shall furnish and submit
a set of accurate "Record Drawing" plans to the Department of Public Works.
Five(5) sets of "Electrical Schematics" of the traffic signal cabinet and
service equipment enclosure snall be provided by the Contractor on projects
where traffic signals are constructed or modified in any way. These plans
shall show all contract change order work amd all variations in the
construction from the, plans provided to the Contractor by the City.
$.. Right sf VY
The right of way for the work to be constructed will be provided by the
City. The Contractor shall make arrangements and pay all expenses for
additional area required outside of the limits of right of way.
eb Suspension 21 1tam Contract
If, at any time, the City determines that the Contractor has failed to
supply an adequate working force or material of proper quality, has failed in
any other respect to prosecute the work with the diligence and force specified
and intended in and by the terms of the contract, or has failed to comply with
any of the terms of the State Public Contract Code, written notice to correct
any such deficiencies shall be served to the Contractor. Should the Contractor
neglect or refuse to provide means for a satisfactory compliance with the
contract 'as directed by the Engineer, within the time specified in such
notice, the City shall have the power to suspend the operation of the
Contractor. Upon recieving notice of such suspension, the Contractor shall
discontinue said work, or such parts of it as tv<- City may designate. Upon
such suspension, the Contractor's control shall terminate, and thereupon the
City of its duly authorized representative may take possession of all or any
part of the Contractor's materials, tools, equipment and appliances upon the
premises, and use the same for the purpose of completing said contract. The
City may employ other parties to carry the contract to completion, employ the
necessary works, hire equipment, substitute other machinery and materials,
General Provisions page 2 of 11
1, WogOL= gj Sh& Contract(Cont'd)
purchase the materials for, and buy such additional materials and supplies at
the Contractor's expense as may be necessary for the proper conduct of the
work and for the completion of the contract.
The City may annul and cancel the contract and relet the work or any pant
thereof. Any excess of cost arising therefrom over and above the contract
price will be charged against the Contractor and the Contractor's sureties,
who will be liable therefore. In the event of such suspension, all money due
the Contractor or retained under terms of this contract shall be forfeited to
the City. Such forfeiture will not release the Contractor, or sureties from
liability for failure to fulfill the contract. The Contractor and the
Contractor's sureties will be credited with the amount of money so forfeited
toward any excess of cost over and above the contract price, arising from the
suspension of the operations of the contract and the completion of the work by
the City as above provided, and the Contractor will be so credited with any
surplus remaining after all gust claims for such completion have been paid.
In the determination of the question whether there has been any such non-
compliance with the contract as to warrant suspension or annulment thereof,
the decision of the City Council of the City of Cupertino shall be binding on
all parties to the contract.
L, Time 21 (oM2 etion MW Lauidated
The work to be performed under this contract shall be completed in
accordance with Section B. paragraph 4b, above. It is agreed by the parties to
the contract that in case all the work called for under the contract, in all
parts and requirements, is not finished or completed within the number of days
as set forth in the Special Provisions, damage will be sustained by the City.
It is further agreed that it is and will be impracticable and extremely
difficult to ascertain and determine the actual damage which the City will
sustain in the event of or by reason of such delay. It is therefore agreed
that the Contractor will pay to the City, the sum set forth in the Special
Provisions, per day for each and every day of delay in finishing the work in
excess of the number of days prescribed. The Contractor agrees to pay said
liquidated damages herein provided for, and further agrees that the City may
deduct the amount thereof from any monies due or that may become due to the
Contractor under the contract.
It is further agreed that in case the work called for under the contract
is not finished and completed in all parts and requirements within the number
of days specified, the Engineer shall have the right to increase the number of
days or not, as may be deemed in the best interest of the City. If the
Engineer decides to increase the said number of days, the City shall further
have the right to charge to the Contractor, the Contractor's heirs, assigns or
sureties the actual cost of engineering, inspection, superintendence, and
other overhead expenses which are directly chargeable to the contract, and
which accrue during the period of such extension. The cost of final surveys
and preparation of final estimate shall not be included in such charges.
The contractor will be granted an extension of time and will not be
assessed with liquidated damages or the cost of engineering and inspection for
any portion of the delay in completion of the work beyond the time named in
General Provisions page 3 of 11
f- IJAM 99 ComAletion And LL_midated Damages(Cont'd)
the Special Provisions for the completion of the work caused by acts of God or
of the public enemy, fire, floods, tidal waves, earthquakes, epidemics,
quarantine reatrictions, strikes, labor disputes, shortages of materials and
freight embargoes, provided, that the Contractor shall notify the Engineer in
writing of the causes of delay within fifteen(15) days from the begining of
any such delay. The Engineer shall ascertain the facts and the extent of the
delay. The Engineer's findings thereon shall be final and conclusive.
No extension of time will be granted for a delay caused by a shortage of
materials unless the Contractor furnishes to the Engineer documentary proof
that every effort has been made to obtain such materials from all known
sources within reasonable reach of the work in a diligent and timely manner.
Further proof in the form of supplementary progress schedules, as required in
Section 8-1.04 of the State Standard Specifications ("Progress Schedule") ,
that the inability to obtain such materials when originally planned did in
fact cause a delay in the final completion of the entire work, which could not
be compensated for by revising the sequence of the Contractor's operations,
shall be required. The term "shortage of materials," as used in this section,
shall apply only to materials, articles, parts or equipment which are standard
items and are to be incorporated in the work. The term "shortage of
materials," shall not apply to materials, parts, articles or equipment which
are processed, made, constructed, fabricated or manufactured to meet the
specific requirements of the contract. Only the physical shortage of material
will be considered under these provisions as a cause for extension of time.
Delays in obtaining materials due to priority in filling orders will not
constitute a shortage of materials.
If the contractor -j delayed in completion of the work by reason of
changes made under Section 4-1.03 of the State Standard Specifications
("Changes") , or by failure of the City to acquire or clear r'.ght of way, or by
any act of the City, not contemplated by the contract, an extension of time
commensurate with the delay in completion of the work thus caused V.ill be
granted and the Contractor shall be relieved from any claim for Liquidated
damages, or engineering and inspection charges or other penalties for the
period covered by such extension of time. The Contractor shall notify the
Engineer in writing of the caus.,.s of delay within fifteen(15) days from the
begining of any such delay in order to be reliived of said liquidated damages
or other penalties. The Engineer shall ascertain the facts and make findings
regarding the extent of delay. The Engineer's findings shall be final and
conclusive.
Except for additional compensation provided for in Section 8-1.09 of the
State Standard Specifications ("Right of Way Delsys") , and except as provided
in Public Contract Code Section 7102, the Contractor shall have no claim for
damage or compensation for any delay or hindrance.
It is the intention of the above provisions that the Contractor shall not
be relieved of liability for liquidated damages or engineering and inspection
charges for any period of delay in completion of the work in excess of that
expressly provided for in this section. (See State Standard Specifications
Section 8-1.07. 1
General Provisions page 4 of 11
COMXO 9Z nZ HQU
AL, A tu�horiU I& 222LAU I m am 42proed Plans
In addition to the provisions of Section 5-1.03 of the State Standard
Specifications, deviations from the approved plans or specifications for the
project must be authorized in writing by the Engineer.
b. 2uut Control
The Contractor shall, at all times during construction and until final
completion and acceptance, prevent the formation of an air-borne nuisance by
oiling, watering with non-potable water, or by other satisfactory method, as
required by the Engineer. The Contractor shall treat the site of the work in
such a manner that will confine dust particles to the immediate surface of the
work. The Contractor shall perform such dust control measure within two(2)
hours after notification that the Engineer has determi:ied that an air-borne
dust nuisance exists. If the Contractor fails to abate the nuisance within
two(2) hours, the City of Cupertino may order that dust control measures at
the site be done by City personnel and equipment or by others, and all
expenses incurred in the performance of this work shall be charged to the
Contractor and pa-d for by the Contractor.
c.,, Ins2ection
In addition to the provisions of Section 5-1.08 of the State Standard
Specifications, the Contractor shall provide, to the Engineer, all information
respecting the progress of the project. The Contractor shall also furnish
telephone service at all facilities servicing the project.
All vork done by the Contractor shall be accomplished between the hours
of 8:00 a.m. and 5:00 p.m. , Monday through Friday, or as specified in the
Special Provisions, unless authorized in writing by the Engineer. Whenever the
Contractor varies the period within the authorized hours during which work is
carried on each day, the Contractor shall give due notice to the Engineer, so
that proper inspection may be provided. Any work done in the absence cF the
Engineer will be subject to rejection.
Inspection costs for any work done before 8:00 a.m. or after ',:00 p.m. on
a regular work day or on Saturdays, Sundays, or Holidays, shall be paid for by
the Contractor at a rate of thirty-five dollars($35.00) per hour, or latest
rate approved by the City Council, except where such work is specifically
required by the Special Provisions.
Projects financed in whole or in part with state funds shall be subject
to inspection at all times by the State Director of Public Works or the State
Agency involved. (See State Standard Specifications Section 5-1.08. 1
d,, Monumentation
The Contractor shall properly guard, protect and preserve all street and
highway monuments, all property corner and property line monuments and all
U.S.C. & G. S. monuments in their proper places until their removal is
authorized by the Engineer. Any monuments that have been removed without
proper authority shall be replaced at the Contractor's expense.
r
General Provisions page 5 of 11
e. Same1.es eB.4 Tests
Tho source of supply of each of the materials to be used on the project
shall be approved by the Engineer before delivery im started and before such
material is used in the work. Representative preliminary samples of the
character and quality prescribed shall be submitted by the Contractor or
producer of all materials to be used in the work for testing or examination as
desired by the Engineer.
The Contractor shall furnish such samples of materials as are requested
by the Engineer, without charge. No materials shall be used until it has been
approved by the Engineer. Additional samples may be secured and tested
whenever necessary to determine quality of materials.
All tests of the materials furnished by the Contractor shall be made in
accordance with commonly recognized standards of national organizations, and
such soocial methods and tests as are prescribed in the Special Provisions.
�L Utilities
It is the Contractor's responsibility to verify the location of all
existing utilities. The Contractor shall have all of the utilities,
underground mains, and services that may conflict with the project field
located. The Contractor shall contact Underground Services Alert (USA) forty-
eight(48) hours in advance of any work at (800) 642-2444,
Due caution shall be exorcized to insure that underground irrigation
systems, electrical systems, and other utilities on private property are not
damaged during construction of the project. During excavation, appropriate
techniques shall be employe,i which safeguard all existing utilities and
underground facilities. Damal;e to such utilities and underground facilities
shall be repaired at the Contractor's expense.
U Water Lg Congtruction;
Water used in any way for the construction of the project shall be
imported by the Contractor and shall be non-potable, water in tanks clearly
marked as such unless specific authorization to deviate has boon granted by
the Engineer.
Rgt&TZQNS WM RESPONSIBILITIES IQ JU PUBLIC
A,a, g,aMr to_ r's
Upon request by the City. the Contractor shall submit reasonable evidence
that all payrolls, materials, bills and other indebtedness connected with the
work have been paid. If any lions against the Contractor for labor or
materials furnished hereunder remain unsatisfied after final payment by the
City, the Contractor agrees to pay the City all monies that the City may be
compelled to pay in discharging such lion, including all casts and a
reasonable attornoy's fee.
General Provisions page 6 of 11
-was
k. Insurance _ N is Liabil 4 and W en rtv $,
Prior to entering into the contract respecting :his project, the bidder
to whom the contract is awarded shall furnish to the City Courail of the City
of Cupertino satisfactory proof that the bidder has public liability and
property damage insurance in effect for the entire perioO -overed by the
proposed contract. The insurance carrier and forms of insurance shall be
satisfactory to the City.
Said ?,nsurance shall name as additional insureds, the City, it's ^fficers
and it's employees and shall protect the City against loss or liability for
damages resulting from (1) bodily injuries, including death resulting
therefrom, accidentally suffered or alleged to have been suffered by any
person or persons not employed by the Contractor, that may be caused directly
or indirectly by the performance of the contract, and (2) on account of injury
to or destruction of property, incluul.ng the resultant loss or use thereof,
resulting from any act of the City or omission by the Contractor, or otherwise
resulting directly or indirectly from the operations of the Contractor in the
performance of the contract. The policy shall not contain the so-called "x"
"c" "u" exclusions.
The minimum limits of liability for this insurance shall be as indicated
in (a) and (b) as follows:
Ugh ':'arson Lull Qccurance AgLLU to
a) Bodily Injury Liability $500,000.00 $1,000,000.00
Property Damage Liability $250,000.00 $500,000.00
b) A single limit for Bodily
Injury Liability and Property
Damage Liabi,A ty Combined of $500,000.00 $500,000.00
Insurance coverage in the minimum amounts set forth herein shall not be
construed to relieve the Contractor from liability in excess of such coverage,
nor shall it preclude the City from taking such other actions as are available
under any other provision of the contract, or otherwise by law, except for the
retainage of monies due the Contractor.
If the Contractor fails to maintain such insurance, the City may take out
such insurance to cover any damages of the above-mentioned types for which the
City might be held liable on account of the Contractor's failure to pay such
damages, and deduct and retrain the amount of the premiums from any sums due
the Contractor under the contract.
Nothing in the contract is intended to create the public or any member
thereof, a third party beneficiary hereunder, nor is any term and condition or
other provision of the contract intended to establish a standard of care owed
to the public or any member thereof. [See State Standard Specifications
Section 7-1.12. 1
General Provisions page 7 of 11
r., jabog Nondiscrimination
Attention is directed to the provisions of Section 7-1.01A(4) of the
State Standard Specifications, which apply. In addition, tha Contractor shall
comply with the recommended minority and female employment practices of the
Office of Federal Contract Compliance of the United States Department of Labor
as established for Santa Clara County.
fr, Resgons bility
The City of Cupertino, the City Council, the Engineer or the Engineer's
agents shall not be answerable or accountable in any manner for any loss or
damage that may happen to the work, ur any part thereof, any material or
equipment used in performing the work, or for injury or damage to -any person
or persons, either workers or the public, or for damage to adjoining property
from any cause whatsoever during the progress of the work or at any time
before final acceptance.
The Contractor shall be responsible for any liability imposed by any law
and for injuries to or death of any person including but not limited to
workers and the public, or damage to property resulting from defects or
obstructions or from any cause whatsoever during the progress of the work or
at any time before its completion and final acceptan,.%.
The Contractor shall indemnify and save harmless the City and all
officers and employees thereof from all suits, claims or actions of any name,
kind and description, brought forth, or on account of, injuries to or death of
any person including but not limited to workers and the public, or damage to
property resulting from the performance of a contract, except as otherwise
provided by statute. The duty of the Contractor to indemnify and save harmless
includes the duties to defend as set forth in Section 2778 of the Civil Code.
With respect to third party claims against the Contractor, the Contractor
waives any and all rights to any type of express or implied indemnity against
the City, its officers or employees.
It is the intent of the parties that the Contractor will indemnify and
hold harmless the City, its officers and employees from any and all claims,
suits or actions as set forth above regardless of the existence or degree of
fault or negligence on the part of the City, the Contractor, the subcontractor
or employee of any of these, other than the active negligence of the City, its
officers and employees.
In addition to any remedy authorized by law, so much of the money due the
Contractor_ under and by virtue of the contract as shall be considered
necessary by the City may be retained by the City until disposition has been
made of such suits or claims for damages ai aforesaid. The retention of money
due the Contractor shall be subject to the following:
1. The City will give the Contractor thirty(30) days notice of its
intention to retain funds from any partial payment which may become due to the
Contractor prior to acceptance of the contract. Retention of funds from any
payment made after acceptance of the contract may be made without such prior
notice to the Contractor.
General Provisions page 8 of 11
�,, esao�bility, ¢gy ilas�age(Cor�,l'd�
2. No retention of additional amounts out of partial payments will be
made if the amount to be retained does not exceed the amount being withheld
from partial payments pursuant to Section 9-1.06 of the State Standard
Specifications ("Partial Payments") .
3. If the City has retained funds and it is subsequently determined that
the City is not entitled to be indemnified and saved harmless by the
Contractor in connection with the matter for which such retention was made,
the City shall be liable for interest on the amount retained at the legal rate
of interest for the period of such retention.
The City will consider proposals by the Contractor to enter into special
arrangements, such as posting securities or bonds acceptable to the City, in
lieu of the retention of funds. Such special arrangements shall be in writing,
and approved by the surety on the performance bond and by the surety on the
payment bond.
No funds shall be retained where the Contractor establishes, to the
satisfaction of the City that at the time of the accident or occurance giving
rise to a claim or lawsuit against the City or its officers or employees, that
the Contractor had in effect public liability and property damage insurance of
the type, form, and amount as provided in Section B, paragraph 6b, above
("Insurance - Public Liability and Property Damage") . (See State Standard
Specifications Section 7-1.12. ]
�.. PROFOSAL M &MU Q1 CC CT
a. C9r2et_enciy Rf Bidders
All bidders are required to complete the "Bidder Qualification Form" as
provided in the proposal. Incomplete forms or lack of experience in the field
of work being bid may be cause for rejection of the proposal.
b Contract Bonds
The Contractor shall furnish two(2) good and sufficient bonds. Each of
the Bonds shall be executed in a sum equal to the contract prise. The first
band shall guarantee the faithful performance of the contract by the
Contractor. The second bond shall be furnished as required by the terms of
Sections 3247 to 3252, inclusive, of the Civil Code of the State of
California. The Labor and materials bond will be released six(6) months after
the Notice of Completion. and the Faithful Performance shall be reduced by
ninety percent(90%) at the Notice of Completion. The remaining ten
percent(10%) will be released at the and of one(l) year from acceptance of the
project provided any deficiencies in the work have been corrected. (See State
Standard Specifications Section 3-1.02. 1
General Provisions page 9 of 11
� £sec ty� ion gg �nCract
The successful bidder, as Contractor, shall execute the Agreement set
forth in the contract documents and provide the contract bonds and insurance
certificates required therein within ten(10) days of notification of award of
contract. Failure to do s* may result in annulment of award and forfeiture of
the proposal guarantee. No proposal shall be considered binding upon the City
of Cupertino. (See State Standard Specifications Section 3-1.03. 1
.0. aym nt
The City will make partial payments to the Contractor on the basis of a
duly certified estimate of the work performed and the materials incorporated
in the project during the preceding reporting period. The City utilizes a bi-
weekly accounts payable cycle and issues checks on Fridays. The actual dates
of the payment schedule are available through the City' s Accounting
Department. The City will retain ten 'percent(100) 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 the Notice of Completion. At this time, and not
before, the City shall pay the Contractor th• whole of the remaining ten
percent(10%) of said contract price. The paymo -': of progress payments by the
City shall not be construed as an absolute acceptance of the work done up to
the time of such payments, but the entire work is to be subjected to the
inspection and approval of the City, and subject to whatever inspection and
approval may be required by law.
2., gr2222Al Esau
The City will furnish to each bidder a standard proposal form, which,
when filled out and executed may be submitted as the Contractor's bid. Bids
not presented on forms so furnished will be disregarded.
The proposal fo-m is bound together with the Notice to Contractors,
General Provisions , Special Provisions, Bidder Qualification Form, Sub-
Cor:tractors Form and Signature Form. The Contractor shall submit as a minimum,
the Notice to Contractors, Proposal, Bidder Qualification Form, Sub-
Contractors Form and Signature Form. Bids containing less than this or bids
containing incomplete forms will be disregarded.
All proposals shall state the dates for completion, if required, the
prices proposed, both in writing and in figures and shall show a total, and
shall be signed by the bidder, with the bidders address. If proposals are made
by an individual, name and post office address shall be shown. If made by a
firm or partnership, the name and post office address of each member of the
firm or partnership shall be shown. If made by a corporation, the proposal
shall show the names, titles and business address of the president, secretary
and treasurer and the proposal shall show the corporate seal.
General Provisions page 10 of 11
gel Pro Deal Porma(Cont'd)
The proposal shall be submitted as directed in the "Notice to
Contractorsw under sealed cover plainly marked as a proposal, and identifying
the project to which the proposal relates and the date of the bid opening
therefor. Proposals not properly submitted may be disregarded. Proposal forms
may be obtsained from the Office of the City Clerk, City of Cupertino, 10300
Torre Avenue, Cupertino, CA, 950115-3255 or by calling (408) 252-4505.
f,, Proposal Guaranty
All proposals or bids shall be accompanied by cash, cashier's check,
certified check, bid bond made payable, in the amount of ten percent(10%) of
the bid amount, to the City of Cupertino as gaurantee that the bidder, if
awarded the contract, will within ten(10) days after notice of award, enter
into a contract with the City for the work.
g, Rejection gi PrQyosals
Proposals may be rejected if they show any alterations of form, additions
not called for, conditional or alternative bids not called for, incomplete
bids or erasures, or for irregularities of any kind. Only the proposal forms
prepared by the City shall be used. (See State Standard Specifications Section
2-1.06. 1
h,, Subcontractors
The proposal shall contain the name and location of the place of business
of each subcontractor who will perform work or labor or render service to the
prime contractor in or about the construction of the work or improvement, or a
subcontractor licensed by the State of California who, under subcontract to
the prime contractor, specially fabricates and installs a portion of the work
or improvement according to detailed drawings contained in the plans and
specifications, in an amount in excess of one-half of one percent(0.5%) of the
prime contractor's bid or, in case of bids or offers for the construction of
streets or highways, including bridges, in excess of one-half of one percent
(0. 5%) of the prime contractor's total bid or ten thousand dollars($10,000.00)
whichever is the greater.
The proposal shall list the portion of the work which will be done by
each subcontractor for this project. The prime contractor shall list only
one(1) subcontractor for each portion as is defined by the prime contractor in
the prime contractor's bid.
General Provisions page 11 of 11
C. SPECIAL PROVISIONS
1. LOCATIONS:
This work is at various locations within the City of Cupertino, County
of Santa Clara, State of California.
2. SCOPE OF WORK%
The work shall consist of the furnishing of all labor, equipment and
materials, necessary for the removal and reconstruction of certain
concrete curbs, gutters, and sidewalks, complete, and in place, in
accordance with the special provisions and the City of Cupertino
Standard Specifications and Details.
3. ESTIMATED QUANTITIES:
Item Description Unit Est. .
1. Remove & reconstruct sidewalk throughout the S.F. 4,706
City for all quantities of work at any location.
2. Remove & reconstruct curb & gutter throughout L.F. 1,376
the City for all quantities of work at any
location.
3. Remove & reconstruct driveways throughout the S.F. 631
City for all quantities of work at any location.
4. Root pruning L.F. 1176
5. Remove and reconstruct rolled curb & gutter L.F. 51
throughout the City for all quantities of work
at any location.
6. Saw Cuts L.F. 150
7. Remove paving material from park strip S.F. 1103
S. Construct sidewalk transition S.F. 188
9. Construct driveway L.S. 1
ALTERNATIVE RID%
1. Remove and reconstruct concrete curb & gutter L.F. 1376
with 12" wide concrete at lip of gutter com-
plete and in place.
2. Remove and reconstruct concrete rolled curb L.F. 5:
and gutter with 12" wide concrete at lip of
gutter complete and in place.
3. Place lamp black on concrete in A. C. area at L.F. 1427
lip of gutter.
Special Provisions Paoc 1 of 15
r
CITY OF CUPERTINO
PROJECT: c � i� NO. : O �Z FILE;
REFUNDABLE
COST: NON-RF?UNUABLE DID OPENINGAX /VENCINEER'S ESTIMATE: _
DATE U ut NAME & ADDRESS PHONE 11,DDENDUM NO.
SETS
/! I ADDRESS P.D•
��6 NAME ffo �� n/ a� c�
/ ADDRESS '7 -
NAME CL Said 4Q fu iv(., 6Dlvf
(? l ADDnESS P.0. i�-o 1 u Q, - j 6-
J NAME 04i a"l� '�I�- Or iS
ADDRES S-J'�- 09u 9
NAME 2�k-a �Gev • -1
9 -ADDRESS
/ -��• ���
_! gl 1 / NAH 4- N n o it ^
1 ( ADDRESS 1010 Pn► car
NAME
1. ADDRESS
NAME .
/ ADDREITh
NAME
�1 ADDRESS /
NA1lE O j3A �iZ9
ADDRESS
NAME
ADDRESS ..•.._._._�
NAME
l� ADDRESS•
NAME
ADDRESS
NAMF.
CITY Or CUPERTINO
PROJECT: (21co 6 laAev's tS,'o/ w-, icy NO. : I 103 FILE:
S ® R — , / ID OPENINC5'Z(D'y ENGINEER'S ESTIMATE: 50.SO
COST. i NUN RE.UNllADLE !�' ti
DATE SETS NAME 6 ADDRESS PHONE ADDENDUM N
NAME
ADDRESS /J/O
NAME 0�6' a�
0 ADDRESS ozo® �—�
NAME
q ADDRESS
AD =%&2DRESS
NAJ r,f s
i ADDRESS 2-. c
l NAME
W1477./ / ADDRESS � ?
NAME k77 S3S56
ADDRES s
NAME 9 S
ADDRESS O /
NAMEor
!� ADDRESS I
���l NAME �1.eA
`d hl /
ADDRFSS
zz
/ ADDRESS.,-Y'.�l
NAME
ADDRESS
NAME
ADDRESS
NAME
4. EXPLANATION OF BID ITEMS:
The price bid per unit measure of work shall include all costs of
labor, equipment and materials, necessary for the furnishing and
constructing, complete, and in place, in accordance with these special
provisions and the Standard Specifications and Details of the City of
Cupertino all required work. Any item shown on the details or
described in these provisions and not specifically listed as a bid item
shall be considered as included in the various bid items and no special
compensation will be allowed.
BID ITEM NO. 1 - REMOVE & RECONSTRUCT SIDEWALK THROUGHOUT THE CITY (S.F.) .
This item shall be bid per square foot and shall include all costa for:
a. Removal and disposal, off job site, of all broken concrete, excess
earth, rock and debris.
b. All required saw cutting of existing concrete. The concrete shall be
saw-cut in a straight line to a minimum depth of one inch (1")
completely across the sidewalk. The limits of all concre�e to be
removed shall be to an expansion joint or score line and ea--cutting
shall be required at any score line less than one-half inch (1/2")
deep. The portion of the concrete to be removed shall be taken out in
such a manner as to leave an even edge without chips or breaks on the
remaining concrete. Cutting of the boundary line with picks or
pneumatic pavement breakers will not be permitted except where score
lines are one-half inch (1/2") deep or more. If for any reason the
concrete does not break on the line marked by the Engineer, the
contractor shall saw-cut the next score line and remove the broken
portion and replace with new concrete to meet City specifications at no
cost to the City.
c. Removal of the concrete shall be completed by means of breaking the
concrete and removing it. A backhoe may be used only while the backhoe
remains in the street, it may not be located on the adjacent property.
Hand pruning of tree roots may be required to achieve proper depth for
base material placement.
d. Reconstruction of new P.C.C. sidewalk, four inches (4") thick,
Including four inches (4") of aggregate base material and all required
expansion joints. Expansion joints shall be required only where there
are existing expansion joints or where directed by the Engineer. Sandy
cushion will be allowed where directed by the Engineer.
e. Concrete shall be formed by excavating 2" maximum from the edge of
sidewalk and placing a 5" deep bender board staked in place. The
bender board may be left in place after completion if required.
f. See Details A, B & C.
g. Any sidewalk removed shall be replaced/reconstructed within five (5)
working days.
Special Provisions Page 2 of 15
C. SPECIAL PROVISIONS - EXPLANATION OF BID ITEM NO. 1 CONTINUED
h. Any stamped letters or words shall be replaced as removed.
BID ITEM NO. 2 - REMOVE & RECONSTRUCT CURB & GUTTER (L.F.) :
This item shall be bid per lineal foot and shall include all costs for:
a. Removal and disposal, off job site, of all broken concrete, A.C. excess
earth, rock and debris.
b. All required saw-cutting of existing concrete. The concrete shall be
saw-cut in a straight line to a minimum depth of one and one-half
inches (1 1/2"). The portion of the concrete to be removed shall be
taken out in such a manner as to leave an even edge without chips or
breaks on the remaining concrete. Cutting at the boundary line with
picks or pneumatic pavement breakers will not be permitted. Hand
pruning of tree roots may be required to achieve proper depth for base
material placement. Any existing curb and gutter in satisfactory
condition beyond the limits designated by the City for removal that is
destroyed during the removal shall be replaced with new curb and gutter
to meet City specifications at no cost to the City.
New curb and gutter must be installed to match the top of curb, lip of
gutter and flow line of the existing conditions at each limit. The
A.C. pavement along lip of gutter if in good condition and at the
correct level shall be left intact to permit pouring of the gutter at
the lip without removing pavement for a form. In the event that
existing pavement is in poor condition or is raised at the lip of
gutter the contractor shall saw cut and remove a section 12" wide from
the lip of gutter for the length of the problem area to a depth of
10". During reconstruction of the curb and gutter place 5" of concrete
on 4" aggregate base in this area. The City will place A.C. over this
area at a later date. These locations shall be determined by the City
Inspector. Payment for this work shall be included in this bid item.
See Detail E.
c. Reconstruction of new P.C.C. curb and gutter including four inches (4")
of aggregate base material and all required expansion joints. The
majority of the curb and gutter removal shall be replaced with the City
Standard A 2-6 curb: however, at some locations, as determined by the
Engineer, the new curb and gutter shall be replaced to match the
existing curb and shall be paid for at the price bid.
d. If a form is required to pour the new curb & gutter on the parking
strip side, a bender board may be used by excavating a maximum of 2"
from the back of the curb.
e. Any curb and gutter removed shall be replaced/reconstructed within five
(5) working days.
f. Any stamped letters or words shall be replaced as removed.
Special Provisions Page 3 of 15
BID ITEM NO. 3 - REMOVE 8 RECONSTRUCT DRIVEWAY THRf`JGHOUT THE CITY (S.F.)
This item shall be bid per square foot and shall include all costs for:
a. Removal and disposal, off job site, of all broken concrete, excess
earth, rock and debris.
b. All required saw-cutting of existing concrete. The concrete shall be
saw-cut in a straight line to a minimum depth of one inch (1")
completely across the driveway. The limits of all concrete to be
removed shall be to an expansion joint or score line and saw-cutting
shall be required at any score line less than one-half inch (1/2")
deep. The portion of the concrete to be removed shall be taken out in
such a manner as to leave an even edge without chips or breaks on the
remaining concrete. Cutting of the boundary line with picks or
pneumatic pavement breakers will not be permitted except where score
lines are one-half inch (1/2") deep or more. If for any reason the
concrete does not break on the line marked by the Engineer, the
contractor shall saw-cut at the next score line and remove the broken
portion and replace with new concrete to meet City Specifications at no
cost to the City.
c. Removal of the concrete shall be completed by means of breaking the
concrete and removing it. A backhoe may be used only while the backhoe
remains in the street, it may not be located on the adjacent property.
Hand pruning of tree roots my be required to achieve proper depth for
base material placement.
d. Reconstruction of new P.C.C. driveway, five inches (5") thick,
including four inches (4") of aggregate base material and all required
expansion joints. Expansion joints shall be required only where there
are existing joints or where directed by the Engineer. Sandy cushion
will be allowed where directed by the Engineer.
e. Concrete shall be formed by excavating 2" maximum from the edge of the
driveway and place a 5" wide bender board staked in place. The bender
boarU may be left in place after completion if required.
f. Any driveway removed shall be replaced/reconstructed with five (5)
working days.
g. When the driveway is 22' or wider the contractor shall remove and
reconstruct the driveway 1/2 the distance at a time to allow access at
all times. If the driveway is less than 22' the contractor shall
notify the resident 48 hours prior to work and shall be completed at
one time. The work shall be completed with the least amount of
disruption to residents. Temporary access shall be maintained at all
times.
h. See Detail C.
Special Provisions Page 4 of 15
BID ITEM NO. 4 - ROOT PRUNING (LF):
C. SPECIAL PROVISIONS - EXPLANATION OF BID ITEM NO. 4 CONTINUED:
This item shall be bid per lineal foot and shall include all costs for:
a. Root pruning shall be performed by mechanical means (Vermeet Stump
Cutter or approved equal), as approved by the City Engineer. The root
pruning machine must have rubber pads on the track so as not to damage
any property. The cut shall be a minimum of 12" from the tree and
shall only be performed at locations approved by the City Inspector.
The root pruning shall be at the edge of the sidewalk or at the back of
the curb and not at both at one location. The sidewalk side shall take
precedent over the curb side if this case arises.
b. The contractor is cautioned that utilities and/or private sprinkler
systems exist within these planter areas and will be required to use
extreme caution to prevent any damage. Any damage to the existing
utilities shall be repaired at the expense of the contractor.
C. The root prune shall be eighteen inches (18") below the finished grade,
and wide enough to facilitate the installation of a root barrier. All
soil and debria from the root pruning operation shall be removed and
disposed of off site. This pruning may be completed a maximum of 5
working days prior to the removal of concrete. At the time of pruning
the Contractor must place barricades over the hazard.
d. The City shall install the root barrier after the Contractor has
removed the forms from the concrete. The Contracter must remove the
forms the day following the pouring of the concrete. At this time the
Contractor shall clean up the work site and make sure that the root
prune trench is 18" deep and can facilitate the root barrier
installation. The City shall backfill the root barrier trench.
e. The City Public Works Department will be inspecting the root pruning
work. The contractor shall be required to coordinate with the Public
Works Grounds Department to insure the proper pruning and removal of
tree roots and to install the root barriers.
BID ITEM NO. 5 - REMOVE & RECONSTRUCT CANCRETE ROLLED CURB & GUTTER
COMPLETE & IN PLACE (L.P.)
This item shall be bid per lineal foot and shall include all costs for:
a. Removal and disposal off job site of all broken concrete, A.C.,
excess earth, rock and debris.
b. All required saw-cutting of existing concrete. The concrete shall
be saw cut in a straight line to a minimum depth of one and
one-half inches (1 1/2"). The portion of the concrete to be
removed shall be taken out in such a manner as to leave an even
edge without chips or breaks on the remaining concrete. Cutting at
the boundary line with picks or pneumatic pavement breakers will
not be permitted. Hand pruning of tree roots may be required to
achieve proper depth for base material placement.
Special Provisions Page 5 of 15
C. SPECIAL PROVISIONS - EXPLANATION OF BID ITEM NO 5 CONTINUED:
Any existing rolled curb and gutter in satisfactory condition
beyond the limits designated by the City for removal that is
destroyed during the removal shall be replaced with new rolled
curb and gutter to meet City specifications at no cost to the
City. New rolled curb and gutter must be installed to match the
top of curt lip of gutter and flow line of the existing
conditions at each limit. The A.C. pavement along lip of gutter
if in good condition shall be left intact to permit pouring of the
gutter at the lip without removing pavement for a form. In the
event that existing pavement is in poor condition or is raised at
the lip of gutter the contractor shall saw cut and remove a
section 12" wide from the lip of gutter for the length of the
problem area to a depth of iD". During construction of the curb
and gutter place 5" of concrete on 4" of aggregate base in this
Brea.
The City will place A.C. over this area at a later date. These
locations shall be determined by the City Inspector. Payment for
this work shall be included in this bid item. See Detail E.
C. Reconstruction of new P.C.C. rolled curb and gutter including four
inches (4") of aggregate base material and all required expansion
joints. The majority of rolled curb and gutter shall be replaced
in accordance with attached Detail Df however, at some locations,
as determined by the Engineer, the new curb and gutter shall be
replaced tc match the existing curb and shall be paid for at the
price bid.
d. If a form is required to pour the new curb and gutter on the
parking strip side, a bender board may be used by excavating a
maximum of 2" from the back of the curb.
e. See Detail C & D.
f. Any rolled curb and gutter removed shall be replaced/reconstructed
within five (5) working days.
BID ITEM NO. 6 - SAW CUTS (L.P.):
This item shall be bid per lineal foot of saw cutting required where
not included in other bid items and shall include all costs for labor
and material required to complete a lineal foot of saw cutting. These
locations shall be determined by the City Inspector.
BID ITEM NO. 7 - REMOVE PAVING MATERIAL FROM PARK STRIP:
This item shall be bid per square foot and shall include all costs for:
a. Removal and disposal, off job site, of all broken paving material
including but not limited to concrete, bricks and other materials,
excess earth, rock and debris.
Special Provisions Page 6 of 15
C. SPECIAL PROVISIONS - EXPLANATION OF BID ITEM NO. 7 CONTINUED:
b. All required saw cutting of existing paving. The paving material
shall be saw-cut in a straight line to a minimum depth of one inch
(1") completely across the parking strip. The limits of all
material to be removed shall be as specified b.P the City
Inspector. The portion of the material to be removed shall be
taken out in such a manner as to leave an even edge without chips
or breaks on the remaining paving material. Cutting of the
boundary line with picks or pneumatic pavement breakers will not
be permitted except where score lines are one-half inch 1/2" deep
or more. If for any reason the paving material does not break on
the line marked by the Engineer, the contractor shall saw-cut and
remove the broken portion and replace with new paving material to
meet City satisfaction at no cost to the City.
Removal of the paving material shall be completed by means of
breaking the material and removing it. A backhoe may be used only
while the backhoe remains in the street, it may not be located on
the adjacent property. This area shall be back filled to the
proper finished grade with tog soil.
BID ITEM NO. 8 - CONSTRUCT SIDEWALK TRANSITION (S.F. )
This item shall be bid per square foot and shall include all costs for:
a. Removal and disposal, off job site, of all excess dirt, rock and
debris. A backhoe may be used only while the backhoe remains in
the street, it may not be located on the adjacent property.
b. Construct new P.C.C. sidewalk transition, four inches (4") thick,
including four inches (4") of aggregate base material and all
required expansion joints.
C. Concrete shall be formed by excavating 2" maximum from the edge of
sidewalk and placing a 5" deep bender board staked in place. The
bender board may be left in place after completion if required.
d. See Detail C & F.
BID ITEM NO. 9 - CONSTRUCT DRIVEWAY (L.S. )
This item shall be bid as lump sum and shall include all costs for:
a. Saw cut and removal of approximately 24 L.F. of curb and gutter.
Removal and disposal, off job site, of all concrete, excess dirt,
rock and debris.
b. Construct new P.C.C. driveway, six inches (6") thick including
four Inches (4") of aggregate base material and all required
expansion joints as shown on Detail G and in accordance with City
Standard Detail 1-20.
C. The resident effected shall be not..ied in accordance with Section
10 Notice of Residents.
Special Provisions Page 7 of 15
ALTERNATIVE BID ITEM NO. 1 - REMOVE 6 RECONSTRUCT CONCRETE CURS &
GUTTER WITS 12" WIDE CONCRETE AT LIP OF GUTTER COMPLETE S IN PLACE (LF)
This item shall be bid per lineal foot and shall include all costs for:
a. Removal and disposal, off job site, of all broken concrete, A.C.
excess earth, rock and debris.
b. All required saw-cutting of existing concrete. The concrete shall
be saw-cut in a straight line to a minimum depth of one and
one-half inches (1 1/2"). The portion of the concrete to be
removed shall be taken out in such a manner as to leave an even
edge without chips or breaks on the remaining concrete. Cutting
at the boundary line with picks or pneumatic pavement breakers
will not be permitted. Hand pruning of tree roots may be required
to achieve proper depth for base material placement. Any existing
curb and gutter in satisfactory condition beyond the limits
designated by the City for removal that is destroyed during the
removal shall be replaced with new curb and gutter to meet City
specifications at no cost to the City. New curb and gutter must
be installed to match the top of curb, lip of gutter and flow line
of the existing conditions at each location.
The Contractor shall saw cut and remove a 12" wide section of A.C.
from the lip of gutter for the length of the area of curb and
gutter repair to a depth of 10". During reconstruction of the
curb and gutter place 6" of concrete on 4" of aggregate base in
this area.
This area shall be finished flush with existing A.C. pavement. At
the lip of gutter make a 1" deep score. Do not use a header
unless needed to form the concrete. See Detail E.
C. Reconstruction of new P.C.C. curb and gutter including four inches
(4") of aggregate base material and all required expansion
joints. The majority of the curb and gutter removal shall be
replaced with the City standard A 2-6 curb; however, at some
locations, as determined by the Engineer, the new curb and gutter
shall be replaced to match the existing curb and shall be paid for
at the price bid.
d. If a form is required to pour the new curb and gutter on the
parking strip side, a bender board may be used by excavating a
maximum of 2" from the back of the curb.
e. Any curb and gutter removed shall be replaced/reconstructed within
five (5) working days.
f. Any stamped letters or words shall be replaced as removed.
This bid item would be in lieu of Sid Item No. 2.
Special Provisions Page 8 of 15
' ALTERNATIVE BID ITEM NO. 2 - REMOVE & RECONSTRUCT CONCRETE ROLLED CURB
& GUTTER WITH 12" WIDE CONCRETE AT LIP OF GUTTER COMPLETE & IN PLACE
.(L.F. )
This item shall be bid per lineal foot and shall include all costs for:
a. Removal and disposal off job site of all broken concrete, A.C.,
excess earth, rock and debris.
b. All required saw-cutting of existing concrete. The concrete shall
be saw cut in a straight line to a minimum depth of one and
one-half inches (1-1/2"). The portion of the concrete to be
removed shall be taken out in such a manner as to leave an even
edge without chips or breaks on the remaining concrete. Cutting
at the boundary line with picks or pneumatic pavement breakers
will not be permitted. Hand pruning of tree roots may k-> required
to achieve proper depth for base material placement.
Any existing rolled curb and gutter in satisfactory condition
beyond the limits designated by the City for removal that is
destroyed during the removal shall be replaced with new rolled
curb and gutter to meet City specifications at no cost to the
City. New rolled curb and gutter must be installed to match the
top of curb, lip of gutter and glow line of the existing
conditions at each limit.
The Contractor shall saw cut and remove a 12" wide section of A.
C. from the lip of gutter for the length of the area of curb and
gutter repair to a depth of 10". During reconstruction of the
curb and gutter place 6" of concrete on 4" of aggregate base in
this area. This area shall be finished flush with existing A.C.
pavement. At the lip of gutter make a 1" deep score. Do not use
a header unless needed to form the concrete. See Detail E.
C. Reconstruction of new P.C.C. rolled curb and gutter including four
inches (4") of aggregate base material and all required expansion
joints. The majority of rolled curb and gutter shall be replaced
in accordance with attached Detail E; however, at some locations,
as determined by the Engineer, the new curb and gutter shall be
replaced to match the existing curb and shall be paid for at the
price bid.
d. If a form is required to pour the new curb and gutter on the
parking strip side, a bender board may be used by excavating a
maximum of 2" from the back of the curb.
e. See Detail C & D.
f. Any rolled curb and gutter removed shall be replaced/reconstructed
within five (5) working days.
This bid items would be in lieu of bid item No. S.
Special Provisions Page 9 of 15
ALTERNATIVE BID ITEN NO. 3 - PLACE LAMP BLACK ON CONCRETE IN A.C. AREA
AT LIP OF GUTTER (L.P.)
This item shall be bid per lineal foot and shall include all costs for
material and labor required to trowel lampblack into the concrete
placed at the lip of gutter in the A.C. area. The amount of lamp black
to be used shall be enough to color the concrete surface to match the
existing A.C. surface around the patch.
5. LIMITS OF WORK:
A representative of the City shall paint the limits of the concrete
curbs, gutters and sidewalks to be removed and replayed.
6. LOCATION:
For the purpose of these specifications, the word "Location": shall be
considered to mean (1) continuous work area. All work in any one (1)
location shall be completed and the location cleaned up within five 5)
consecutive working days from the date work commenced at that
particular location, except for location(s) where special written
permission for additional time is approved by the Engineer. This
includes cleanup, repairs to improvements and complaints from property
owners. The working days will start at a particular location when
concrete has been removed. If the Contractor does not complete all
work the City shall complete the work and bill the Contractor for the
work.
It is the intent that the work shall be confined to reasonable distance
between work locations within the City and not have it spread out from
one extreme to the other. All work locations (areas) shall be mutually
agreed upon prior to the commencement of the project. The contractor
shall provide the inspector with a schedule of work locations on a
weekly basis and notify him of any changes. On major street and school
routes only one sides of the street shall be reconstructed at a time.
This is to provide pedestrian access along one side of the street.
7. TIME OF COMPLETION/LIQUIDATED DAMAGES:
The Contractor shall diligently prosecute the work to completion before
.Tune 1, 1991. There will be no additional days allowed in the Contract
for rain days or holidays or normal delays. An extension of time for
completion shall only be granted for acts of God, labor strikes or
material delays that can be documented.
If the Contractor puilq off the job all locations started shall be
completed and cleaned or the City shall have the work completed and the
Contractor shall be billed for this work.
Five (5) consecutive working days are allowed per location to complete
reconstruction and cleanup work. Working days will start at a
particular location when concrete has been removed. If the Contractor
does not complete all work at a particular location within the 5
consecutive working days the City shall have the work completed and
bill the contractor for the work. This includes concrete placement,
cleanup and landscape repairs.
Special Provisions Page 10 of 15
TIME OF COMPLETIONiLIQUIDATED DAMAGES CONTINUED:
The following is the order of work:
a. Saw cutting if required may be done prior to all other work if not
hazardous to pedestrians.
b. Removal of concrete in parking strip and root pruning may be
completed a maximum of 5 working days prior to concrete removal.
Barricades (not lighted) must be placed over root prune.
C. Removal of concrete which will start the 5 consecutive working
days allowed at a particular location.
d. Pouring of concrete must be completed by 2:00 p.m.
e. Stripping of concrete forms shall be done the day following
pouring concrete and on the same day all clean up shall be
completed. Also the root prune trench shall be cleaned out to 18"
deep and wide enough to facilitate the root barrier installation.
f. All work clean up shall be started at 3:30 p.m. on every work day.
S. TRAFFIC CONTROL:
Contractor shall furnish, erect and maintain sufficient warning and
directional signs, barricades and warning lights and sufficient flagmen
to give adequate warning to vehicular traffic at all times.
No lane closure shall be permitted on the various City streets before
8:00 A.M. or after 4:30 P.M. Mondays through Fridays. Only under
special conditions shall the City have the right to permit lane closure
before 8:00 A.M. or after 4:30 P.M. .
No lane closure shall be allowed on Miller Avenue or Stevens Creek
Boulevard or other major streets before 9:00 A.M. or after 3:30 P.M.
Monday through Friday.
All costs of the above shall be included in the price bid for the
various bid items and no special compensation will be allowed.
The contractor shall maintain a minimum of two (2) travel lanes for
traffic on the major street for use in each direction at all times, and
one (lj travel lane for traffic use in each direction on minor streets,
with traffic control.
9. MAINTAINING T.R3AFFIC:
Attention is directed to Section 7-1.08, "Public Convenience," 7-1.09,
"Public Safety," 12-3.04 "Portable Delineators", and 12-2-.02 "Flagging
Cost" of the Standard Specifications.
Special Provisions Page 11 of 15
MAINTAINING TRAFFIC CONTINUED:
The contractor shall notify local authorities and the Engineer of his
intent to begin work at least five (5) days before work is begun. The
Contractor shall provide a schedule of work and any changes to the
schedule as they occur, to the local authority and the City Inspector.
The contractor shall cooperate with local authorities relative to
handling traffic through the area and shall make his own arrangements
relative to keeping the working area clear of parked vehicles.
When leaving a work area and entering a roadway carrying public
traffic, the contractor's equipment, whether empty or loaded, shall, in
all cases, yield to public traffic.
Material or equipment shall not be stored within thirty feet (30' ) of
the edge of traffic lanes.
10. NOTIFICATION OF RESIDENTS:
The contractor shall notify the abutting residents along the street
where the work is to be done. The Contractor shall be responsible for
removal of vehicles which would interfere with the work and insure 48
hours notice is given to the property owner or tenant. If these
notification procedures are not strictly followed, the contractor shall
not be allowed to work on the street.
POSTING:
The contractor shall be responsible for providing and posting of
notices of work to be done and also responsible for any re-posting of
notices to streets that need to be rescheduled due to unforeseen
breakdown of equipment or other unforeseen delays. The date must be
printed in a legible manner on the sign.
(Post "No Parking" signs at approximately 100 ft. intervals) .
TOWING PROCEDURE.
Cupertino Municipal Code section 11.24.200 D authorizes the tow away of
a vehicle parked on a public street where construction or street repair
work is scheduled to occur. The contractor performing the scheduled
work is responsible for erecting the required signs giving notice that
such vehicles may be towed away if left on the street during the day
�`ie work is scheduled to be performed. The signs shall be erected at
least 48 hrs. prior to the scheduled start of work. The Contractor
must notify Cupertino Code Enforcement (408-252-4505) with locations of
posting to verify forty-eight (48) hour notice.
11. PROTECTION OF PROPERTY:
The contractor shall maintain the work site as clean and as free of
debris as is feasible.
Special Provisions Page 12 of 15
PROTECTION OF PROPERTY CONTINUED:
The contractor shall not pile debris or equipment, or otherwise , on
private property, unless he has obtained specific permission from the
property owner. Contractor shall take reasonable precautions to cause
the least damage possible to existing improvements and landscaping in
the work area on both public and private property. Any repairs to
damage must be completed within the five (5) working days allowed at
the particular location. If the work is not completed the City shall
have the work completed and the Contractor shall be billed for the
work.
12. RELATIONS WITH PROPERTY OWNERS:
The contractor shall provide written notices to property owners or
residents at least forty-eight (48) hours in advance of all work
affecting their property over both walkways and driveways at all
times. Contractor shall provide all necessary bridges or ramps and/or
construct work in stages to allow access. All costs involved in
providing access shall be included in the amount bid for the various
bid items and no additional compensation will be allowed.
Notice to residents must be approved by the City Engineer prior to use.
13. TOPSOIL BACKFILL AND LANDSCAPE REPLACEMENT:
The contractor shall be required to backfill with clean topsoil to the
finish grade and replace in kind all landscaping where necessary in
areas adjacent to reconstructed concrete. All costs for furnishing,
compacting the topsoil and landscape shall be included in one or more
of the various bid items. Landscaping shall include but not be limited
to lawn, ground cover, planting, irrigation, headers, etc. This work
must be completed within the five (5) working days allowed at a
particular location. If the work is not completed the City shall have
the work completed and the Contractor shall be billed for the work.
14. QUANTITIES:
It is specifically pointed out that the quantities listed in the
proposed specifications are estimates only and being given on a basis
of comparison of bids, and the City of Cupertino does not agree that
the actual amount of work will correspond, but reserves the right to
increase or decrease the amount of any class or portion of the work, or
to omit items or portion of the work that may be deemed necessary by
the Engineer. THE QUANTITY LISTED FOR EACH ITEM MAY BE INCREASED OR
DECREASED UP TO TWENTY-FTVE PERCENT (25%) OF THE CONTRACT QU..,"TITIES
WITH NO CHANGE IN UNIT BID PRICE.
15. INSPECTION COSTS:
Inspection cost for any work done before 8:00 A.M. or after 4:30 P.M.
on a regular workday or on Saturdays, Sundays or Holidays, shall be
paid for by the contractor at the rate of Thirty-Five Dollars ($35.00)
per hour, except where such work is specifically required by the
specifications.
Special Provisions Page 13 of 15
16. NOISE CONTROL:
Grading, construction and demolition activities shall be allowed to
exceed the noise limits of Section 10.48.040 of the Cupertinc Municipal
Code during daytime hours; provided that the equipment utilized has
high quality noise muffler and abatement devices installed and in good
condition and the activity meets one (1) of the follow criteria:
1. No individual device produces a noise level more than 87 dBA at a
distant of twenty-five feet (25' ) (7.5 meters).
2. A noise level on any nearby proaerty does not exceed 80 dBA. It
is a violation of this chapter to engage in any grading, street
construction or underground utility work within seven hundred
fifty feet (750' ) of a residential area on Saturdays, Sundays,
Holidays, and during the nighttime period except as provided in
Section 10.48.030.
3. Grading, construction, or demolition occurring during nighttime
period shall not be al �awed unless they meet the nighttime
standards of Section 10.48.040.
17. TESTING:
Tbi City will call for and pay for the services of the testing
laboratory for various tests. The contractor shall be responsible for
and pay for tests and services as follows:
1. The scheduling and coordination with the City for any required
test. If a required test is scheduled by the contractor and, upon
arrival at the site, it is determined that the work is not ready
for testing, the contractor shall pay for all rescheduled trips.
2. All costs for retesting items and failed tests that did not meet
the specified requirements.
18. ITEMS AND WORK NOT SPECIFICALLY INCLUDED IN A DESCRIPTION:
It is specifically pointed out that any and all items and/or work
called for on the details and/or specifications, and not included in a
description or a specific bid item, shall be included by the bidder in
one (1) or more of the bid items and no special compensation will be
allowed.
°...is includes, but is not limited to, such items as flagmen, water, and
t.-,e providing of all safety requirements or work and materials required
to provide public convenience and safety, barricades, lights, vehicular
detours, pedestrian walkways, etc.
Prior to beginning any extra work for the project the Contractor is
required to have a signed authorization form from the City.
A foreman must be on the job at all times while work is being
performed.
Special Provisions Page 14 of 15
19. WATER:
The furnishing of water and applying water shall be considered as paid
for in the items of work involved. In accordance with Ordinance No.
1489 effective April IS, 1989, no person shall use potable water for
construction -urposes.
20. PAYMENT:
Payment shall be made on only those addresses the City has approved and
for approved amounts. No other compensation will be allowed. A
payment schedule is ava.'.lable in the Public Works Department.
Change orders will not be considered or accepted after the project has
been accepted by the City Council.
Special Provisions Page 1S of 1S
VARIES Al
SAW REMOVE ,AND f, SAW
CUT CUT
REPL.AAC /
,/-"�PAR ICVVAY �
e--'NSTD. CURB a GUTTER
DETACHED SIDEWALK
6„ 41
_6„ 4 _611 6Is
STD CURB 8k
GUTTER PARKWAY 4'°Pc.c.
OP
4 AIR,e eo
ho 9O
�4'AGG. BASE
L4"AGG. BASE
SECTION A-A
DETAIL A
Al
VARI ES
SAWN CUT `r
RE MO AN
,,REPLACE °
STD. CURB a GUTTER io
I
A4J
MONOLITHIC SIDEWALK
61 41_6" 41-6of 6 �
Ir
STD. CURB B° 411 P.C.C.
GUTTER
a° a
$r .® 4f°AGG. BASE
411AGG. BASE
SECTION A- A
®ETAI L B
X
a
� BENDER BOARD STAKE
SIDEWALK OR DRIVEWAY y�
N
Li
VARIES 1
PLAN
5"BENDER 60ARD STAKE
Ll
,� ° o► .i ' ?'a :®SIDEWALK aR DRIVEWAY ;® ''� • � e;
o • • ® s o •
®! p o 0• Y ® O I
• O •• e A®IN
SECTION
.9-E—TAILre
N.T.S.
®ENDER BOARD INSTALLATION
2.08'
SIDEWALK
U5�7 ,•.
�• 6"
w.i
O�OeO
4"AGG. BASE
ROLLED CURB Ek GUTTER
DETAIL D
N• S.
12 GUTTER
CURB
EX.A.C.
or
SAWCUT
Ex.A.C. PLAN
12u
/'r a STANDARD CURB 8 GUTTER
�'aa �• Ad '6' OR
SAWCUT Z ROLLED CURB & GUTTER
• A e e ® e e . r
e S M J
a16A"�@A
SECTION
DETAIL E .
N.T.S.
A.C. REPLACEMENT
,.2
k-•
STEVENS CREEK BL
®s
REMOVE EX.C aG AND 3' 18' 3 12�
INSTALL DRIVEWAY
6 �PC.C. ON 4��A.B.
BRIDGE A,--DIRT AREA �� � c6 e J EX. �
— DRIVEWAY -
-
-4 -^EX. SIDEWALK � ----
I
THIS LOCATION IS WEST OF PHARLAP DR.
AND EAST OF THE BRIDGE OVER
STEVENS CREEK,ON THE SOUTH SIDE OF THE STREET
,DETAIL G
N- Se
TABLE "A"
. idspd{ntio! Single {
staff, teary to 22'
s 1 /1ti®ba Id 24,
commercial One way TWO way
• ats 20 ate 32'
® 1 f1iQuorial 610.24' Mn W
$• i sea 3tl' eea 4H'
f
4'ais.�— S 91"Mm to be noteMd wbft sew AHae""is ow"
ot
COOP
Deep aMro (,.•� T O� ,+ I tow Oat asteff"oom"fe if not at OatoH N
O{ OnOalaa low
or Cold jalat '• 'loin'
id
Us
` 1. ...•
t73. Hayalapa bloats us"
g � !fit 44]
feM3 on" nsrb It 14 D.W.is 9"or fans io'
S
LSee Tabs 'A"
m
PLAN VIEW
iti • Mtdt11
" wig 1E7 2 4.6'0r aerie s
{�aaasetefel er IadeetHel
OM{"we a st0t •1.5% f•°{� a fin realdest101
t" 1" Goff 11"t a •1.{% is•4 _
0
O e o as bassmmo►iel
Cane{f{i{t M{ tadoettiol dria0vaiyo
abe{ RelyO strrtiod a10aa t0
NOTE: comme drbalaroys aM aeadeft" SECTION S-S
IN iadMtrlai mee ~aw"Otue
net eeeet►oeted.
EAINDAR® DRIVEWAY DETAI -MoWifhic Sidewalk
CITY CR CUPB RTllm® ieovE® ar : ;CITY
DATE : t o 1—2 0
STANDARD ®STAILS Ll 1 W- P r
RECONSTRUCTION OF CURBS, CUTTERS AND SIDEWALKS PROJECT 91-103
Reviewed by:
sob eotelho
Public Works Superintendent
Reviewed by: Approved by:
Trav ce Whitten ert J. Vi kovich
Assistant City Engineer irector o k
Public Works
Signature Page 1 of 1
SIDEWALK 06-I~eb-91
I.D. SIDEWALK C/G DRIVEWAY ROOT PARK DA7E�
# STREET NUMBER WIDTH I LENGT SQ.FC LF WIDTH LENGT SQ.F'I' PRUNE STRIP REMARKS COMPI.1 11,
1 BARRANCA @ HOMESTEAD S/W CORNE 0.0 0.0 36L.F.ROLL.ED CURB
2 LINDA VISTA DR. 10737 4.5 10.0 45.0 0.0 15.7 AGG.BLOCKS CAN BE MOVED
3 LINDA VISTA DR. 22096 4.5 4.5 20.3 0.0 11.5 61.6
4 DRYDEN AVE. 10845 4.5 13.5 60.81 0.0 24.8 AGG.CONC,IN PARK STRIP
5 ROSARIO AVE. 21677 4.5 17.0 76.5 0.0 20.0 63.0
6 CASTLFTON ST. 21743 4.51 10.0 45.0 0.0 20.0
7 FLINTSHIRE ST. 21618 4.51 16.5 74.3 0.0 24.0 IRRIGATION BY S\W
8 BUBB RD. 11226 4.0 5.0 20.0 4.0 0.0
9 REGNART RD.@ LINDY LN.S/E CORNER 4.5 8.0 36.0 0.0 12.7
10 REGNARTRD. 21532 4.5 15.5 69.81 0.0 16.9 28.4
11 REGNART RD. 21561 4.5 14.0 63.0 0.0 15.0
12 REGNART RD. 21542 C5 29.5 132.8 0.0 35.7
13 BELKNAP DR. 7949 4.5 10.5 47.3 17.5 0.0 16.5
14 BELKNAP CT. 1233 4.5 13.5 60.8 6.5 12.5 81.3 6.7 38.2
15 WEYMOTH DR. 1228 0.0 39.0 0.0 13.0 57.6 _
16 RANCHO VENTURA ST. 22425 0.0 27.5 1 0.0 14.0
17 SILVER OAS WAY X-FROM 22556 4.5 16.0 72.0 0.0 16.0
18 OAKLEAF PL.X-FROM 10109 4.5 25.0 112.5 0.0 NO ROOT CUT
19 NOEL 1VE. 10413 4.5 13.5 60.8 0.0 9A
20 NOEL AVE. 10463 4.51 11.0 49.5 0.0 13.0 62.1
21 MEYERHOLTZ CT. 21761 4.51 12.5 56.3 0.0 16.0
22 SEPTEMBER DR. 801 4.5 12.0 54.0 0.0 18.0
23 SEPTEMBER DR. 810 4.5 12.5 56.3 6.5 8.5 55.3 19.0
24 SEPTEMBER DR. 818 0.0 19.5 6.5 12.01 78.0 a
25 SEPTEMBER DR. 826 0.0 6.0 18.0 108.0 6.8
26 SEPTEMBER DR. 858 4.5 13.0 58.5 M.0 0.0 17.0
27 AUGUST LN. 7903 4.5 6.0 27.0 0.0 NO ROOT CUT
28 AUGUST LN. 7916 4.51 13.5 60.8 0.0 18.0
29 SEPTEMBER DR. 1002 0.0 20-01 0.0 20.0
30 SEPTEMBER DR. 1015 0.0 220 6.5 8.0 52.0
31 FESTIVAL DR. 7826 0.0 11.0 0.0
32 OCTOBER WY. 965 0.0 14.0 0.0 15.0
33 OCTOBER WY. 1034 4.5 13.0 58.5 12.0 0.0 13.0
34 OCTOBER WY. 946 0.0 26.0 0.0
35 LILAC CT. 7814 4.5 15,5 69.8 0.01 17.0
36 SAGE CT. 912 4.5 9.5 42.8 8.0 0.0 BRICK IN PARKSTRIP
37 SAGE CT. 914 1 0.01 18.0 0.0 BRICK IN PARKS'17RIP
38 STELLING RD. 907 4.5 12.6 54.0 0.0
39 CARRIAGE CIR, 7707 4.5 10.0 45.0 19.5 0.0 14.5
40 HUNTFRSON PL. 1173 4.5 14.5 65.3 0.0 11.0 COBBLESTONE IN PARKSTRIP
41 MARY AVE.N/SIDE OF GLENBROOK APT 4.0 10.0 40.0 1 0.0 7.7
42 MARY AVE GLENBROOK APT.ENTRA 6.5 8.5 55.3 1 0.0 15.0
43 MARY AVE.X-FROM 10407 3.5 10.0 35.0 0.0
44 METEOR DR. 213571 4.51 9.0 40.5 1 1 0.0
45 1 AMULET DR. ')13861 4.5 12.0 54.01 1 0.0 15.0 67.5
46 1 PEBBLE PL. 106821 4.51 11.5 51-81 1 0.0 11.0
PAGE 1.
SIDEWALK 06-Feb-91
I.D. SIDEWAi,K C/G DRIVEWAY ROOT PARK DA'Il?
# STREET NUMBER WIDTH LENGT SQ.FT LF WIDTH LENGT SQ.FT PRUNE STRIP REMARKS COMPLt?ll
47 RUMFORD DR. 21341 4.5 20.5 92.3 0.0
48 VALLEY GREEN DR.@ BEARDON N/W C 4.5 33.0 148.5 0.0 22.0
49 BEARDON DR. 19160 0.0 26.5 0.0 15.0 50.4 _
50 PARK CIRCLE EAST 10162 4.5 8.0 36.0 0.0 18.0 87.8
51 PARK CIRCLE EAST 10193 4.5 7.5 33.8 0.0 11.0 63.0
52 ALVES DR.N/W OF Y.M.C.A. 4.5 8.5 38.3 0.0 8.5 24.7
53 SIACH WY.@ CAR WASH 5.0 17.0 85.0 16.0 0.0 10.5 34.0
54 SIACH WY. 10073 5.0 32.5 162.5 27.0 0.0 8.0 78.7
55 SCOFIELD DR. 20745 0.0 13.5 0.0 5.3
56 SCOFIELD DR. 20745 0.0 25.0 0.0 4.5
57 SCOFIELD DR. 20745 4.5 13.0 58.51 0.0 5.0
58 BONNY DR. 10358 4.5 10.0 45.0 0.0
59 SHELLY DR.X-FROM 20809 0.0 18.5 0.0
60 WESTACRES DR. 10357 4.5 12.5 56.3 0.0 5.7
61 WESTACRES DR. 10371 0.0 16.0 0.0 16.0
62 CRAIG CT. 20647 4.5 10.0 45.0 0.0 I1.0
63 NANCY CT. 20644 4.5 24.0 108.0 0.0 14.0
64 PARADISE DR. 20606 0.0 4.5 11.0 49.5
65 CHERYL DR. 20633 0.01 20.0 1 0.0 14.0
66 MCCLELLAN RD. 209M 4.5 42.0 189.0 0.0 12.0
67 MCCLELLAN RD X-FROM 20891 4.5 17.0 76.5 4.5 3.0 13.5 12.7
68 ERIN WY. 7640 4.5 11.5 51.8 0.0 12.0
69 KIRWIN LN. 7544 0.0 11.0 0.0
70 KIRWIN LN. 7515 4.5 29.5 132.8 24.0 0.0 13.0 _
71 BOLLINGER RD. 7471 4.5 6.5 29.31 0.0 _
72 DEFOE DR. 7547 0.0 20.0 0.0 10.0
73 DEFOE DR.X-FROM 7565 4.5 10.0 45.0 0.0
74 KENTWOOD AVE. 1083 4.5 10.5 47.3 0.0 12.0
75 ROLLINGDELL DR.-SIDE 7497 4.5 10.0 45.0 0.0 10.0 STAY B'CWN VALVE BOXES
76 KENTWOOD AVE. 1151 4.5 10.0 45.0 0.01 10.0
77 STANFORD PL 7403 7.5 13.0 97.5 0.0 13.0
78 STANFORD PL. 7483 4.5 11.01 49.5 1 0.0 9.0 STAY EAST OF VALVE BOX
79 ROLLINGDELL DR.-SIDE 7440 0.0 40.5 0.0 22.01 66.0
80 STEEPLECHASE DR. 1110 0.0 20.0 0.0
81 RAINBOW DR. 7344 4.5 7.0 31.5 0.0 15.0 97.5
82 GILLICK WAY 203141 0.0 13.5 0.0 8.0
83 GILLICK WAY 20305 0.0 8.0 0.0
84 CLIFDEN WAY-SIDE 20306 4.5 16.0r33.8
10.0 0.0 10.0
85 PINOLE CT. 10707 31.0 0.0 10.0
86 .PACIFICA 20184 4.5 7.5 0.0 16.0
87 SOMERSET CT. 10397 17.0 0.0 4.0
88 RODRIGUES AVE. 20410 5.0 16.5 0.0 16.0 20.6
89 STEVENS CREEK BLVD. 20235 4.0 0.0
90 LAZANEO m SCHOOL.DISTRICT WALL N/ 3.51 8.0 28.0 0.0 REPLACING A.C.WALK
91 CEDAR TREE CT. 10543 4.5 9.5 42.81 24.0 4.5 9.0 40.5
92 APPLE TREE LN. 20075 1 0.01 23.5 0.0
93 APPLE TREE LN. 20157 0.01 25.0 0.01 5.5
PAG E 2
SIDEWALK 06-Feb-91
I.D. SIDEWALK C/G DRIVEWAY ROOT PARK DAT1:
# STREET NUMBER WIDTH LENGT SQ.FI' LF WIDTH LENGT SQ.FT PRUNE STRIP REMARKS COMPI.f 113
94 FOREST AVE.-W/SIDE-100'W/BLANEY 0.0 20.0 0.0 14.0
95 BE=AVE. 10550 0.0 39.5 0.0 9.0
96 LANSDALE AVE. 10430 0.0 26.0 0.0 10.0
97 LANSDALE AVE. 10441 4.5 16.0 72.0 18.0 0.0 10.0
98 LANSDALE AVE. 10450 0.0 45.01 0.0 12.0
99 LAMAR DR. 19731 0.0 29.0 0.0
100 PINEVILLE AVE. 10421 1 0.0 27.0 0.0
101 DENISON AVE. 10154 4.51 14.5 65.3 0.0
102 DENISON AVE. 10344 0.0 37.5 0.0 10.5
103 DENISON AVE. 10316 4.51 35.0 157.5 0.0 17.01 53.5
104 MERRTIT DR. 19M 0.0 18.5 0.0 15.0
105 BAYWIOOD DR. 19920 0.0 11.0 0.0
106 MERRCIT DR. 19902 0.0 13.0 0.0 13.0
107 BAYWOOD DR. 19889 4.5 16.0 72.0 0.0
108 BLANEY AVE.N. 10551 4.5 17.0 76.5 13.0 0.0 16.0 TURF W.IRRIGATION
109 WHEATON DR.-SIDE 19994 4.5 10.01 45.0 0.0
110 TANTAU AVE.S/W CORNER OF HWY 2W 0.0 37.01 1 0.0
III VAL.LCO PKWY.X-FROM TANDUM 0.0 13.5 0.0
112 TANTAU AVE.N/E CORNER OF HWY 280 5.0 11.5 57.5 15.0 0.0
113 MILLER AVE. 913 0.0 25.5 0.0 35.0
114 MILLER AVE. 929 0.0 27.0 0.0 15.0
115 MILLER AVE. 957 0.0 23.5 0.0 22.0
116 MILLER AVE. %7 0.0 51.0 0.0 18.5
1 i7 STENDHAL LN. 753 0.01 20.0 0.0 16.0
118 STENDHAL LN. 765 0.0 22.0 0.0 6.0
119 TANTAU AVE.X-FROM 10570 4.0 8.0 32.0 0.0
120 SHADYGROVE DR. 6021 0.0 31.0 0.0 10.0 123.5
121 SHADYGROVE DR. 6045 0.0 31.5 0.0 22.0
122 SHADYGROVE DR. 6212 0.0 17.5 0.0 11.0
123 HYDE AVE. 892 4.5 22.5 101.3 40.0 8.5 19.0 153.0 12.0
124 WOLF RD.HP ENT,E/SIDE 4.0 6.0 24.0
125 WOLF RD.HP ENT.W/SIDE 4.01 6.0 24.0
126 RANDY LN. 10600 0.0ROLLED CURB
TOTALS I 1 4705.5 1376.0 631.01 1175.41 1102.9 151 I_F,ROLLED CURB _
ROOT PRUNING WILL BE PERFORMED A MINIMUM OF 12"FROM 11-1E TREE.
PAGE 3
SIDEWALK 06-Feb-91 o
I.U. SIDEWALK C/G DRIVEWAY ROOT PARK
I' DA'[l
# STREET NUMBER WIDTH LENGT SQ.1' LF WIDTH LENGT SQ.F I' PRUNE STRIP REMARKS COMPL 1."ll.
52 ALVES DR.N/W OF Y.M.C.A. 4.5 8.5 38.3 0.0 8.5 24.7
45 AMULET DR. 21386 4.5 12.0 54.0 0.0 15.0 67.5
92 APPLE TREE LN. 20075 0.0 23.5 0.0 _
93 APPLE TREE LN. 20157 0.0 25.0 0.0 5.5
27 AUGUST LN. 7903 4.5 6.0 27.0 0.0 NO ROOT CU 1'
28 AUGUST LN. 7916 4.5 13.5 60.8 0.0 18.0
1 BARRANCA @ HOMESTEAD S/W CORNE 0.0 0.0 361-F.ROLLED CURB
105 BAYWOOD DR. 19920 0.0 11.0 0.0
107 BAYWOOD DR. 19889 4.5 16.0 72.0 0.0
49 BEARDON DR. 10160 0.0 26.5 0.0 15.0 50.4
14 BELKNAP CT. 1233 4.5 13.5 60.81 6.5 12.5 81.3 6.71 38.2
13 BELKNAP DR. 7949 4.5 10.5 47.3 0.5 0.0 16.5
95 BETTE AVE. 10550 0.0 39.5 0.0 80
108 BLANEY AVE.N. 10551 4.5 17.0 76.5 13.0 0.0 16.0 TURF W\IRRIGATION
71 BOLLINGER RD. 7471 4.5 6.5 29.3 0.0
58 BONNY DR. 10358 4.5 10.0 45.0 0.0
8 BUBB RD. 11226 4.0 5.0 20.0 4.0 0.0
39 CARRIAGE CIR. 7707 4.5 10.0 45.0 19.5 0.0 14.5
6 CASTLETON ST. 21743 4.5 10.0 45.0 0.0 20.0
91 CEDAR TREE CT. 10543 4.5 9.5 42.8 24.0 4.51 9.0 40.5
65 CHERYL DR. 20633 0.0 20.0 1 0.0 14.0
84 CLIFDEN WAY-SIDE 20306 4.5 16.0 72.0 10.0 0.0 10.0 --
02 CRAIG CT. 20647 4.5 10.0 45.0 0.0 11.0
72 DEFOE DR. 7547 0.0 20.0 0.0 10.0
73 DEFOE DR.X-FROM 7565 4.5 10.0 45.0 0.0
101 DENISON AVE. 10154 4.5 14.5 65.3 0.0
102 DENISON AVE. 10344 0.0 37.5 0.0 10.5 _
103 DENISON AVE. 10316 4.5 35.0 157.5 0.0 17.0 53.5
4 DRYDEN AVE. 10845 4.5 13.5 60.81 0.0 24.8 AGG.CONC.IN PARK STRIP
68 ERIN WY. 7640 4.5 11.5 51.81 0.0 12.0
31 FESTIVAL DR. 7826 0.0 11.0 0.0
7 FLINTSHIRE ST. 21618 4.5 16.5 74.3 1 0.0 24.0 IRRIGATION BY S\W
94 FOREST AVE. W/S►DE-100'W/BLANEY 0.0 20.0 1 0.0 14.0
82 GILLICK WAY 20314 0.0 115 0.0 8.0
83 GILLICK WAY 20305 0.0 8.0 1 0.0
40 HUNTERSON PL. 1173 4.5 14.5 65.3 0.0 11.0 COBBLESTONE IN PARKS7RIP
123 HYDE AVE. 892 4.5 22.5 101.3 40.0 8.5 18.0 153.0 12.0
74 KENTWOOD AVE. 1083 4.5 10.5 47.3 0.0 12.0
76 KENTWOOD AVE. 1151 4.5 10.0 45.0 0.0 10.0
69 KIRWIN LN. 7544 0.0 11.0 0.0
70 KIRWIN LN. 7515 4.5 29.5 132.8 24.0 0.0 13.0
99 LAMAR DR. 19731 0.0 29.0 1 0.0
96 LANSDALE AVE. 104.10 0.0 26.0 0.0 10.0
97 LANSDALE AVE. 10441 4.5 16.01 72.0 18.0 0.0 10.0
98 LANSDALE AVE. 10450 0.0 45.0 0.0 12.0
90 LAZANEO @ SCHOOL DISTRICT WALL N/ 3.5 8.0 28.0 0.01 1 REPLACING A.C.WALK
PAGE 1
SIDEWALIK 06-Feb-91
i.D. SIDEWALK CIG DRIVEWAY ROOT PARK DAII;
# STREET NUMBER WIDTH I LENGT SQ.FT LF WIDTH I LENGT SQ.FI' PRUNE STRIP REMARKS C'OMPIT Ivw
35 LILAC CT. 7814 4.5 15.5 69.8 0.0 17.0 _
2 LINDA VISTA DR. 10737 4.5 ]0.0 45.0 0.0 15.7 AGG.BLOCKS CAN BE MOVED
3 LINDA VISTA DR. 22096 4.5 4.5 20.3 0.0 11.5 61.6
42 MARY AVE.@ GLENBROOK APT.ENTRA 6.5 8.5 55.3 0.0 15.0
41 MARY AVE.N/SIDE OF GLENBROOK APT 4.0 10.0 40.01 0.0 7.7
43 MARY AVE.X-FROM 10407 3.5 10.0 35.0 0.0
67 MCCLELLAN RD X-FROM 20891 4.5 17.0 76.5 4.5 3.0 13.5 12.7
66 MCCLELLAN RD. 20900 4.5 42.0 189.0 0.0 12.0
104 MERRITT DR. 19872 0.0 18.5 0.0 15.0
106 MERRITT DR. 19902 0.0 13.0 0.0 13.0
44 METEOR DR. 21357 4.5 9.0 40.5 0.0
21 MEYERHOLTZ CT. 21761 4.5 12.5 56.31 0.0 16.0
113 MILLER AVE. 913 0.0 25.5 0.0 35.0
114 MILLER AVE. 929 0.0 27.0 0.0 15.0
115 MILLER AVE. 057 0.0 23.5 0.0 22.0
116 MILLER AVE. 967 0.0 51.0 0.0 18.5
63 NANCY CT. 20644 4.5 24.0 108.0 0.0 14.0
19 NOEL AVE. 10413 4.5 13.5 60.8 0.0 9.0
20 NOEL AVE. 10463 4.5 11.0 49.5 0.0 13.0 62.1
18 OAKLEAF PL.X-FROM 10109 4.5 25.0 112.5 0.0 NO ROOT CUT
32 OCTOBER WY. 965 0.0 14.0 0.0 15.0
33 OCTOBER WY. 1034 4.5 13.0 58.5 12.0 0.0 13.0
34 OCTOBER WY. 946 0.0 26.0 0.0
86 PACIFICA 20194 4.5 7.5 33.8 0.0 16.0
64 PARADISE DR. 20606 0.0 4.5 11.0 49.5
50 PARK CIRCLE EAST 10162 4.5 8.0 36.0 0.0 18.0 97.8
51 PARK CIRCLE EAST 10193 4.51 7.5 33.81 0.0 11.0 63.0
46 PEBBLE PL. 10682 4.5 11.5 51.8 0.0 11.0
100 PINEVILLE AVE. 10421 0.0 27.0 0.0
85 PINOLE CT. 10707 0.0 31.0 0.0 10.0
81 RAINBOW DR. 7344 4.5 7.0 31.5 0.0 15A 97.5
16 RANCHO VENTURA ST. 22425 0.0 27.5 0.0 .14.0
126 RANDY LN. 10600 0.0 15 L.F.ROLLED CURB
10 REGNARTRD. 21532 4.51 15.5 69.8 0.0 16.9 28.4
11 REGNARTRD. si5e1 4.5 14.0 63.0 0.0 15.0
12 REGNARTRD. 21542 4.5 29.5 132.8 0.0 35.7
9 REGNART RD. a LINDY LN.S/E CORNER 4.5 8.0 36.0 0.0 12.7
88 RODRIGUES AVE. 20410 5.0 16.5 82.5 0.0 16.0 20.6
75 ROLLINGDELL DR.-SIDE 7497 4.5 10.0 45.0 0.0 10.0 STAY BTWN VALVE:BOXES
79 ROLLINGDELL DR.-SIDE 7440 0.01 40.5 0.0 22.0 66.0
5 ROSARIO AVE. 21677 4.5 17.0 76.5 0.0 20.0 63.0
47 RUMFORD DR. 21341 4.5 20.5 92.3 0.0
36 SAGE CT. 912 4.5 9.5 42.8 8.0 0.0 BRICK IN PARKSTRIP
37 SAGE CT. 914 0.0 18.0 0.0 BRICK IN PARKS17RIP
55 SCOFIELD DR. 20745 0.0 13.5 0.0 5.3
% SCOFIELD DR. 20745 0.0 25.0 0.0 4.5 �^
57 SCOFIELD DR. 20745 4.5 13.0 58.5
PAGE 2
SIDEWALK 06-Feb-91 s
_ N
r LD. SIDEWALK C/G DRIVEWAY ROOT PARK DAl E# STREET NUMBER WIDTH LENGT SQ.F-F LF WIDTH I LENGT SQ.F I' PRUNE STRIP REMARKS COMPLE 11:22 SEPTEMBER DR. 801 4.5 12.0 54.0 0.0 18.0 -
23 SEPTEMIRER DR. 810 4.5 12.5 56.3 6.5 8.5 55.3 19.0
24 SEPTEMBER DR. 818 0.0 19.5 6.5 12.0 78.0
25 SEPTEMBER DR, 826 0.0 6.0 • 18.0 108.0 6.8
26 SEPTEMBER DR. 858 4.5 13.0 58.5 32.0 0.0 17.0
29 SEPTEMBER DR. 1002 0.0 20.0 0.0 20.0
30 SEPTEMBER DR. 1015 0.01 22.0 6.5 8.0 52.0
120 SHADYGROVE DR. 6021 0.0 31.0 0.0 10.01 123.5
121 SHADYGROVE DR. 6045 0.0 31.5 0.0 22.0
122 SHADYGROVE DR. 6212 0.0 17.5 1 0.0 11.0
59 SHELLY DR.X-FROM 20809 0.0 18.5 0.0
54 SIACH WY. 10073 5.0 32.5 162.5 27.0 0.0 8.0 78.7
53 SIACH WY.@ CAR WASH 5.0 17.0 85.0 16.0 0,0 10.5 34.0
17 SILVER OAK WAY X-FROM 22556 4.5 16.0 72.01 0.0 16.0
87 SOMERSET CT. 10397 0.0 17.0 0.0 4.0
77 STANFORD PL. 7403 7.5 13.0 97.5 0.0 13.0
TS STANFORD PG 7483 4.5 11.0 49.5 0.0 9.0 STAY EAST OF VALVE BOX
80 1 STEEPLECHASE DR. 1110 0.0 ?0.0 0.0
38 STELLING RD. 907 4.5 12.0 54.0 0.0
117 STENDHAL LN. 753 0.0 20.0 0.0 16.0
118 STENDHAL LN. 765 0.0 22.0 0.0 6.0
89 STEVENS CREEK BLVD. 20235 0.0 4.0 0.0
112 TANTAU AVE.N/E CORNER OF HWY 280 5.0 1 l.5 57.5 15.0 0.0
110 TANTAU AVE.S/W CORNER OF HWY 280 0.0 37.0 0.0
119 TANTAU AVE.X-FROM 10570 4.0 8.0 32.0 0.0
III VALLCO PKWY.X-FROM TANDUM 0.0 13.5 0.1)
48 VALLEY GREEN DR.@ BEARDON NM'C 4.5 33.0 148.5 0.0 22.0
60 WESTACRES DR. 10357 4.5 12.5 56.3 0.0 5.7
61 WFSTACRES DR. 10371 0.0 16.0 0.0 16.0
15 WEYMOTH DR. 1228 0.0 39.0 0.0 13.0 57.6
109 WHEATON DR.-SIDE 19994 4.5 10.0 45.0 0.0!
124 WOLF RD.HP ENT.E/SIDE 4.0 6.0 24.0
I25 WOLF RD.HP ENT.WlSIDE 4.0 6.0 24.0
TOTALS 4705.5 1376.0 631.0 l 175.4 1102.9 51 L.F.ROLLED CURB
ROOT PRUNING WILL BE PERFORMED A MINIMUM OF 12"FROM THE TREE.
PAGE 3
PROPOSAL
RECONSTRUCTION OF CURBS, GUTTERS AND SIDEWALKS
PROJECT 91-103
TO THE DIRECTOR OF PUBLIC WORKS, CITY OF CUPERTINO, STATE OF CALIFORNIA,
SANTA CLARA COUNTY;
Dear Sir:
In compliance with the Specifications furnished for the Reconstruction of
Curbs, Gutters and Sidewalks, Prnject 91-103, I, the undersigned, hereby
declare that I have read the proposal requirements and hereby propose to
do all work required to complete the said work in accordance with the
specifications and/or plans for the amounts set forth herein on the
incorporated schedule.
The work shall consist of furnishing of all labor, equipment and materials
necessary for the removal and reconstruction of certain concrete curbs,
gutters and sidewalks complete in place, in accordance with the special
provisions and the City of Cupertino Standard Specifications and Details.
The contractor is caution,;d that utilities and/or sprinkler systems exist
with this project and :ie will be required to use extreme caution to
prevent any damage. Any damage to the existing utilities shall be
repaired at the expense of the contractor.
A bid bond in the amount of ten percent (10%) of the base bid is required.
BID EST.QTY.
ITEM UNIT ITEM
1. 4,706 SF Remove & reconstruct concrete $ 6.60 /SF $ 31,059.60
sidewalk complete & in place
Six and 60/100
Dollars/SF
2. 1,376 LF Remove & Reconstruct concrete $ 31.90 /LF $ 43,894.40
curb & gutter complete & in
place_
Thirty One and 90/100
Dollars/LF
3. 631 SF Remove & reconstruct five $ 10.00 _/SF $ 6.310.00
inch (5") PCC driveway complete
& in place for
Ten and no/100
Dollars/SF
Proposal Page 1 of 7
4. 1.176 LF Provide for root cutting of $ 4.80__/LF $ 5,644.80
street trees complete & in
place for
Four and 80/100
Dollars/EA
S. 51 LF Remove & reconstruct concrete $ 34.80 /LF $ 1,774.80
rolled curb & gutter complete
& in place
Thirty Four and 80/100
Dollars/LF
6. 150 LF Saw Cuts $� 7.40 /LF $ 1,110_00
Seven and 40/100 _ .....
Dollars/L.F
7. 1103 SF Remove paving material $ 2.30 /Sy $ 2,536.00
from park strip
Two and 30/100
Dollars/SF
8. 188 SF Construct sidewalk tran- $ 7.10 /SF $ 1,334.80
sition Seven and 10/100
9. 1 LS Construct driveway $1,750.6j/LS $ 1,750.00
TOTAL $ 95,415.30
ALTERNATIVE BID: D ����
BID EST.QTY.
ITEM UNIT ITEM
1. 1,376 LF Remove & reconstruct con- $ 35.60/LF $ 48,985.60
crete, curb & gutter with
12" wide concrete at lip
of gutter complete & in
place Thirty rive and 60/100
2. 51 LF Remove & reconstruct con- $ 46.77 /L v $ 2,381.70 -)k
crete rolled curb & gutter
with 12" wide concrete at
lip of gutter complete &
in place Forty Six and 77/100
3. 1,427 LF Place lamp black on con- $ 2.70 /LF $ 3,852.90
crete in A.C. area at lip
of gutter Two and 70/100
Proposal Page 2 of 7
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 collision or fraud.
I, the undersigned recognize that the Director of Public Works of
the City of Cupertino will reserve the right to establish the priority of
one job over another and each starting date where conflict of construction
schedules occur.
Attached hereto is the required certified check or bid bond in the
amount of $ 10% , as required by law and the Notice to Bidders
(10% of bid amount)
BID PROPOSAL PAGE 3 OF 7
A. BID DOCUMENTS, Continued
BIDDER QUALIFICATION FORM
in further compliance with -::he specifications furnished, the
undersigned submits the following statements as to his experience and to
his qualifications as a part of this proposal, and the truthfulness and
utterance of the information is hereby guaranteed.
(1) How many years has your organization been in
business under its present name? 35 years
(2) How many years experience in work comparable with
that required under the proposed contract has your
organination had by this or any other name? 66 years
(3) Contractor's License No. 186761 ,
State of California, Classification A _
Expiration Date 5/31/91
(4) List work similar in cha_acter to that required in the
proposed contract which your organization or personnel in
your organization has completed within the past 3 years.
Year Class, Location of Work and for Whom Performed Contract Amount
Pacific Gas & Electric Company
1989 Sacramento, California $68,000.00
1990 Pacific Gas & Electric Company, San .Jose, CA 700,000.00
1988 Pacific Gas & Electric Company, San Jose, CA 355,000.00
�^ ,construction ot curbs, gutters
1988 City of Cupertino: sidewalks, Project 88-101 1,15,000.00
1988 City of Redwood City: Sidewalk Replacement 475,000.00
1988 County of Yolo: Curb, gutter & sidewalk 160,000.00
BID PROPOSAL PAGE 4 OF 7
A. BID DOCUMENTS, Continued
Name of Proposed Sub-C�ntractors, if any
(erection 4104, Government Code)
1. SARATOGA TREE SERVICE
2.
3. �.
4
S.
6.
Address if Shop or Office of Sub-Contractors
(Section 4104, Government Code)
1. 18660 PASEO PUEBLO, CARATOGA, CALIFORNIA 95070
2.
3.
4.
5.
6.
Work to be Performed by Sub-Contractors
(Section 4104, Government Code)
1. ROOT CUTTING
2. _
3.
4.
5.
6.
BID PROPOSAL PAGE 5 OF 7
A. BID DOCUMENTS, Continued
IF YOU ARE AN INDIVIDUAL, SO STATE. IF YOU ARE A FIRM OR CO-PARTNERSHIP,
STATE THE FIRM NAME AND LIST THE NAMES OF ALL INDIVIDUAL CO-PARTNERS
COMPOSING THE FIRM. IF A CORPORATION, STATE LEGAL NAME OF CORPORATION,
ALSO NAMES OF PRESIDENT, SECRETARY-TREASURER AND MANAGER. THE CORPORATE
SEAL MUST BE AFFIXED. THE INFORMATION CONTAINED IN THIS BID IS BEING MADE
UNDER PENALTY OF PERJURY.
TYPE OF BUSINESS: Individual:
Co-Partnership
Corporation HOOD CORPORATION, MARC LAULHERE, PRESIDENT
LARRY LAULHERE, SEC-TREASURER
Joint Venture CRAIG A. FANTOZZI, AREA MGR.
Other
(Describe)
Name and Signature of Pidder:
CRAIG A. FANTOZZI
(Print)
(Signature)
Address (Both mailing and location addresses) :
369 E. 12TH STREET
P. 0. BOX 1277
PITTSBURG, CALIFORNIA 94565
Telephone Number:
( 415 �_ 427-6155
Date: MARCH 26, 1991
Addendas Received:
2 3 4 5
BID PROPOSAL PAGE 6 OF 7
NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY
BIDDER AND SUBMITTED WITH BID
State of California as.
County of CONTRA COSTA
CRAIG A. FANTOZZI being first duly sworn, deposes
and says that he or she is AREA MANAGER of HOOD CORPORATION
the party making the foregoing bid that the bid is not made in the
interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation; that the bid is
genuine and not collusive or sham; that 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; that 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 interest in the proposed contract; that
all statements contained in the bid are true; and, further, that the
bidder has not, directly or indirectly, submitted his or her bid price or
any breakdown thereof, or the 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.
Name and Signature of Bidder:
HOOD CORPORATION
(Print)
' t•r �.,
(Signs ure)
CRAIG A. FANTOZZI, AREA MANAGER
Date: MARCH 26, 1991
BID PROPOSAL, PAGE 7 OF 7
PROPOSAL
RECONSTRUCTION OF CURBS, GUTTERS AND SIDEWALKS
PROJECT 91-103
TO THE DIRECTOR OF PUBLIC WORKS, CITY OF CUPER.TINO, STATE OF CALIFORNIA,
SANTA CLARA COUNTY;
Dear Sir:
In compliance with the Specifications furnished for the Reconstruction of
Curbs, Gutters and Sidewalks,, Project 91-103, I, the undersigned, hereby
declare that I have read the proposal requirements and hereby propose to
do all work required to complete the said work in accordance with the
specifications and/or plans for the amounts set forth herein on the
incorporated schedule.
The work shall consist of furnishing of all labor, equipment and materials
necessary foi the removal and reconstruction of certain concrete curbs,
gutters and sidewalks complete, in place, in accordance with the special
provisions and the City of Cupertino Standard Specifications and Details.
The contractor is cautioned that utilities and/or sprinkler systems exist
with this project and he will be required to use extreme caution to
prevent any damage. Any damage to the existing utilities shall be
repaired at the expense of the contractor.
A bid bond in the amount of ten percent (10%) of the base bid i3 required.
BID EST.QTY.
ITEM _UNIT ITEM
1. 4,706 SF Remove & reconstruct concrete $ 6.60 /SF S ;1 ,U59,b0
sidewalk complete & in place
Six and 60/100
Dollars/SF
2. 1,376 LF Remove & Reconstruct concrete $ 31 .90 JLF 8 1)i .40
curb & gutter complete & in
place
Thirty One and 90/100
Dollars/LF
3. 631 SF Remove & reconstruct five $ 10.00 /SF $ t,, 10.00
inch (5") PCC driveway complete
& in place for
Ten and no/100 _
Dollars/SF
Proposal Page 1 of 7
4. 1176 LF Provide for root cutting of $ 4.80 /LF $ 5,644.80
street trees complete & in
place for _
Four and 80/100
Dollars/EA
5. 51 LF Remove & reconstruct concrete $ 34.80 /LF $ 1,774.80
rolled curb & gutter complete
& in place
Thirty Four and 80/100
Dollars/LF
6. 150 LF Saw Cuts $ 7.40 /LF $ 1,110.00
Seven and 40/100
Dollars/L.F
7. 1103 SF Remove paving material $ 2.30 /SF $ 2,536.00
from park strip —
Two and 30/100
Dollars/SF
L. 188 SF Construct sidewalk tran- $_ 7. 10 /SF $ 1,334.8U
sition Seven and 10/100
9. 1 LF Construct driveway $1 ,750.00/LS $ 1 ,750.00
TOTAL $ 95,415.30
ALTERNATIVE: BID:
BID EST.QTY.
ITEM UNIT ITEM
1. 1,376 LF Remove & reconstruct con- $ 35.60/LF $ 48,985.60
crete, c-arb & gutter with
12" wide concrete at lip
of gutter complete & in
place Thirty Five and 60/1.00
2. 51 LF Remove & reconstruct con- $`46.77 /LF $ ?,381..70
crete rolled curb & gutter
with 12" wide concrete at
lip of gutter complete &
in place Forty Six and 77/100
3. 1,427 LF Place lamp black on con- $ 2.70 /LF $ 3,852.90
crete in A.C. area at lip
of gutter Two and 70/1.00
Proposal Page 2 of 7
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 c,ccur.
Attached hereto is the required certified check or bid bond in the
amount of S 1071 , as required by law .and the Notice to Bidders
(10% of bid amount)
BID PROPOSAL PAGE 3 OF 7
A. BID DOCUMENTS, Continued
BIDDER QUALIFICATION FORM
In further compliance with the specifications furnished, the
undersigned submits the following statements as to his experience and to
his qualifications as a part of this proposal, and the truthfulness and
utterance of the information is hereby guaranteed.
(1) How many years has your organization been in
business under its present name? 35 years
(2) How many years experience in work comparable with
that required under the proposed contract has your
organization had by this or any other name? 66 years
(3) Contractor's License No. 186761 ,
State of California, Classification_ A
Expiration Date 5/31/91.
(4) List work similar in character to that required in the
proposed contract which your organization or personnel in
your organization has completed within the past 3 years.
Year Class, Location of Work and for Whom Performed Contract Amount
Pacific Gas & Electric Company
1989 Sacramento, California $68,000.00
1990 Pacific Gas & Electric. Company, San Jose, CA 700,000.00
1988 Pacific Gas & Electric Company, San .lose, CA 355,000.00
Reconstruction -)i curhs, gutt( rs
1988 City of Cupertino: & sidewalks, Project 88-101 L15,000.(?0
1988 City of Redwood City: Sidewalk Replracement 475,C)00.00
1988 County of Yolo: Curb, gutter & sidewalk 160,000,00
BID PROPOSAL PAGE 4 OF 7
A. Biz DOCUMEN?'S, Continued
Name of Proposed Sub-Contractors, if a.ny
(Section 4104, Government Code)
1. SARATOGA TREE SERVICE
2.
3.
4.
5.
6.
Address if Shop or Office of Sub-Contractors
(Section 4104, Government Code)
1. 18660 PASEO PUEBLO, CARATOGA, CALIFORNIA 95070
2.
3.
4.
5.
6. - -
Work to be Performed by Sub-Contractors
(Section 4104, Government Code)
1 KOOT CUTTING
2. — --
3
4.
6.
BID PROPOSAL PAGE 5 OF 7
91-012 RECONSTRUCTION OF CURBS , GUTTERS AND 4 of 5
SIDEWALKS PROJ. 91-103
Jill
A. BID DOCUMENTS, Continued
IF YOU ARE AN INDIVIDUAL, SO STATE. IF YOU ARE A FIM OR CO-PARTNERSHIP,
STATE THE FIRM NAME AND LIST THE NAMES OF ALL INDIVIDUAL, CO-PARTNERS
COMPOSING THE FIRM. IF A CORPORATION, STATE LEGAL NAME OF CORPORATION,
ALSO NAMES OF PRESIDENT, SECRETARY-TREASURER AND MANAGER. THE CORPORATE
SEAL MUST BE AFFIXED. THE INFORMATION CONTAINED IN THIS BID IS BEING MADE
UNDER PENALTY OF PERJURY.
TYPE OF BUSINESS: Individual:
Co-Partnership
rcrpo-ation HOOD CORPORATION, MARC LAULHERE, PRESIDENT
LARRY LAULHERE, SEC-TREASURER
Joint Venture CRAIG A. FANTOZZI, AREA MGR.
Other
(Describe)
Name and Signature of Bidder:
CRAIG A. FANTOZZI
(Print)
(Sig—nature)
Address (Both mailing and location addresses) :
369 E. 12TH STREET
P. 0. BOX 1277
PITTSBURG, CALIFORNIA 94565
Telephone Number:
( 415 ) 427--6155
Date: MARCH 26, 1991
Addendas Received:
2 3 4 5
BID PROPOSAL PAGE 6 OF 7
NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY
BIDDER AND SUBMITTED W11" HID
State of California ss.
County of CONTRA, COSTA
_CRAIG A. FANTOZZI being first duly sworn, deposes
and says that he or she is AREA MANAGER _of HOOD CORPORATION
the party making the foregoing bid that the bid is not made in the
interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation; that the bid is
genuine and not collusive or sham; that 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; that 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 interest in the proposed contract; that
all statements contained in the bid are true; and, further, that the
bidder has not, directly or indirectly, submitted his or her bid price or
any breakdown thereof, or the 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.
Name and Signature of Bidder:
HOOD COR'P0RAT 1 U?:
` r �
(Signs'ture)
C1:AIG A. FANTOZZ;( , :iR(;A `,,\NAGFI�
Date: MARCH 26 , 1991
BID PROPOSAL PAGE 7 OF 7
PROPOSAL
RECONSTRUCTION OF CURBS, GUTTERS AND SIDEWALKS
PROJECT 91-103
TO THE DIRECTOR OF PUBLIC WORKS, CITY OF CUPERTINO, STATE OF CALIFORNIA,
SANTA CLARA COUNTY;
Dear Sir:
In compliance with the Specifications furnished for the Reconstruction of
Curbs, Gutters and Sidewalks, Project 91-103, I, the undersigned, hereby
declare that I have read the proposal requirements and hereby propose to
do all work required to complete the said work in accordance with the
specifications Pnd/or plans for the amounts set forth herein on the
incorporated schedule.
The work shall consist of furnishing of all labor, equipment and materials
necessary for the removal and reconstruction of certain concrete curbs,
gutters and sidewalks complete in place, in accordance with the special
provisions and the City of Cupertino Standard Specifications and Details.
The contractor is cautioned that utilities and/or sprinkler systems exist
with this project and he will be required to use extreme caution to
prevent any damage. Any damage to the existing utilities shall be
repaired at the expense of the contractor. r�
A bid bond in the amount of ten percent (10%) of the base bid is required.
BID EST.QTY.
ITEM UNIT ITEM /$ /SF S 7 1. 4,706 SF Remove & reconstruct concrete $
sidewalk complete & in place
S Lx Qol� D
Dollars/SF
2. 1. 376 LF Remove & Reconstruct concrete $ / Q /LF $ y�f e2. .1,16
curb & gutter complete & in
place L -&-A)
/,Q�J D i,JL-'T�l E/bt�r �a1T5
Dollars/LF
3. 631 SF Remove & reconstruct five $ !v.i5 /SF $
inch (Sm) PCC driveway complete 7
& in place fors/X ID9" "
,*JA ,)a
Dollars/8F
Proposal Page 1 of 7
4. 1176 LF Provide for root cutting of S /LF $_ �
street trees complete & in
place fos Marc .�Tot.t_a
�dl.PlZU941.4iiet�C�
DoEA
S. 51 LF Remove & reconstruct concrete S. Q _ID /LF , / _9D
rolled curb & gutter complete
& in placeTic&AaY
Dol s/LF
6. 150 LF Saw Cuts $ a?. a/ /LF S J3e.5o
Dollars/L.F
7. 1103 SF Remove paving material $ /SF SAS
from park strip bn/ff ,Z7&.
l D 17f>A r e Ix ge=
Dollars/SF
a. lea SF Construct sidewalk trap- S /5 /SF $ '7
eition&t sa&W
F"P9rW W e N75
9. 1 LS Construct driveway an/a- $ LS S
J�LGA•i2,5
TOTAL $ /u
ALTERNATIVE BID:
BID EST.QTY. (�
ITEM UNIT ITEM 'Z
1. 1,376 LF Remove & reconstruct con- $a6• 40/LF $
crate, curb & gutter with
120 wide concrete at lip
of gutter ccmplate & in
place ff&gQ f /X 404LO 6
A'$J,& dixry C 6-,VW..�
2. 51 LF Remo-+e & reconstruct con-
crete rolled curb & gutter
with 120 wide concrete at
lip of gutter complete &
in pplace-7 c&VorY 29A ATXU Rs
��3 .Vx C�w9s
3. 1,427 LF Place lamp black on con- S •Sd /LF S '7/.5 S-0
crete in A.C. area at lip
of gutter F/C:Z;� (&7Y?3
Proposal Page 2 of 7
. s •
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 peraon, firm, or corporation making a bid for the scene work, and
is in all respectr 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
once job over another and each starting date where conflict of construction
schedules occur.
Attached hereto is the required certified check or bid bond in the
amount of $ EIDDCK'S L'."0N1)
as required by law and the Notice to Bidders
(10% of bid amount)
3,dMUEL A S ETO
PRESIDENT
BID PROPOSAL PAGN 3 OF 7
A. BID DL1MONTTS, Continued
BIDDER QUALIFICATION PORN
In further compliance with the specifications furnished, the
undersigned submits the following statements as to his experience and to
his qualifications as a Bart of this proposal, and the truthfulness and
utterance of the information is hereby guaranteed.
(1) H" many years has your organization been in
business under its present name? yRS.
(2) How many years experience in work comparable with
that required under the proposed contract has your
organization had by this or any other name? A9,
(3) Contractor's License No. LIQ 0 310292
State of California, Classification
Expiration Date 8- 3/- 9/
(4) List work similar in character to that required in the
proposed contract which your organization or personnel in
your organization has completed within the past 3 years.
Year Class, Location of Work and for Whom Perforned Contract Amount
Ad'
BID PROPOSAL PAGE 4 OF 7
r
:k
EQ�fC'E.EIE1?_�Q�lZisBGI�
9�E�t�YL�QC�I9EI �E �ESIEIIQ�! B�iQl�i�:L
U.S.P.S. S.F. Intnl Airport $ 170, 000.00
Byron WILLiams Loading Dock Modif.
876-9414
Univ. Calif Haviland Hall 50, 000.00
Carlton St . Handicap Modifications
Berkeley
Vic Taylor
642-0489
Univ. Calif Site Improvements 130,000.00
(same as above)
Kaiser Construction Various Contracts 700, 000,00
1780-2nd
Berkeley, CA
Ron lie L Lo
429-6475
City of Union City L.I .D. "0 4501000.00
Alvarado Niles Rd Improvements of
Union City, CA Decoto District
Jim Ghemetti
471-3232
Fort of Oakland Air--DART Bus Shelters i. , 300, 000.00
66 ..Jack London Eq Oakland Int ' 1. Airport
Oakland , Ca
Rufino OLay
444-3l.88
Safeway Stores Hoffman Freeway Dev. 8001000.00
Madison Ave. Richmond Distribution
Oakland , CA Center
Inland Container Various Contracts
37333-Cedar Blvd Site grading, engineer— 480, 000.00
Newark , Ca ing , asphalt , concrete
Fred Landsberg
797-2021
County of Alameda Street Improvements 275, 000.00
399 Elmhurst St. Robin/Fir
Hayward, CA
Paul Charles
670-5491
06 .Pa. Improvements to �86, 000.00
Biyh111 Drive Evans Ave. Mail
x•uno, CA Facility
oii 1411 1 i ams
876-9414
TUIY ,tif Sunnyvale Math i Lda Ave 400, 000.00
' 06 West Olive Ave Median Island
Aunnyva Le, CA
,,, r'Y1ie Yosh i 7uka
(408) 730-7429
�a` of 'Santa Clara Various Contracts 360,000.00
Transportation Bus Stop Pavement
1555--.Berger Drive
main Jose, CA
Hugh` Hancoc k
, t�08D 299-2591
City 'of Sunnyvale Murphy Station 885, 000.00
456 West Olive Ave
4unnyvaLe, CA
:,Roger Jenkins
x (408) 730--7429
r'
Washington Hospital Parking Lot/ 603,000.00
2000 Mowry Ave fox Culvert Construction
:Fr emont,CA
Vern Gustafson,
797--1111
Liquid Air Corp. lie iium Transfi LL 26 , 000.00
2121 N. California Dcpot
Walnut Creek , Ca
George Nub Le
977--6521
Santa Clara County Eastridge Transit 904, 900,40
Transportation Agency Center-Drivers
1555 Berger Drive Building/Passenger
San Jose, CA Shelters
Hugh Hancock
408/299-2591
City of Walnut Creek North Main Street 2051500.00
1666 North Main St Improvements
Walnut Creek, CA
. Vie Steil
943-5800
City of Walnut Creek California/Newell/ 192, 100.00
(same as above) South Main Street
City of Walnut Creek Creek Beautification 483,650.00
(same as above) Civic Drive to Lincoln
Dept of the Navy Site Improvements 10i , 081 .00
OAiarid Army Base Bldg 311, Oakland
P.O. Box 23300 Army Base
Oakland, CA
Kest Smith
46672970
City of Dublin Widening Dublin Blvd 86, 389.00
6500 Dublin Blvd @ Clark Street
Dublin, CA
Let Thompson
829-4920
City of San Mateo 20th Avenue/Stortn Drain 165, 000.00
330 W. 20th Street Installation/Street ;
San Mateo, CA Widening
'David Wells
377-3315
Liquid Air Corp Hydrostatic Test Pit 10, 500.00
1221 N. Calif St Union City Plant
Walnut Creek, CA
George Nubel
977-6521
City of San Jose Gary Albertson Parkway 45,584.00
801 N. ist St Bikepath
San Jose, CA
Frank Me i, Lo
(408) 277-4638
Newhaven Unified Alvarado Middle School 564, 2i8.00
Unified School Dist Courtyard Improvements
Porter-Jenson Arch
15700 The A Laioeda
San Jose; CA
Hiro Myachi
(408) 298-6696
Fremont-Newark Handicapped Accessibility 702,000.00
Community College Structural Concrete, Ramps,
43600 Mission Blvd Elevator , Elevated Walkway
Fremont , Ca 94539 Stairs on Grade,
Associated Architects
Ron Martyn
(415) 428-9448
Yon Construction Storek & Storek 2061000.00
149 Ninth Street Old Victorian flow
San Francisco, Ca
City of Fremont Curb,Guiter ,Sidewalk 244,249.00
a
Civic. Center Dr. Repair
Fremont , Ca 94538
Ray Newman
(415) 790-6701
City of Livermore Curb,Gutter,Sidewalk 468,370.00
1052 So Livermore Repair
Livermore, Ca 94550
Sandy Isagnitis
(415) 373-5259
City of San Jose Downtown Street Lighting 311,417.00
801 No First St and Sidewalk Reconstruction
San Jose, CA 95110
(408) 277-4025
1
1
A. BID DOCUMENTS, Continued
Name of Proposed Sub-C*ntractors, if any
(Section 4104, Government Code)
1.
2.
3.
4.
S. /
6.
Address if Shop or Office of Sub-Contractor
(Section 4104, Governmant Code)
1.
2.
3.
4.
1
S.
6.
Work to be Performed by Sub-Contractors
(Section 4104, Government Code)
1.
2.
3.
4.
S.
6.
BID PROPOSAL PAGE 5 OF 7
4
,r
A. BID DOCUMESTS, Continued
IF YOU ARE AN INDIVIDUAL, SO STATE. IF YOU ARF A FIRER OR CO-PARTNERSHIP,
STATE THE FIRM NAME AND LIST THE NAMES OF ALL INDIVIDUAL CO-PARTNERS
COMPOSING THE FIRM. IF A CORPORATION, STATE LEGAL NAME OF CORPORATION,
ALSO NAMES OF PRESIDENT, SECRETARY-TREASURER AND MANAGER. THE CORPORATE
SEAL MUST BE AFFIXED. THE INFORMATION CONTAINED IN THIS BID IS BEING MADE
UNDER PENALTY OF PERJURY.
TYPE OF BUSINESS: Individuals
Co-Partnership
A AMI I-FR ING, INC. _ (�,'9.Z1�o�ss/o�
Corporation
,UMUE-=4. S.POS Pro
Joint Venture PR M rf_MT
Other DENISE D. RAVAZZA
(Describe) CORPOP,ATE SE R ARY
Name and 3'MAaVEf 1' YV sSE TO
PRESIDENT
Print)
(Si a re)
Address (Both mailing and location addressee):
-4MBO F.A7'C7,T\T F F r
3415.17Tt'1.4,�Tr- rr,g v _
Telephone Numbers
Dates - 2/- 9
Addendas Received:
1 2 3 4 5
/ BID PROPOSAL PAGE 6 OF 7
NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY
BIDDER AND SUBMITTED WITH BID
State of California so.
County of /ImL-l-2.4
SSA of S POSE 7-0 being first duly sworn, deposes
and says that he or she is V T- of AM 80
the party making the foregoing bid that the bid is not made in the
interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation; that the bid is
genuine and not collusive or sham; that 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; that the bidder has not in any manner,
directly or indirectly, sought by agreement, communication, or conference
with anyone to file the bid price of the bidder or any other bidder, or to
fix any overhead, prof it, or cost element of the bid price, or of that of
zny other bidder, or to secure any advantage against the public body
awarding the contract of anyone interest in the proposed contract; that
all statements contained in the bid are true; and, further, that the ;
bidder has not, directly or indirectly, submitted his or her bid price or
any breakdown thereof, or the 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.
Name and Signature of Bidder:
(Print)
(Signatur )
Date: 3- ZG. - V
BID PROPOSAL PAGE 7 OF 7
IL
t p
PROPOSAL
RECONSTRUCTION OF CURBS, GUTTERS AND SIDEWALKS
PROJECT 91-103
TO THE DIRECTOR OF PUBLIC WORKS, CITY OF CUPERTINO, STATE OF CALIFORNIA,
SANTA CLARA COUNTY;
Dear S.'.r:
In compliance with the Specifications furnished for the Reconstruction of
Curbs, Gutters and Sidewalks, Project 51-103, I, the undersigned, hereby
declare that I have read the proposal requirements and hereby propose to
do all work required to complete the said work in accordance with the
specifications and/or piano .for the amounts set forth herein on the
incorporated schedule.
The work shall consist of furnishing of all labor, equipment and materials
ne,--sssary for the removal and reconstruction of certain concrete curbs,
gutters and sidewalks complete in place, in accordance with the special
provisions and the City of Cupertino Standard Specifications and Details.
The contractor is cautioned that utilities and/or sprinkler systems exist
with this project and he will be required to use extreme caution to
prevent any damage. Any damage to the existing utilities shall be
repaired at the expense of the contractor.
A bid bond in the amount of ten percent (10%) of the base bid is required.
BID EST.¢TY.
ITEM UNIT ITEM
1. 4,706 SF Remove & reconstruct concrete $ /S-' $
sidewalk complete & in place
'Sa, /2- �� 21; / 22 2
Dollars/SF
2. 1,376 LF Remove & Reconstruct concrete /LF $ `.
curb & gutter complete & in
place'
Dollars/LF
3. 631 SF Remove & reconstruct five $ /- /SF $�.
inch (5") PCC driveway complete
& in place for 5�0`c J 44:S
�026,2 >
Dollars/SF
Proposal Page 1 of 7
k
71
4. 1176 LF Provide for root cutting of ZD /LF $ -/ U
street trees complete & in
place far j�}j� , -J2
zv�U�
Dollars/EA
UU
5. 51 LF Remove & reconstruct concrete $ ��- /LF $ 71.
rolled curb & gutter complete
& in place��„� ;
Dollars/LF
6. 150 LF Saw Cuts �U /LF $ - o
Dollars/L.F
7. 1103 SF Remove paving material $2 y /SF $ f
from park strip
Dollars/SF
8. 188 SF Construct sidewalk trams UU/SF $ Z/(o.
sition
erD
9. 1 LS Construct driveway $ r, /LS $
sae_ `ThG S�s] EfO'gr
TOTAL $
ALTERNATIVE BID: 04 1r C1`
BID EST.QTY.
ITEM UNIT ITEM
1. 1,376 LF Remove & reconstruct con- $ l� /LF $ '
crete, curb & gutter with
12" wide concrete at lip
of gutter complete & in
place OJ,=!Cwc a .u-3.1> y t/oc,
2. 51 LF Remove & reconstruct con- $ Oc: �[LF $ �i 02VD,
crete rolled curb & gutter
with 12" wide concrete at
lip of gutter camp ete &
in place
00 ©U
3. 1,427 LF Place lamp black on con- S A , /LF $ Z{
crete in A.C. area at lip
of gutter r':C&,E �i� f' "a0
Proposal Page 2 of 7
r ,
I, the undersigned agree that if this proposal is accepted, I will
enter into a contract with the City of Cupertino to provide all necessary
machinery, tools, apparatus, and other means of construction and to do all
the work specified in the contract in the manner and time specified.
I, the undersigned declare that this bid is made without connection
with any person, firm, or corporation making a bid for the same work, and
is in all respects fair, and without collusion or fraud.
I, the undersigned recognize that the Director of Public Works of
the City of Cupertino will reserve the right to establish the priority of
one job over another and each starting date where conflict of construction
schedules occur.
Attached hereto is the required certified check or bid bond in the
amount of $ 10% Total Bid , as required by law and the Notice to Bidders
(10% of bid amount)
BTD PROPOSAL PAGE 3 OF 7
a a
A. BID DOCUMENTS, Continued
BIDDER QUA41FICATION FORM
In further compliance with the specifications furnished, the
undersigned submits the following statements as to his experience and to
his qualifications as a part of this proposal, and the truthfulness and
utterance of the information is hereby guaranteed.
(1) How many years has your organization been in
business under its present name?
(2) How many years experience in work comparable with
that required under the proposed contract has your
organization had by this or any other name?
(3) Contractor's License No. 440332
State of California, Classification A ,
Expiration Date 5/31/91
(4) List work similar in character to that required in the
proposed contract which your organization or personnel in
your organization has completed within the past 3 years.
Year Class, Location of Work and for Whom Performed Contract Amount
SEE ATTACHED
BID PROPOSAL PAGE 4 OF 7
SUMMARY` & REFERRALS OF C60LETED PROJECTS
1988-1989 La Colina Park $130,000.00
San Jose, CA
For: City of San Jose
801 N. First St.
San Jose, CA 95112
Ubaldo Perez ( 408) 277-4777
1988-1990 Linear Park, Phases I-II $3, 000,000.00
Fairfield, CA
For: City of Fairfield
1000 Webster St.
Fairfield, CA 94533
Patrick Martin (707) 428-7485
1989 Cimmaron Park $190,000.00
San Jose, CA
For: City of San Jose
801 N. First St.
San Jose, CA 95110
Ubaldo Perez (408 ) 277-4777
1989 Klein Park $265, 425.00
Mountain View, CA
For: City of Mountain View
444 Castro Street
Mountain View, CA 94039
Michael Ballard (415) 966-6311
1989-1990 Rainbow Park $700,000 .00
San Jose, CA
For: City of San Jose
801 N. First St.
San Jose, CA 95110
Ubaldo Perez (408) 277-4777
1989-1990 Jackson Park $250,000 .00
Mountain View, CA
For: City of Mountain View
444 Castro Street
Mountain View, CA 94039
Michael Ballard (415) 966-6311
STATEMENT OF EXPERIENCE & FINANCIAL CONDITION
1990 Calaveras School Park $790,000 . 00
Hollister, CA
For: City of Hollister
300 West Street
Hollister, CA 95123
Clayton Lee ( 408 ) 637-8137
1990 Landscape Development at $160 ,606 .00
Whisman School , Mountain View, CA
For: Whisman School District
780-A San Pierre Way
Mountain View, CA 94043
Deanna Walston ( 415 ) 969-1167
1990 Courtyard Development At $343 ,504 . 77
Barnard-White School
Mountain View, CA
For: New Haven Unified
School District
34200 Alvarado-Niles Rd.
Union City, CA 94587
Carson Adams (415 ) 471-1100
AWARDS
CASTRO SCHOOL PARK
MAYORS AWARD, MOUNTAIN VIEW, 1988
KLEIN PARR, MOUNTAIN VIEW
AMERICAN ASSOCIATION OF PUBLIC WORKS
CONTRACTOR OF THE YEAR 1989
LINEAR PARR PHASE II
CITY AWARD 1989
FAIRFIELD, CA
RAINBOW PARR
NORTHERN CALIFORNIA TURF COUNCIL
AWARD 1990
SAN JOSE, CA
Count of Sc'�)�lt8l Clara GQU
Genera!Services Agency
Construction Services Division
131 1 Bern Court.suite 100
San Jose.California 95112
(408)299-2462
November 28, 1990
Mr. Robert Bothman, President
B & B Concrete Construction
21 Ryland Ave
San Jose, CA 95110
Re: Villa Montalvo Arboretum
Path Renovation, Project #PC9002
Dear Mr, Bothman:
This letter is to thank to your firm and to your staff for your outstanding
cooperation and responsiveness th:`oughout construction of the subject project.
This project was extremely important to the County Parks Department and to the
Villa Montalvo Association, and your desire to satisfy the user s needs was
the key ingredient in making the project a success. Please convey our thanks
and appreciation to Gary Cook, Joe Turner and to your sub-consultant Earth
Shelter Development as well as the other members of your staff. We are also
enclosing a copy of the letter of Appreciation received from the Villa
Montalvo Association.
Sincerely,
CONSTRUCTION SERVICES
i'
W. V. Sayne , r. P.E
Director
Encl .
A/N28ak/sg
Board of Supervisors:Susanne Wilson,Zoe Lolgren,Ron Gorzates.Rod Dirldon.Dianne McKenna
County Executive:Sally R.Reed
J�
V I L L A 1✓1 O N T A L V O
ra E a A . A 9 E 5 i c i o _ - .�. c �� a 7 N :. A R L S
November 7, 1990
//Z
—�) Mr. Doug Gaynor a �
Parks & Recreation Department
P.tontalvo Association
0 r:0-C•trr c,2:�:,., 298 Garden Hill Drive-
Los Gatos, CA 95030 c
Executive Cirector
Ed=tern,:.CSare%rr
Board of Trustees ✓�
Presicent Dear Mr. Gaynor:
First'licePresrcert On behalf of the Trustees of the Montalvo Association and the
Lynn'.t.3Jeer.cer.
Seccnc'lice Presieent Buildings and Grounds Committee I would like to thank you
J3r'•3
`;=='`-' and the Parks Department for all of the effort and financial
`ecnf `' support that went into the Montalvo pathways project. The
oc-.. ...
Treasurer pathways do indeed look beautiful, and most importantly,
they are now safe for the thousands of visitors who walk
ClInst:neM,2lcu^cc>a them each year.
P�:':a R.23yce
Neai A.Cacnnr3
° arm'03V.0s y
S.Groscri J�•r.r We found the firm of B & B Concrete to be both cooperative
Pj:,^_@r.c;c and flexible and we were pleased that they were so easy to
v;°„,` ';� work with over the past four months. Please relay our
'J`''-
.lames appreciation to both Aysun Kundupoglu and Chuck Glave as
.: �F.o:.:r••
well as the other members of your staff.
0r. •�r.A.Z .:r.�
We look forward to working with the Parks Department in
such a mutually beneficial way in the future.
cneritus
a ras R.C3rcxn
-a C.1.ti i.,S
.'.Sri.:Lrr•S I:G+•? With appreciation and thanks,
7.1V O J..'.1i?n+! ��S'•�•L V C�l �L., 11� /
W•6�r:+C.nJ'C31
►.,rs.E•.ans 0.
tionora,., Elisbeth Challener
y:-_vr!S=r:�r Executive Director
15400 Montalvo Road
P.O.Bolt ISS
Saratoga,CA 95071-OM3
(400)741-:;5^.1
t
A. BID DOCUMENTS, Continued
Name of Proposed Sub-Contractors, if any
(Section 43,04, Goverment Code)
1. ��S;` .S'1 J pq?.S
2.
3.
4.
5.
6.
Address if Shop or Office of Sub-Contractors
(Section 4104, Goverment Code)
2.
3.
4.
5.
6.
Work to be Performed by Sub-Contractors
(Section 4104, Goverment Code)
1• �1 Q�T l I'ZJ..J i 1 {�
2.
3.
4.
5.
6.
BID PROPOSAL PAGE 5 OF 7
r
A. BID DOCUMENTS, Continued
IF YOU ARE AN INDIVIDUAL, SO STATE. IF YOU ARE A FIRM OR CO-PARTNERSHIP,
STATE THE FIRMS NAME AND LIST THE NAMES OF ALL INDIVIDUAL CO--PARTNERS
COMPOSING THE FIRM. IF A CORPORATION, STATE LEGAL NAME OF CORPORATION,
ALSO NAMES OF PRESIDENT, SECRETARY-TREASURER AND MANAGER. THE CORPORATE
SEAL MUST BE AFFIXED. THE INFORMATION CONTAINED IN THIS BID IS BEING MADE
UNDER PENALTY OF PERJURY.
TYPE OF BUSINESS: Individual:
ROBERT A. BOTHMAN, PRESIDENT Co-Partnership
RICHARD W. B07HMAN, SECR/TREAS
Corporation BOB BOTHMAN CONCRETE CONSTRUCTION CO., INC
.joint Venture
Other
(Describe)
Name and Signature of Bidder:
1fGT4cr in
Pri
(Signature)
Address (Both mailing and location addresses):
211 Ryland Avenue
San Jo3e, CA 95110
Telephone Numbers (408) 279-2277
Date: March 26, 1991
Addenda® Receiveds
Q 2 3 A 5
BID PROPOSAL PAGE 6 OF 7
STATE OF CALIFORNIA On this..�6`7_!4......day of... A ...................in the year
COUNTY OF.54747RJ 4�?.Wft_ss- ....... . ..... ..............,before me,
. ,a Notary Public,State of California,
-7 duly licensed and sworn,personally appeared..��c5ii. _,Z?:7...
..............I.......... ...I.....I...........................
personally known to me(or proved to me on the basis of satisfactory evidence)
OFFICIAL NOTARY SEAL to be the person who executed the within instrument as.
MICHAEL A.PINmEIRO or on behalf of the corporation therein named and acknowledged to me that
Nolwy Puwic—Califwnis such corporation executed the within instrument pursuant to its by-laws or a
SANTA CLARA-^()UNT-y resolution of its board of directors.
FOMY Comm.EXPRM MAR IO.1995 1
0-1 IN WITNESS WHEREOF I have hereunto set my hand and affixed
my official seal in the untyof.�'
This document is only a general form wri,,n.may be 1)"K.,10'..'h simol- ................. 'th e a I this certificate.
transactions ahem no way accis or is imencleof to am,as a substitute to, a
ail—olanaftwhey The pt,Mof Wes not make any warranty either Cypress or impi,ea as Ic she
legal Valdity of any pro.,..h or I"s"11-bli-ty,01 these forms in 1sitct'
Cowdery's Form No. 28—Acknowledgement to Notary Public — KI-0ta y Cublic, State of California
Corporation (C, C.Secs. 1190-1190 1)--i Rev. 1 8:1 j My Co iission expiresc
r ,
NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY
BIDDER AND SUBMITTED WITH BID
State of California es.
County of Santa Clara
Robert A. Bothman being first duly sworn, deposes
and says that he or she is president of B & B Concrete
the party making the foregoing bid that the bid is not made in the
interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation; that the bid is
genuine and not collusive or sham; that 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; that 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 interest in the proposed contract; that
all statements contained in the bid are true; and, further, that the
bidder has not, directly or indirectly, submitted his or her bid price or
any breakdown thereof, or the 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.
Name and Signature of Bidder:
(Print)
f
(Signature)
Date: March 26, 1991
BID PROPOSAL PAGE 7 OF 7
PROPOSAL
RECONSTRUCTION OF CURBS, GUTTERS AND SIDEWALKS
PROJECT 91-103
TO THE DIRECTOR OF PUBLIC WORKS, CITY OF CUPERTINO, STATE OF CALIFORNIA,
SANTA CLARA COUNTY;
Dear Sir:
In compliance with the Specifications furnished for the Reconstruction of
Curbs, Gutters and Sidewalks, Project 91-103, I, the undersigned, hereby
declare that I have read the proposal requirements and hereby propose to
do all work required to complete the said work in accordance with the
specifications and/or plans for the amoL,:ts set forth herein on the
incorporated schedule.
The work shall consist of furnishing of all labor, equip wnt and matarials
necessary for the removal and reconstruction of certain concrete curbs,
gutters and s:;.9ewalks complete in place, in accordance with the special
provisions and the City of Cupertino Standard Specifications and Details.
The contractor is cautioned that utilities and/or sprinkler systems exist
with this project and he will be required to use extreme caution to
prevent any damage. Any damage to the existing utilities shall be
repaired at the expense of the contractor.
A bid bond in the amount of ten percent (10%) of the base bid is required.
BID EST.QTY.
ITEM UNIT ITEM
1. 4,706 SF Remove & reconstruct concrete $ 5.75 /SF $ 27,059.50
sidewalk complete & in place
F= DDLI,ARS, AND SEVEN'1'Y-
_ FIVE CENTS A SO. FT.
Dollars/SF
2. 1,376 LP Remove & Reconstruct concrete $ 23.00 /LF g 31,648.00
curb & gutter complete & in
h place WEN`i'Y THREE DOLLARS,
AND NO CENTS PER LIN. FT.
Dollars/LF
3. 631 SF Remove & reconstruct five $ 6.25 /SF $ 3,943.75
inch (S") PCC driveway complete
& in place for SIX DOLLARS,
TVENTY FIVE CENTS PER SQ. FT.
Dollars/SP
Proposal Page 1 of 7
4. 1176 LF Provide for root cmtting of $ 5.00 /LF $ 5,880.00
street trees complete & in
place for FIVE DOLLARS. AND
NO C'RNT;. ER LINT_ Fl.
Dollars/LA
S. S1 LF Remove & reconstruct concrete $ 30.00 /LF S 1,530.00
roiled curb & gutter complete
& in place =TY DOId ARS, AND
NO CENTS PER LM. FT.
Dollars/LF
6. 1SO LF Saw Cute $ 5.00 /LF $ 750.00
FIVE DOLI.AM. AND NO
CATS PER LIN. FT.
Dollars/L.F
7. 1103 SF Remove paving material $ 3.00 /SF $ 3,309.00
from park strip THREE
DOLLARS AND NO CENTS PER SQ. FT-
Dollars/SF
S. 188 SF Construct sidewalk tran- S 6.00 IS? $ 1,128.00
sition STX DOTTARS, ANU NO
CATS PER SQ. FT.
9. 1 LS Construct driveway $ /LS $ 400.00
TOTAL $ 75,648:25
ALTERNATIVE BID: D
BID EST.QTY.
ITEM UNIT ITEM
1. 1,376 LF Remove & reconstruct con- $ 28.00 /LF $ 38,528.00
crete, curb & gutter with
120 wide concrete at lip
of gutter complete & in
place Tfn1IIVTY EIGHT DOLLARS AND NO CENTS PER LIN. FT.
2. 51 LF Remove & reconstruct con- S 35.00 /LF $ 1,785.00
crete rolled curb & gutter
with 120 wide concrete at
lip of gutter complete &
in place =TY FIVE DOLLARS AND NO CENTS PER LIN. FT.
3. 1,427 LF Place lamp black on con- $ 2.50 /LF $ 3,567.50
crete in A.C. area at lip
of gutter JVU, MUMS, AND FIFTY CENTS PER LIN. FT.
Proposal Page 2 of 7
1, the undersigned agree that if this proposal is accepted, Y 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.
1, the undersigned declare ttat 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.
1, the undersigned recognize that the Director of Public Works of
the City of Cupertino will reserve the right to establish the priority of
one job over another and each starting date where conflict of construction
schedules occur.
Attached hereto is the required certified check or bid bond in the
amount of $ 7.564.83 as required by law and the Notice to Bidders
(100 of bid amount)
BED PROPOSAL PAGE 3 Of 7
A. BID DOCUMENTS, Continued
BIDDER $UALIFICATION FORM
In further compliance with the specifications furnished, the
undersigned submits the following statements as to his experience and to
his qualifications as a part of this proposal, and the truthfulness and
utterance of the information is hereby guaranteed.
(1) How many years has your organization been in
business under its present name?
(2) How many years experience in work comparable with
that required under the proposed contract has your
organization had by this or any other name?
(3) Contractor's License No. 561993
State of California, Classification C - 8
Expiration Date 1-_� 1
(4) List work similar in character to that required in the
proposed contract which your organization or personnel in
your organization has completed within the past 3 years.
Year Clasel Location of Work and for Whom Performed Contract Amount
CITY' OF SAN RAMON, VARIOUS LOCATIONS, 11ITHIN THE
1990 DESIGNATED AREAS IN THE CITY OF SAN RAMON $5,000.00
LIVERMORE ROD AND GUN CLUB
1990 1000 DAGNINO RD. , LIVERMORE, CA. 94550 11,472.70
SIGNATURE POOLS, SAN RAMON, JOB, MATARO CT,
1990 PLEA.SAN`IW. CA, 94566 4,126.10
PACIFIC POOLS, ALAMO, CA. 94507, jab, Ems.
1990 UaM. DANVILLE, 94526 15,032.00
PACIFIC POOLS, ALAMO, CA. 94507, JOB, BLACK-
Q 1GAWK AREA , MR. J. CANSECO 11,524.00
PACIFIC POOLS, ATAMEDA-DIABIA AREA
1990 14,680.00
CIIALLANGE CONSTR. , INC. DANVILLE JOB - LOVE
1990LANE, DAM Z 4,413.00
CHA ZMGE CONSTR., INC. DANVILLE, JOB- LUNADA
990 I WA01.&= 4,28 )0
CI=OF CUPERTINO, CUPERTINO, CA. JOB -
1991 CUPMgINL O LIBRARY 13,- J.00
BID PROPOSAL PACE 4 OF 7
A. BID DOCUMMS, Continued
Name of Proposed Sub-Contractors, if any
(Sect ion 4104, government Code)
1. JUST STUMPS (415) 793- 5909
2. 77 `/
4.
5.
6.
Address if Shop or Office of Sub-Contractors
(Section 4104, Government Code)
1.
2.
3.
4.
S.
6.
Work to be Performed by Sub-Contractors
(Section 4104, Government Code)
1. ROOT CUTTING OF STREET TREES, COMPLETE & IN PLACE
2.
3.
4.
5.
6.
BID PROPOSAL PAA8 5 OF 7
e
A. BID DOCUMENTS, Continued
IF YOU ARE JW INDIVIDUAL, SO STATE. IF YOU ARE A FIRM OR CO-PARTWMWIP,
STATE THE FIRM 10t3i! AND LIST THE NAMES OF ALL INDIVIDUAL CEO-PARTNERS
COMPOSING THE FIRK- IF A CORPORATION, STATE LEGAL NAME OF CORPORATION,
ALSO NAMES Oa PRESIDENT, SECCRETARY-TREASURER AND MANAGER. THE CORPORATE
SEAL MUST BE AFFIXED. THE INFORMATION CONTAINED IN THIS BID IS BEING MADE
UNDER PENALTY OF PERJURY.
TYPE OF BUSINESSs Individuals
Co-Partnership CCNCRETE, SAN RAMON CONCRETE
Corporation
Joint Venture
Other
(Describe)
Name and Signature of Bidders
(Print)
(Sign uro)
Address (Both mailing and location addresses)s
NAILING ONLY - P.O. SOX 1072, SAN RAMCN. CA. 94583-1072
LOCA'I-LON, 18897 BOLLINGER CANYON RD.SAN RAMON,CA.94583
Telephone Number:
( 415 ) 743-9023
Dates MARCH 22, 1991
Addendas Received:
1 2 3 4 S
BID PROPOSAL PAGE 6 OF 7
NONCOLLUSION A"IDAVIT TO BE EXECUTED BY
BIDDER AND SUBMITTED WITH BID
State of California so.
County of
being first duly sworn, 'deposes
and says that he or she is of
the party making the foregoing bid that the bid is not made in the
interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation; that the bid is
genuine and not collusive or sham; that 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; that 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 interest in the proposed contracts that
all statements contained in the bid are true; and, further, that the
bidder has not, directly or indirectly, submitted his or her bid price or
any breakdown thereof, or the 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.
Name and Signature of Bidder:
(Print)
(Signature)
Date: t
BID PROPOSAL PAGE 7 OF 7
Han
son M1Rkd* &a
NUMMALZ BROS.I Zlic.
it is recommended that bidders on public vorks projects
Include the following statements on their bids to
public agencies per Section 7028.1E of the Business
and Professions Code.
'Bidder's license number is 255724. The
license expi -ation date is 4/30/92. The
representations made herein are made under
penalty of perjury.°
Steve 2R>rits idale
President
SM:skw
MUMMW&0&.Ina."r4SMM Conaamrs 0 2075 PIOMW Court.San MaM.CA 9aa00 O UQ 0255724 Q fat 5)579-t t 00 O Fax W 5)578.9887
PROPOSAL
RECONSTRUCTION OF CURBS, GUTTERS AND SIDEWALKS
PROJECT 91-103
TO THE DIRECTOR OF PUBLIC WORKS, CITY OF CUPERTINO, STATE OF CALIFORNIA,
SANTA CLARA COUNTY;
Dear Sirs
In compliance with the Specifications furnished for the Reconstruction of
Curbs, Cutters and Sidewalks, Project 91-103, I, the undersigned, hereby
declare that I have read the proposal requirements and hereby propose to
do all work required to complete the said work in accordance with the
specifications and/or plans for the amounts set forth herein on the
incorporated schedule.
The work shall consist of furnishing of all labor, equipment and materials
necessary for the removal and reconstruction of certain concrete curbs,
gutters and sidewalks complete in place, in accordance with the special
provisions and the City of Cupertino Standard Specificatione and Details.
The contractor is cautioned that utilities and/or sprinkler systems exist
with this project and he will be required to use extreme caution to
prevent any damage. Any damage to the existing utilities shall be
repaired at the expense of the contractor.
A bid bond in the amount of ten percent (10%) of the base bid is required.
BID EST.QTY.
ITEM UNIT ITEM
1. 4,706 SF Remove & reconstruct concrete $ � /SF $224. 0. 10
sidewalk complete & in place
F 1 V 2 LQL1 M e C I C 4 tt/
F V u Ci2M
Dollars/SF
2. 1,376 LF Remove & Reconstruct concrete $ �f /LF
curb & gutter complete & in
place Ttga" =L L.Ilfsu
Dollars/LF
3. 631 SF Remove & reconstruct five $ ,2 5 /SF
inch (SO) PCC driveway complete
& in place fors X i2o- P_
e W Ewn e C em:s
D la Lars/SF
Proposal Page 1 of 7
4. 1276 LF Provide for root cutting of S (p. /LF
street trees complete & in
place for m' !X iDQU.825
Dollars/EA
S. 51 LF Dove & reconstruct concrete $ Ao /LF
rolled curb & gutter complete
& in place TWMIEW
Dollars/LF
6. 150 LF Saw Cuts $ .b /LF $__� 7�,
11A2Q `nCA_tl ]z_S &,
r t FTi1 • (ZLa S
Dollars/L.F
7. 1103 SF Remove paving material /SF Sam o
from park strip THRL-IL
Dollars/SF
6. lee SF Construct sidewalk tran- $ �� /SF $ �'
sition ,_j1,X jDQtl Vz5
9. 1 LS Construct driveway $ (o?, .O°/LS S 24•n�
TOTAL s '7 .5 O5-. 616:hh
ALTERNATIVE BID: V �K4 A
BID EST.QTY. .
ITEM UNIT ITEM
1. 1,376 LF Removo & reconstruct con- $2.3,:3A /LF 5 2.� (2 ,8b
crate, curb 6 gutter with
120 wide concrete at lip
of gutter complete & in
place
2. 51 LF Remove G reconstruct con- S23 .30 /LF S ( 8 '.30
crete rolled curb 6 gutter
with 120 wide concrete at
lip of gutter complete &
in place
3. 1,427 LF Place lamp black on con- $ •ZS /LF 5 Lit;
crete in A.C. area at lip
of gutter
Proposal Page n of 7
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 th.1s 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 revorve the right to establish the priority of
one job over another and each starting date where conflict of construction
schedules occur.
Attached hereto is the required certified check or bid bond in the
amo,int of $ 1 !2 2a , as required by law and the Notice to Bidders
(10% of bid amount)
BID PROPOSAL PADS 3 OF 7
A. BID DOCUMENTS, Continued
BIDDER QUALIFICATION FORMS
In further compliance with the specifications furnished, the
undersigned subnits the following statements as to his experience and to
his qualifications as a part of this proposal, and the truthfulness and
utterance of the information is hereby guaranteed.
(1) How many years has your organization been in
business under its present name? 19
(2) How many years experience in work comparable with
that required under the proposed contract has your
organization had by this or any other name? :3 2
(3) Contractor's License No. ?j`26oc2 ,
State of California, Classification A L3�C:-Q
Expiration Date c5- ( -aj 1
(4) List work similar in character to that required in the
proposed contract which your organization or personnel in
your organization has completed within the past 3 years.
Year Class, Location of Work and for Whom Performed Contract .Amount
c��o A caatea) e.57auiAjG -CLj v4 CU1 t pn U ��v( -
srT�tc-r w��t:�ui►�
RID PROPOSAL PACE 4 OF 7
A. BID DOCUMENTS, Continued
Name of Proposed Sub-Contractors, if any
(Section 4104, Government Code)
Ic
2.
3.
4.
S.
6.
Address if Shop or Office of Sub-Contractors
(Section 4104, Government Code)
2.
3.
4.
5.
6.
Work to be Performed by Sub-Contractors
(soUtion 4104, Government Code)
1. �C7oT C° t-rl u
2.
3.
4.
S.
6.
BID PROPOSAL PAGE 5 OF 7
A. BID DOCUMENTS, Continued
IF YOU ARE AN INDIVIDUAL, SO STATE. IF YOU ARE A FIRM OR CO-PARTNERSHIP,
STATE TFM FIEG3 NAME AND LIST THE NAMES OF ALL INDIVIDUAL CO-PARTNERS
COMPOSING THE FIRM. IF A CORPORATION, STATE LEGAL NAME OF CORPORATION,
ALSO NAMES OF PRESIDENT, SECRETARY-TREASURER AND MANAGER. TEES CORPORATE
SEAL MUST BE "FIXED. THE INFORMATION CONTAINED IN THIS BID IS BEING MADE
UNDER PENALTY OF PERJURY.
TYPE OF BUSINESS: Individual:
Co-Partnership
CorporationQ'�y�
Joint Venture
Other_
(Describe)
Naas and Signature of Bidder:
(+Si )t/
Address (Both mailing�BlC ocation addresses) :
s
IOIo AVeNUL:
Telephone Number:
Date: 1)4 aRczjj 2( , (C1Cf J
Addendas Received:
2 3 4 S
BID PROPOSAL. PAGE 6 OF 7
NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY
BIDDER AND SUBMITTED WITH BID
State of California so.
County of A�"Au�-o P
F'FF,'FW, CIS 22L ero being first duly sworn, deposes
and says that he or she is }7R1 t t"A IT of P 's' t` ('012STR C (t OP
the party making the foregoing bid that the bid is not made in the
interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation; that the bid is
genuine and not collusive or sham; that 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; that the bidder has not in any manner,
directly or indirectly, sought by agreement, communication, or conference
with anyone to figs 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 interest in the proposed contract; that
all statements contained in the bid are true; and, further, that the
bidder has not, directly or indirectly, submitted his or her bid price or
any breakdown thereof, or the 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.
Name and Signature of Bidder:
(Print)
(S ign4VUre)
Date: (�J�12�1-� 2(o f�(ct I
BID PROPOSAL PAGE 7 OF 7
r
I F12i
:1 a •• _
•r• t `1
• lrh� iee.. .�
'���e� t,. :�`'tl'.. - •:. •l' �ll't2' .Ca' _..'.:r'f- " 11- `111).: `t� '�.::
y
R i a •s t" ;;y a •'I 1"► ' �l l !<N":
LE
Fl
e
•. •r 'C - - s...`_.. ..,_;1 ...✓' •l •
•.� •;. NCI`:�_w - :AT.. - -
Ok: ma
-Ti�Y' ..) I� 'sg:IH •.- �. ✓: C:• ., s): mil" •
i
ALTHHHATM 810 ITEM NO. 3 - PLACE LAW BLACK ON CONCR IN A.C. AREA
e AT LIP OF GUTTER (L.P.)
This item shall be bid per lineal foot and shall include all costs for
material and labor required to trowel lampblack into the concrete.
placed at the lip of gutter in the A.C. area. The amount of lamp black
to be used shall be enough to color the concrete surface to match the
existing A.C. surface around the patch.
S. LIMITS OF WORKS
A representative of the City shall paint the limits of the concrete
curbs, gutters and sidewalks to be removed and replaced.
5. LOCATION:
For the purpose of these specificatlans, the word "Location": shall be
considered to mean (1) continuous work area. All work in any one (1)
location shall be completed and the location cleaned up within five (S
consecutive working, days frog the date work commenced at that
particular location, except for location(s) where special written
permission for additional time is approved Ly the Engineer. This
includes cleanup, repairs to improvements and complaints from property
owners. The working days will start at a particular location when
concrete has been removed. If the Contractor does not complete all
work the City shall complete the work and bill the Contractor for the
work.
It is the intent that the work shall be confined to reasonable distance
between work locations within the City and not have it spread out from
one extreme to the other. All work locations (areas) shall be mutually
agreed upon prior to the commencement of the project. The contractor
shall provide the inspector with a schedule of work locations on a
weekly basis and notify him of any changes. On major street and school
routes only one side of the street shall be reconstructed at a time.
This is to provide pedestrian access along one side of the street.
7. TIME OF COMPLETION/LIQUIDATED DAMhGE8a
The Contractor shall diligently prosecute the work to completion before
,Tune 1, 1991. There will be no additional days allowed in the Contract
for rain days or holidays or normal delays. An extension of time for
completion shall only be granted for acts of Clod, labor strikes or
material delays that can be documented. The Contractor shall pay the
City of Cupertino the sum of One Hundred and Fifty Dollars ($130.00)
per day for each and every calendar day's delay beyond the completion
date.
If the Contractor pulls off the job all locations started shall be
completed and cleaned or the City shall have the work completed and the
Contractor shall be billed for this work.
Five (5) consecutive working days are allowed per location to complete
reconstruction and cleanup work. Working days will start at a
particular location when concrete has been removed. If the Contractor :
does not complete all work at a particular location within the g'
consecutive working days the City shall have the work completed and
bill the Contractor for the work. This inoludes concrete placement,
cleanup and landscape repairs.
Special ,provisions Page 10 of IS
PROPOSAL
RECONSTRUCTION OP CURBS, GUTTERS AND SIDEWALKS
PROJECT 91-103
TO THE DIRECTOR OF PUBLIC WORKS, CITY OF CUPERTINO, STATE OF CALIFORNIA,
SANTA CLARA COUNTY;
Dear Sir:
In compliance with the Specifications furnished for the Reconstruction of
Curbs, Gutters and Sidewalks, Project 91-103, I, the undersigned, hereby
declare that I have read the proposal requirements and hereby propose to
do all work required to complete the said work in accordance with the
specifications and/or plans for the amounts set forth herein on the
ir..corporated schedule.
The work shall consist of furnishing of all labor, equipment and materials
necessary for the removal and reconstruction of certain ,concrete curbs,
gutters and aidewalks complete in place, in accordance with the special
provisions and the City of Cupertino Standard Specifications and Details.
The contractor is cautioned that utilities and/or sprinkler systems exist
with this project and he will be required to use extreme caution to
prevent any damage. Any damage to the existing utilities shall be
repaired at the expense of the contractor.
A bid bond in the amount of ten percent (10%) of the base :,id is required.
BID EST.QTY.
ITEM UNIT ITEM
1. 4,706 SF Remove & reconstruct concrete $ 6.25 /SF $- 29,412.50
sidewalk complete & in place
six dollars and
twenty five cents
Dollars/SF
2. 1,376 LP Remove & Reconstruct concrete $ 18.00 /LF $24,768.00
curb & gutter complete & in
place eighteen
Doll4re/LF
3. 631 SF Remove & reconstruct five $ 11.00 /SF $ 6,941.00
inch (5") PCC driveway complete
& in place for eleven
Dollars/SF
Proposal Page 1 of 7
4. 1176 LF Provide for root cutting of $ 5.00 /LF $ 5,880.00
street trees complete & in
place for five
Dollars/EA.
5. 51 LF Remove & reconstruct concrete $ 25.00 /LF $ 1,275.00
rolled curb & gutter complete
& in place twenty five
Dollars/LF
6. 150 LF Saw Cuts $ 3.00 /LF $ 450.00
three
Dollars/L.F
7. 1103 SF Remove paving material $ 3.00 /SF $3,309.00
from park strip
three
Dollars/SF
8. 188 SF Construct sidewalk tran- $ 8.00 /SF $ 1,504.00
sition eight
9. 1 LS Construct driveway $ /LS $ 2,400.00
two thousand four hundred dollars
TOTAL $ 75,939.50
ALTERNATIVE BID:
BID EST.QTY.
ITEM UNIT ITEM
1. 1, 176 LF Remove & reconstruct con- $ 20.00 /LF $ 27,520,00
crete, curb & gutter with
12" wide concrete at lip
of gutter complete & in
place twenty dollars/LF
2. 51 LF Remove & reconstruct con- $29.00 ZLF $ 1,479.00
crete rolled curb & gutter
with 12" wide concrete at
lir of gutter complete &
In place twenty nine dollars/LF
3. 1,427 LF Place lamp black on con- $ 2.00 /LF $ 2,854.00
crete in A.C. area at lip
of gutter two dollars/LF
Proposal Page 2 of 7
I, the undersigned agree that if this proposal is accepted, I will
enter into a contract with the City of Cupertino to provide all necessary
machinery, tools, apparatus, and other means of construction and to do all
the work specified in the contract in the manner and time specified.
I, the undersigned declare that this bid is made without connection
with any person, firm, or corporation making a bid for the same work, and
is in all respects fair, and without collusion or fraud.
I, the undersigned recognize that the Director of Public Works of
the City of Cupertino will reserve the right to establish the priority of
one job over another and each starting date where conflict of construction
schedules occur.
Attached hereto is the required certified check or bid bond in the
amount of $ 1.0,000.00 , as required by law and the Notice to Bidders
(10% of bid amount)
BID PROPOSAL PAGE 3 OF 7
A. BID DOCUMENTS, Continued
BIDDER QUALIFICATION FORK
In further compliance with the specifications furnished, the
undersigned submits the following statements as to his experience and to
his qualifications as a part of this proposal, and the truthfulness and
utterance of the information is hereby guaranteed.
(1) How many years has your organization been in
business under its present name? 27 years
(2) How many years experience in work comparable with
that required under the proposed contract has your
organization had by this or any other name? 27 years
(3) Contractor's License No. 255724 ,
State of California, Classification C27 A s B
Expiration Date 4/30/92
(4) List work similar in character to that required in the
proposed contract which your organization or personnel in
your organization has completed within the past 3 years.
Year Class, Location of Work and for Whom Performed Contract Amount
PLEASE SEE ATTACHED
BID PROPOSAL PAGE 4 OF 7
Munkdale OPIL
®E
1989 Limekiln. Quarry, Los Gatos $33,673.00 Excel Corporation
1989 Lake Herman Recreation Area $185,220.00 City of Benicia
1989 Canoas Park Renovation $90,582.00 City of San. Jose
1989 Bayside Plaza. III $97,291.00 King & Lyons
1988 Carmel Beach Restoration $700,943.50 City of Carmel
1988 Delavega Golf Course $121,803.00 City of Santa Cruz
1988 Colegio Vista Parking Lot $317,494.00 City of Rohnert Park
1988 Las Animas Park $338,766.00 City of Gilroy
1988 Windsor Club Golf Course $1,552,448.00 Airport Blvd. Business Park
1988 Central Park Softball $1,030,149.90 Citv of Fremont
1988 Evergreen Park $129,612.55 City of Palo Alto
1988 Delavega Golf Course $121,360.00 City of Santa Cruz
1988 Charleston Road Landscaping $163,515.00 Citv of Mountain View
1988 Garfield Sq. Rehabilitation 5197,985.00 Citv of San Francisco
i988 Carmel Beach Rest. Phase II S665,248.00 Citv of Carmel
1988 St. Mary' s Park $104,546.00 City of San Francisco
i988 Hunter's Point Rehabilitation $188,900.00 City of San Francisco
1988 McLaughlin Median $179,956.00 City of San Jose
1988 Kaiser Courtyard Bldg. 1. $143,115.00 Kaiser Family Foundation
1988 Seward Street Mini Park $91,196.00 City of San Francisco
1987 Saturn St. Mini Park $151,369. 00 City of San Francisco
1987 Seaport B:Nulevard S894,884.93 Citv of Redwood City
1967 Raymond KinCC)all Playground $159,120.00 City of San Francisco
L987 Mount Eden $543,366.38 Hayward Rec. District
1987 Quadrus S297,116.52 Kaiser
1987 Saratoga;Sunnvvale Median $203,199.98 City of San Jose
1987 Shores Center Entry Monument $153,842.64 Citv of Redwood City
1986 Hebbron Heights Comm. Park $.7_,407,Ei51.20 City of Salinas
1986 East Third AveLue $1,048,093.0C City of San Mateo
1986 Monterey Rec. Park $885,565.27 City of Monterey
1986 Bayside Tech Lagoon $2,130,00i.00 Renco Properties
1986 Chevron Park II $669,907.00 Chevron Corporation
1986 El Camino Real Landscaping $220,317.00 City of Palo Alto
1986 Borel Square $334r87C.00 Borel Estate Company
1986 Almaden Lake $663,604.00 City of San Jose
1986 Canyon Lakes $580,529.00 Blackhawk Development
1986 Canyon Lakes Golf Course $394,927.35 Blackhawk Development
1986 Canyon Lakes Mansion Units $393,582.00 Blackhawk Development
1986 Ardenwood Tech. Center $548,476.00 L.E. Wentz Company
1985 Sharp Park Golf Course $199,309.00 City of San Francisco
1985 Sea Cloud Park. $1,813,435.00 City of Foster City
1985 Lockheed Employees Center $629,693.00 Lockheed
1985 Lake Cunningham S349,923.00 City of San Jose
1985 Mt. View Downtown Improve. $1,517,700.00 City of Mountain View
1985 S.F. National Cemetary $457,136.50 Veterans Administration
1985 Sunset Blvd. , S.F. $252,496.00 City of San Francisco
Munkdale Bros.,Inc.,La,+dscape Contractors 0 2075 Pioneer Court,San Mateo,CA 94403 C]Lic.#255724 0(415)578-1100 0 Fax(415)578-9887
A. BID DOCUMENTS, Continued
Name of Proposed Sub-Contractors, if any
(Section 4104, Government Code)
1. -- �
2.
3.
4.
S.
6.
Address if Shop or Office of Sub-Contractors
(Section 4104, Government Code)
1.
2.
3.
4.
S.
6.
Work to be Performed by Sub-Contractors
(Section 4104, Government Code)
1.
2.
3.
4.
5.
6.
BID PROPOSAL PAGE 5 OF 7
A. BID DOCUMENTS, Continued
IF YOU ARE AN INDIVIDUAL, SO STATE. IF YOU ARE A FIRM OR CO-PARTNERSHIP,
STATE THE FIRM NAME AND LIST THE NAMES OF ALL INDIVIDUAL CO-PARTNERS
COMPOSING THE FIRM. IF A CORPORATION, STATE LEGAL NAME OF CORPORATION,
ALSO NAMES OF PRESIDENT, SECRETARY-TREASURER AND MANAGER. THE CORPORATE
SEAL MUST BE AFFIXED. THE INFORMATION CONTAINED IN THIS BID IS BEING MADE
UNDER PENALTY OF PERJURY.
TYPE OF BUSINESS: Individual:
Co-Partnership
Corporation Munkdale Bros. , Inc.
Joint Venture
Other
(Describe)
Name and Signature of Bidder:
Steve M'ankdale
(Pri
(Signature)
Address (Both mailing and location addresses) :
2075 Pioneer Court San Mateo, CA '94403
Steve Munkdale, President
Chris Munkdale, Secretary/Treasurer
Telephone Number:
( 415 ) 578-1100
Date: 3/25/91
Addendas Received:
2 3 4 5
BID PROPOSAL PAGE 6 OF 7
NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY
BIDDER AND SUBMITTED WITH BID
State of California se.
County of San Mateo
Steve Munkdale , being first duly sworn, deposes
and says that he or she is President of_Munkdale Bros. , Inc.
the party making the foregoing bid that the bid is not made in the
interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation; that the bid is
genuine and not collusive or sham; that 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 pi,.it in a sham bid, or that anyone
shall refrain from bidding; that 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 interest in the proposed contract; that
all statements contained in the bid are true; and, further, that the
bidder has not, directly or indirectly, submitted his or her bid price or
any breakdown thereof, or the 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.
Name and Signature of Bidder:
Steve Mur!kdale
(Print)
(Signat re)
Date: 3/25/91
BID PROPOSAL PAGE 7 OF 7
AMWEST SURETY
INSURANCE C®MPAto V BOND NO.: 1202994-200
WOODLAND HILLS. CALIFORNIA
PREMIUM: __,. BBSU
BID DATE: March 26, 199-1__---
PUBLIC WORKS BID BOND
Know all men by these presents:
That we, -_ - -_Munkdale-BTta.s...,_Inc. ------__---
(hereinafter called Principal), as Principal, and AMWEST SURETY INSURANCE COMPANY, a corporation (hereinafter called Surety),
organized and existing under the laws of the State of California and authorized to transact a general surety business in the State of
Calif OTni.a ___ - as Surety, are held and firmly bound unto
City of Cupertino
(hereinafter called Obligee) in the penal sum of -..Ten__.___ percent ( _1D-_ °-o) of the bid amount, but in no event to exceed
----- ----- --------------
Ten Thousand and No 1U0------ --- 10,000.00--)
for the payment of which the Principal and the Surety bind themselves, their heir— executors, administrators successors and assigns,
jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, whereas the Principal has
submitted or is about to sutmit a proposal to the Obligee on a contract for
-ReconS_tructi-on of Curbs, Gutters-, and Sidewalks.___
NOW, THEREFORE, if the contract is awarded to the Principal and the Principal has within such time as may be specified, entered
into the contract in writing, and provided a bond, with surety acceptable to the Obligee for the faithful performance of the contract; or
if the Principal shall fail to do so, pay to the Obligee the difference not to exceed the penalty hereo' between the amount specified in
the bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work cov-�red by the
bid, then this obligation shall be void; otherwise to remain in full force and effect.
SIGNED, SEALED AND DATED THIS 21st DAY OF March 19 91.
Mu le Bros. , Inc.
mt or type name of ri ip )
-4 asu _ _ _
4go?� c By jSign ure of rincipal)
3 +GepPowf� ¢ _
AMWEST,SURETY INSURANCE COMPANY
4Wrrg+' r
By: - -- -------- -----
Cher;] M. Wolohan Attorney-in Fact
,t
i
//�=" UN•A3017(390)I?
OIL
101i
Milo i�
130ND NI"ARFR IL202994-200
000039944 NOT VALID AFTER
1-10-92
:asu�za�r
.. ..t' •,, .. a-,. K.�m.. _,.hn.;c++:r x».;..:�.nrxey oanrsn,,oc.�xsruesurtrm�vake�..,wa«c�r+� w.y, w.- �>I
PRINaPM. MUnkdaTe Biros., Inc.''
rFNAI SUM
$10,000.00
0131161_1 City of Cupertino
I
I lti d00AM(nt i� printed tin tilulti-col"led C�rint- ,;per wuh black and reel ink, with boarder m blue till; and I>e,tr'the
d ,ril of AFM,Tst Sutet3 htstlr3Pce (o,l.t,aM 011C e,t tt-am ) t)nh untlte_ted t,rigirt'lls oI this Power of Artatrttti .ire
J al d l ht; Pv\cc r of Aitorne y i altd solci.y to eonmeuon ,v lln tic eye cuUon .tilt! delivery of the hand nvtcd ,tbc„e<tttd ntar
1 nat he u,t d tit,e,njuncuotl With Ml\—other pt„ter,,! nto; t�) \c tcprt,ent:;tu,n or t.arrrn!ies rcci+rclmE;thn i'tttkrr a!:Utarney'
!�c rn td h} an)-!;crr_;utt Ibis Pat{cr nt ,tt>rt,c c 1.,'rnco h, tilt !.tu> ,f the late r>f tttltf<.,rrtia :1m !,t„ecr c I attorrtr,
ed t•t c,rrt"<<uon wtth.;tnr bond issued h, ,hc (aml,am ;:Lust Lc e+rt tht> lornt and na outer term ,!tilll hire farce of :Ifec'
0
KNOW ALL%IF-J l BY 1({f�SE !'Rt_<:Fti 1:5, that .311lwcst -�uretyr,insuranCC Companr.a California
�-orpot-ation (tile "Cemipany-•).; does hcrch> make, constrtute and app<.�int
C HE RYL M.- W 1'LOH'AN
AS AN EMPLOYEE UF- AMWEST SURETY INSURANCE COMPAXdY
tt rntC'Ind lMVI'ul Aitorney-in-Fact,with hinite l and authority for and un behalf of the'G:mtpany as surety',
its rticru!r, dch%w and affix the seal o! the C;oml,am thereto if a seal is required on honds, Undertaking,,
rr.0 nr_ttt cs or either wi-iticn ohli4,auort� in tlar n,uurr tlt,:rcof a5 fr,lktws:
Bid Bonds up to $****250,000.00 2.
9 Contracts Court & Subdivision Bonds up to $****500'000.00
License & Permit Bonds up to $****100,000.00 :
Miscellaneous Bonds up to S*****25,000.00
SHE Small Business Administration Guaranteed Bonds up to $**1,250,000.0
REAR
4 �C �t11 .ut�l to hint! the ( t�mi r) tit therchy'. (his ,t>>r�intntent made under and I�,y tuthorit} of the i;y�-lztN�s of the
� I I
t evnl)i:-.\, h;ch an, now in k!ll fork• ;tnt.l clictt. ®® �
�tTt-t.tic CER-CiFiCATE
tfu� 1, the Undersigned sec!ctary of Atm�em Surety Insurance Company, a Cafilornia cotpo!atiun,
i)t? i if:RM iil' C Ef:"I IF1' that this i owe! rtf ;Atte,rney` remains in full farce and effect and has not been revr,ked
ltKt 1 fr
fwthc rnow, that, the resolutions �,f the t3oarcf of i?i vctocs o fr;n1i can the rererse, and that the rcicrttnt
pnwisions of the B3 -Laws of the Company, arc now in full force and effeca.
5ignecf told ct ital_at San Jco�se, Cal i fornia t Ili,,_.21st day of March _ 19_ 1 ® �®
0000039944 - 58 �®
0.111/P
ea ti7� ® rti�f.�i�CP7
PROPOSAL
RECONSTRUCTION OF CURBS, GUTTERS AND SIDEWALKS
PROJECT 91-103
TO THE DIRECTOR OF PUBLIC WORKS, CITY OF CUPERTINO, STATE OF CALIFORNIA,
SANTA CLARA COUNTY;
Dear Sir^
in compliance with the Specifications furnished for the Reconstruction of
Curbs, Gutters and Sidewalks, Project 91-103, I, the undersigned, hereby
declare that I have read the proposal requirements and hereby propose to
do all work required to complete the said work in accordance with the
specifications and/or plans for the amounts set forth herein on the
incorporated schedule.
The work shall consist of furnishing of all labor, equipment and materials
necessary for the removal and reconstruction of certain concrete curbs,
gutters and sidewalks complete in place, in accordance with the special
provisions and the City of Cupertino Standard Specifications and Details.
The contractor is cautioned that utilities and/or sprinkler systems exist
with this project and he will be required to use extreme (:aution to
prevent any damage. Any damage to the existing utilities shall be
repaired at the expense of the contractor.
A bid bond in the amount of ten percent (10%) of the base bid is required.
BID EST.QTY.
ITEM UNIT ITEM
1. 4,706 SF Remove & reconstruct concrete $ /SF $ ems's
sidewalk complete & in place
^aH .:x_ti.L%t+_-:-> A..a7 SE.�.c:..'ry'_tiyJC Givl•:>
Dollars/SF
2. 1,376 LF Remove & Reconstruct concrete $ 1E�•5o /LF $
curb & gutter complete & in
place Ci<,r
G cwc•�
Dollars/LF
3. 631 SF Remove & reconstruct five $ "' Sr /SF $
inch (5") PCC driveway complete
& in place for ���
Anuo rsFI--� c
Dollars/SF
Proposal Page 1 of 7
4. 1176 LF Provide for root cutting of $ s._y /LF S
street trees complete & in
place for Tti��
Dollars/EA
5. 51 LF Remove & reconstruct concrete /LF $ ro a o• �
rolled curb & gutter complete
& in place„: 1�✓rry S
A.vfJ /aJ
Dollars/LF
6. 150 LF Saw Cute $ /LF $ Sa•S.a�
Dollars/L.F
7. 1103 SF Remove paving material $ 3,a5 /SF $
from park strip -rria.F-t-_ ass
A,%)A - FN, GA rS
Dollars/SF
a. lee SF Construct sidewalk tran- $ -7•5c' /SF $ ltil�.co
sition SCUCN oot.n•�aA �s;� �JS
9. 1 LS Construct driveway $ i'fc�o•m/LS $ f',00 ��
can» it+cys�.� ra,�n wvo�u�
UUIi-+E I�SS/�NJ tvO LETS
TOTAL $
ALTERNATIVE BID:
BID EST.QTY. 3 ��
ITEM UNIT ITEM r
1. 1,376 LF Remove & reconstruct con- $ /LF $ ,
crete, curb & gutter with
12" wide concrete at lip
of gutter complete & in
place'�Ur--r=�.,v�f�.xxg.w�o �.]c•> c_.cv�s
2. 51 LF Rea ve & reconstruct con- $ ac"• F
crete rolled curb & gutter
with 22'" wide concrete at
lip of gutter complete &
in place
3. 1,427 LF Place lamp black on con- $ 'j5 /LF $ �c��o•a5
crete in A.C. area at lip
of gutter -,-
Proposal Page 2 of 7
91-012 RECONSTRUCTION OF CURBS GUTTERS AND 5 of 5
SIDEWALKS PROJ. 91-163
the undersigned agree that if this proposal is accepted, I will
enter into a contract with the City of Cupertino to provide all necessary
machinery, tools, apparatus, and other means of construction and to do all
the work specified in the contract in the manner and time specified.
I, the undersigned declare that this bid is made without connection
with any person, firm, or corporation making a bid for the same work, and
is in all respects fair, and without collusion or fraud.
I, the undersigned recognize that the Director of Public Works of
the City of Cupertino will reserve the right to establish the priority of
one job over another and each starting date where conflict of construction
schedules occur.
Attached hereto is the required certified check or bid bond in the
amount of $ ,�CG� , as required by law and the Notice to Bidders
(10% of bid amount)
BID PROPOSAL PACE 3 OF 7
A. BID DOCUMENTS, Continued
BIDDER QUALIFICATION FORM
In further compliance with the specifications furnished, the
undersigned submits the following statements as to his experience and to
his qualifications as a part of this proposal, and the truthfulness and
utterance of the information is hereby guaranteed.
(1) How many years has your organization been in
business under its present name? ,/,/I t '�
(2) How many years experience in work comparable with
that required under the proposed contract has your
organization had by this or any other name? g�io-y
(3) Contractor's License No. k VFIISC
State of California, Classification
Expiration Date '.�t '`�3
(4) List work similar in character to that required in the
proposed contract which your organization or personnel in
your organization has completed within the past 3 years.
Year Class, Location of Work and for Whom Performed Contract Amount
BID PROPOSAL PAGE 4 OF 7
JOB#a ' 0864 JOB(OWNER) a CITY OF CUPERTINO CONT. DATE: 4-10-9i7
JOB DESC: CURBS, GUTTERS & SIDEWALKS, PROTECT 90-1-02 MONEY: $164,975. 34
JOB*: 0865 JOB(OWNER) : VALLEY MEDICAL. (.ENTER CGNT. DATE: 4-19-90
JOB DEaC: INTERIUM EMERGENCY ROOM WORK P- 0. ir;- ;51 9 MONE.\': $5, 526. 00
#s 0866 JOB(OWNER) : GRANITEROCK CONT. DPTE: 4-:r()--90
"SOB DESC: REMODEL REDWOOD CITY OFFICE MONEY : $15, 7 :_. 01)
JOB*: Oa67 JOB(OWNER) : IBM CORPORATION CONT. DATE: 4-; 4-9(--)
JOB DESC: MISC. CONCRETE WORK AT COTTLE 1-Ai,I L I T I ES MONEY:
JOBOP 'PS8 .IOB(OWNER) : UNITED TECHNOLOGY SYSTF=MS CONT. DATE: 4-c_'6---90
JOB '. SEISMAC REPAIRS TO BLDG 065C) MONEY: 18, 611. (Y-)
JOB#: JOB(OWNER) : COUNTY OF SANTA CLARA C1ONT. DATE: 5-1.5-90
JOB DES:,,. PARKING GARAGE REPAIRS MONEY : $9, 3161. 00
JOB#: 0870 JOB(OWNER) : COUNTY OF SANT)-i CLARA CONT. DATE:: 5-17--90
JOB DESC: GUADALUPE CORRIDOR PHASE III, MONEY: $412, 795. 24'
JOB#: 0871 JOB(OWNER) : SANTA CLARA VALLEY WATER DIST CONT. DATE: 5-23-90
JOB DESC: CARBON SLURRY SYSTEM AT PE N I TENC I A WATER PLANT MONEY: $138, 31 7. 00
JOB#: 0872 JOB(OWNER) : COUNTY OF SANTA CLARA CONT. DATE: 5--31--90
JOB DESC: VALLEY MEDICAL CENTER/SEISMIC BRACING MONEY: $25, 000. )C)
JOB#: 0873 JOB(OWNER) : COUNTY OF SANTA CLARA CONT. DATE: 6-6-90
JOB DESC: BUS STOP IMPROVEMENT Mgt)--3r MONEY:
3-n#: 0874 JOB(OWNER) : CITY OF SAN JOSE CONIT. DA"I"E:: 6--11--90
6 DESC s MEDIAN ISLAND CONSTRUCTION MON1_Y: $5. ,895.. 00
-JOB#: 0875 JOB(OWNER) : WEST VALLEY C0N�-;-F RLX:T l:0N CONT. DATE:: F- 1 E3- 9t)
JOB DESC: TIME AND MATERIAL .JOBS MONEY: 2`t), t(W).
JOB#: 087E JOB(OWNER) : BLACKWr::LL_- F-IGMEf�i CONI . l:lATE: 6--19--90
JOB DESC: BOX CULVERTS - WEST OF GRAND 1+1L i))}C)WS LANE Mf.:)NEY: 4i C)r', 2Ot3. 53
JOB#: 0877 JOB(OWNER) : COUNTY OF SAKI-A CLARA CONT. DATE- 7-2-90
JOB DESC: INSTALL TYPE 51") CONCRETE 14APIRIE-RS Ill 9C-)- -E MONEY: $34, o93. 5i)
JOB#: 0878 JOB(OWNER) : GRANITEROC K CONT. DA-I'E: 7-9-9t)
JOB DESC: CAPITOL ASPHALT PLANT/Wnl.-L MONEY: $102, 835. 00
JOB#: 0879 JOB(OWNER) : CITY OF SAN ,JOSE CONT. DATE: 7-24-90
JOB DESC: AC BERM/AC SIDEWALK/CHENOWETH MONF Y: $5, 00. 00
JOB#: 0880 JOB(OWNER) : COUNTY OF SANTA t:.L.lIRC-) C(:)NT. DATE: 8-6-90 9>r9B,y1
JOB DESC: EARTHQUAKE REPA)RS TO RUNE-ELL )::RE 1"r P R I DGE MONEY : $121., 690. 00
JOB#: 0881 JOB(OWNER) : COUNT`:' OF SANTA CLARA (.'GNT'. DATE- 8-6-90
JOB DESC: BRIDGE GUARD RAIL REPLACEMENT"\MCN,I:-AN ROAD M90-39 MONEY: $23. C)19. 5C)
JOB#: 0882 JOB(OWNER) : NEW UNITED MOTrF CON•T. DATE: 8-6-90
JOB DESC: CONCRETE REPAIR WORK M(:)NF.'Y:
J 4: 0883 JOB(OWNER) : COUNTY OF-" 9ANTO i::i_r)Rf-1 CONI . DA`tF.: 8-30-90
3:6e DESC: BUS STOP IMPROVEMENTS, M'917 -44 A, in )i>. t);'; MnNr=Y : $17, 071. 1A:)
JOB#: 0884 JOB(OWNER) .- C I l`Y ()F- ,.r(_ir:,r-- 1,0N7. C?t�'TE : 9-1:_-90
JOB DESC: SIDEWALK WORK AT COPE-L OPO. k C'H(VI"O ) ,- 9 MONEY.
logos JOB(OWNER) : CONT. DATE:
JOB DESC: MONEY:
JOB#s 0885 JOB(OWNER) : CITY OF UNION CITY CONT. DATE: 9-19-90
t- JOB DESC: TRANSIT SYSTEM BUS SHELTERS PROD. 88-19 MONEY: $78, 065. 00
i
1 Jf—*o 0886 JOB(OWNER) : COUNTY OF SANTA CLARA CONT. DATE: 10-10-90
Ji,_,,;DESCs BUS STOP RESTORATION, V I C�OR I A DR. M90-48 MONEY: $10, 100. 88
JOE# s 0887 JOB(OWNER) : COUNTY OF SANTA CLARA CONT. DATE: 10-16-90
JOB DESC: DRAINAGE MODIFICATION CERONE COACH DIV. M90-49 MONEY: $6, 44;. 00
JOB#I: 0888 JOB(OWNER) : COUNTY OF SANTA CLARA CONT. DATE: 10-22-90
JOB DESC: EROISION CONTROL/ALDERCROFT HEIGHTS M90-50 MONEY: $13, 000. 00
i, JOB#: 0889 JOB(OWNER) : IBM CORPORATION CONT. -DATE: 11/1/90
"JOB DESC: BLDG 26 DOCK REPAIR P. O. K47182—D3 MONEY : $20, 743. 00
(: JOB#t: 0890 JOB(OWNER) : COUNTY OF SANTA CLARA CONT. DATE: 11-2-90
JOB DESC: INSTALLATION OF FACILITIES & 9 PARK, & RIDE LOTS TD90-17 MONEY: $334, 7c
JOB#s 0891 JOB(OWNER) : CITY OF SUNNYVALE CONT. DATE: 11-9-90
JOB DESC: CURBS, GUTTERS, & SIDEWALKS "B" ST`a(:i—J. MONEY: $38, 440. i�i i
JOB#4: 0892 JOB(OWNER) : COUNTY OF SANTA CLARA COt\Y. DATE: 11-9-90
JOB DESC: WORK AT JUVEN I L.E HALL MONEY: $100, 125. 0f)
J3B#: 0893 JOB(OWNER) : COUNTY OF SANTA CLARA CONT. DATE: 11-14-90
JOB DESC: BUS STOP IMPROVEMENTS (3) M90-51, 52, & 53 MONEY: $24, 602. 03
JOB#s 0894 JOb(OWNER) : IBM CORPORATION CONT. DATE: 11-21-90
JOB DESCs REMODEL OFFICES AT BLDG. 088 MONEY: $33, 730. (--)C
Jam#!: 0895 JOB(OWNER) : IBM CORPORATION CONT. DATE: 1 1-27-90
JOB DESC: MISC. CONCRETE REPAIRS/SK 4955DIr MONEY:
JOB#: 0896 JOB(OWNER) : THOMAS BURKE CONT. DATE: 12-7-90
JOB DESC: GABIANS/MT EDEN ESTATES MONEY : $50, 933. 00
JOB#: 0897 JOB(OWNER) - HEWLETT PAC:KARD CONT. DATE: 12-11—`0
JOB DESCs POOL HOUSE PROJECT/SANTA CLARA MONEY: $12, 297. 00
JOB#: 0898 JOB(OWNER) : BLACK.WELL. HOMES CONT. DATE: 12-1 7-90
JOB DESC: INSTALL PRE—FABRICATED BR I IA.3E MONEY :
JOB#: 0899 JOB(OWNER) : CITY OF' SAN JOSE CONT. DATE: 12-20-90
JOB DESC: B-3 EXTRUDED CURBING MONEY:
JOB#: 0900 JOB(OWNER) : COUNTY OF SANTA G'LARA CONT. DATE: 1--23-91
JOB DESC: WALL COATING AT VALLEY MEDICAL PO 026ti45 MONEY: $6, . 71. 00
JOB#: 0901 JOB(OWNER) : CITY OF SAN JOSE CONT. DATE: 1-30-91
JOB DESC: SJ/SC WPCP STRUCTURAL REHAS, CONCRETE;. & GRATING MONEY: $156, 895. 00
JOB#i: 0902 JOB(OWNER) : IBM CORPORATION CONT. DATE: 2-4-91
JOB DESC: TIME AND MATERIAL JOBS MON'..Y: $200, 00(), 00
JV1*v 0903 JOB(OWNER) : CITY OF SAN JOSE CONT. DATE: 2-28-91
Jk_., DESC: FILL IN POOL WITH PER GRAVEL MONEY: $9, O 19. 00
JOB#s 0904 JOB(OWNER) : IBM CORPORATION CON'f. GATE: 2-2-8--91
JOB DESC: WORK AT BLDG. 008 PC 2549003 MONEY: $9, 387. 00
JOB#: 0905 JOB(OWNER) : CITY OF CAMPBELL CONT. DATE: 3-6-91
JOB DESC: ANNUAL CONCRETE REPAIR/PROJECT (:)1--02 MONEY: $38, 206. 85
A. BID DOCUMENTS, Continued
Name of Proposed Sub-Contractors, if any
(Section 4104, Government Code)
1.
2.
F
3. _;G
4. ��}
S. !f,
r`
6.
Address if Shop or Office of Sub-Contractors
(Section 4104, Government Code)
1.
2.
3. _ fy
4.
5. /�-
6.
Work to be Performed by Sub-Contractors
(Section 4104, Government Code)
1.
2.
3. 4c`b
4. J
5.
6. f�
BID PROPOSAL PAGE 5 OF 7
♦ " .t 1 71
•I`: I
r /
i:3 f} •R l' -4,I. f?• f:1 11." ai F1 i+ d3�,
-I-fl rl: 1'• •-mil -� / 1 1. •- s �•k _'=. ►. :;1. .• ci-.
••,III• - _►.•... -t )1' •: .✓. - f (• :•y .} •
•ram:i_' �: •: •.•J.,u L.tit ,.� •: =.•- •d. •- -
J S
ALTMMTVM BID ITMI tW. 3 - MOM LAW BLACK ON C=CRETZ IN A.C. AAA
AT LIP OF GVr= (L.F.I
This item shall be bid per lineal font and shall include all costa for
material and labor required to trowel lampblack into the zoncrete
placed at the lip of gutter in the A.C. area. The amount of lamp black
to be used shall be enough to color the concrete surface to match the
existing A.C. surface around the patch.
S. LIMITS OF WORKS
A representative of the City shall paint the limits of the concrete
curbs. gutters and sidewalks to be removed and replaced.
6. LOCATION:
For the purpose of these specifications, the word "Location"s shall be
considered to mean (1) continuous work area. All work in any one (1)
location shall be cama feted and the location cleaned up_-wit! ' five (5)
consecutive working days from the date work commenced at that
particular location, except for location(s) where special written
permission for additional time is approved by the Engineer. This
includes cleanup, repairs to improvements and complaints from property
owners. The working days will start at a particular location when
concrete has been removed. If the Contractor does not complete all
work the City shall complete the work and bill the Contractor for the
work.
It is the intent that the work shall be confined to reasonable distance
between work locations within the City and not have it spread out from
one extreme to the other. All work locations (areas) shall be mutually
agreed upon prior to the commencement of the project. The contractor
shall provide the inspector with a schedule of work locations on a
weekly basis and notify him of any changes. On major street and school
routes only one side of the street shall be reconstructed at a time.
This is to provide pedestrian access along one efde of the street.
7. TIME OF COMPLETIOULIQUIDATED DAMAGES%
The Contractor shall diligently prosecute the work to completion before
June 1, 1991. There will be no additional days allowed in the Contract
for rain days or holidays or normal delays. An extension of time for
completion shall only be granted for acts of God, labor strikes or
material delays that can be documented. The Contractor shall pay the
City of Cupertino the sum of One Hundred and Fifty Dollars ($150.00)
per day for each and every calendar day°s delay beyond the completion
date.
If the Contractor pulls off the job all locations started shall be
completed and cleaned or the City shall have the work completed and the
Contractor shall be billed for this work.
Five (5) consecutive working days are allowed per location to complete
reconstruction and cleanup work. Working days will start at a
particular location when concrete has been removed. If the Contractor
does net complete all work at a particular location within the 5
consecutive working days the City shall have the work completed and
bill than Contractor for the work. This includes concrete placement,
cleanup and landscape repairs.
Special Provisions Page 10 of 15
A. BID DOCUMENTS, Continued
IF YOU ARE AN INDIVIDUAL, SO STATE. IF YOU ARE A FIRM OR CO-PARTNERSHIP,
STATE THE FIRM NAME AND LIST THE NAMES OF ALL INDIVIDUAL CO-PARTNERS
COMPOSING THE FIRM. IF A CORPORATION, STATE LEGAL NAME OF CORPORATION,
ALSO NAMES OF PRESIDENT, SECRETARY-TREASURER AND MANAGER. THE CORPORATE
SEAL MUST BE AFFIXED. THE INFORMATION CONTAINED IN THIS BID IS BEING MADE
UNDER PENALTY OF PERJURY.
TYPE OF BUSINESS: Individual:
Co-Partnership t-
Corporation --i f-ciC 1` c ;cnlZry! .
Joint Venture
Other
f)_ _ �,✓�,,� ,��`���. (Describe)
Name and Signature of Bidder`:
_ (Print)
5�
(Signature)
Addrees (Both mailing and location addresses) :
�--7-�L.;j'd;,� ��✓K ,1ZC�7� �`r,i 1C �\L�'��t�;ll,��� ,
Telephone Number:
Date:Lla 1, r 1 c q/
/A'd�dendas Received:
/ 7lI 2 3 4 5
BID PROPOSAL PAGE 6 OF 7
NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY
BIDDER AND SUBMITTED WITH BID
Stato of California as.
County of
being first duly sworn, deposes
and says thAt fle nor she is of
the party making the foregoing bid that the bid iainot made in the
interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation; that the bid is
genuine and not collusive or sham; that 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; that 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 interest in the proposed contract; that
all statements contained in the bid are true; and, further, that the
bidder has not, directly or indirectly, submitted hie or her bid price or
any breakdown thereof, or the 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.
Name and Signature of Bidder:
(Print)
r -
(Signature)
Date: 21a'"-.-J �c 17`1` I
BID PROPOSAL PAGE 7 OF 7
PROPOSAL
s
RECONSTRUCTION OF CURBS, GUTTERS AND SIDEWALKS
PROJECT 91-103
TO THE DIRECTOR OF PUBLIC WORKS, CITY OF CUPERTINO, STATE OF CALIFORNIA,
SANTA CLARA COUNTY;
Dear Sir:
In compliance with the Specifications furnished for the Reconstruction of
Curbs, Gutters and Sidewalks, Project 91-103, I, the undersigned, hereby
declare that I have read the proposal requirements and hereby propose to
do all work required to complete the said work L, accordance with the
specifications and/or plans for the amounts set forth herein on the
incorporated schedule.
The work shall consist of furnishing of all labor, equipment and materia1.5
necessary for the removal and reconstruction of certain concrete curbs,
gutters and sidewalks complete in place, in accordance with the special
provisions and the City of Cupertino Standard Specifications and Details.
The contractor is cautioned that utilities and/or sprinkler systems exist
with this project and he will be required to use extreme caution to
prevent any damage. Any damage to the existing utilities shall be
repaired at the expense of the contractor.
A bid bond in the amount of ten percent (10%) of 'the base bid is required.
BID EST.QTY.
ITEM UNIT ITEM ? c
1. 4,706 SF Remove & reconstruct concrete $ /SF $ Jp
sidewalk complete & in place
Dollars/SF r
2. 1,376 LF Remove & Reconstruct concrete $� �� a/LF $ Op� J o�
curb & gutter complete & in
place-z� _\,L
Dollars/LF
k 3. 631 SF Remove & reconstruct five $ SG)/SF $ � 363
inch (S") PCC driveway complete
& in place for r�
Dollars/SF
Proposal Page 1 of 7
4. 1176 LF Provide for root cutting of /LF $ l 1 7 G
street trees complete & in
place for Lk .e
Dollars/EA
r�
5. 51 LF Remove & reconstruct concrete /LF $
rolled curb & gutter complete
& in place_rw
Dollars/LF
6. 150 LF Saw Cuts $ S� /LF $ 5
T Ji P- F o a
r
Dollars/L.F
a
7. 1103 SF Remove paving material $ �' /SF S4 ^
from park strip C&I e
Dollars/SF
8. 188 SF Construct sidewalk tran- $ U /SF $ )
sition TS F
9. 1 LS Construct driveway $/G !1(//LS $
TOTAL ? 'J
ALTERNATIVE BID:
BID EST.QTY.
ITEM UNIT ITEM
�d
1. 1,376 LF Remove & reconstruct con- $ j �/ /LF $
crete, curb & gutter with
12" wide concrete at lip
of gutter complete & in
place 7 lz i r t Jam, Q.
2. 51LF Remove & reconstruct con- $ J / /LF $
crete rolled curb & gutter
with 12" wide concrete at
lip of gutter complete &
in place --f-t i PA A C_
3. 1,427 LF Place lamp black on con- $ /LF $
crete in A.C. area at lip
of gutter 0,ft e
Proposal Page 2 of 7
I, the undersigned agree that if this proposal is accepted, I will
enter into a contract with the City of Cupertino to provide all necessary
machinery, tools, apparatus, and other means of construction and to do all
the work specified in the contract in the manner and time specified.
I, the undersigned declare that this bid is made without connection
with any person, firm, or corporation making a bid for the same work, and
is in all respects fair, and without collusion or fraud.
I, the undersigned recognize that the Director of Public Works of
the City of Cupertino will reserve the right to establish the priority of
one job over another and each starting date where conflict of construction
schedules occur.
Attached hereto is the required certified check or bid bond in the
amount of $ j, S L% as required by law and the Notice to Bidders
(10% of bid amount)
BID PROPOSAL PAGE 3 OF 7
A. BID DOCUMENTS, Continued
BIDDER QUALIFICATION FORDS
In further compliance with the specifications furnished, the
undersigned submits the following statements as to his experience and to
his qualifications as a part of this proposal, and the truthfulness and
utterance of the information is hereby guaranteed.
(1) How many years has your organization been in
business under its present name?
(2) How many years experience in work comparable with
that required under the proposed contract has your
organization had by this or any other name?
(3) Contractor's License No. S&-E
State of California, Classification �C}•
Expiration Date ,2,
(4) List work similar in character to that required in the
proposed contract which your organization or personnel in
your organization has completed within the past 3 years.
Year Class, Location of Work and for whom Performed Contract Amount
BID PROPOSAL PAGE 4 OF 7
A. BID DOCUMENTS, Continued
Name of proposed Sub-Contractors, if any
(Section 4104, Government Code)
1.
2.
3.
4.
6.
Address if Shop or Office of Sub-Contractors
(Section 4104, Government Code)
1.
2.
3.
4.
5.
6.
Work to be Performed by Sub-Contractors
(Section 4104, Government Code)
1.
2.
3.
4.
S.
6.
BID PROPOSAL PAGE 5 OF 7
A. BID DOCUMENTS, Continued
IF YOU ARE AN INDIVIDUAL, SG STATE. IF YOU ARE A FZPY, OR CO-PARTNERSHIP,
STATE THE FIRM NAME AND LIST THE NAMES OF ALL INDIVIDUAL CO-PARTNERS
COMPOSING THE FIRM. IF A CORPORATION, STATE LEGAL NAME OF CORPORATION,
ALSO NAMES OF PRESIDENT, SECRETARY-TREASURER AND MANAGER. THE C01*ORATE
SEAL MUST BE AFFIXED. THE INFORMATION CONTAINED IN THIS BID IS BEING MADE
UNDER PENALTY OF PERJURY.
TYPE OF BUSINESS: Individual:
Co-Partnership `
Corporation
Joint Venture
Other
(Describe)
Name and Signature of Bidder:
TaL11 -es l � Ca �2S
/ (Print)
vI (Signat re)
Address (Both mailing and location addresses) :
a !z
Telephone Number:
Date: 3 ^2 2
Addendas Received:
l 2 3 4 5
BID PROPOSAL PAGE 6 OF 7
NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY
BIDDER AND SUBMITTED WITH BID
State of California Be.
County ofG; f)G
1
z_ a c! being first . my sworn degoge8
and says that he or she is of
the party making the foregoing bid that the bid is not made in the
interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or ccrporation; that the bid is
genuine and not collusive or sham; that 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; that 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 —,!!?ic body
awarding the contract of anyone interest in the proposed contract; that
all statements contained in the bid are true; and, further, that the
bidder has not, directly or indirectly, submitted his or he:r bid price or
any breakdown thereof, or the contents thereof, or divulged informatics 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.
Name and Signature of Bidder.:
vlG2 (,Ll E' er �� ��G� Ca (?a c
(Print)
� 1
r t.
S
� (Signature)
Date:
BID PROPOSAL PAGE 7 OF 7
CITY OF CUPERTINO
DEPARTMENT OF PUBLIC WORKS
CALL FOR BIDS
RECONSTRUCTION OF CURBS, GUTTERS AND SIDEWALKS
PROJECT 91-103
BID OPENING
TUESDAY
March 26, 1991
2.00 P.M.
Bert J. Viskovich
Director of Public Work®
City of Cupertino - Public ?vorI:. Department
10300 Torre Avenue
Cupertino, CA 9SO14
Files 50,320
TABLE OF CONTENTS
CONTRACT DOCUMENTS
A. BID DOCUMENTS
I. Notice to Contractors
2. Proposal
B. GENERAL PROVISIONS
1. Definition of Terms
2. Prosecution and Progress
3. Control of Work
4. Control of Materials
5. Legal Relations and Responsibilities to the Public
6. Proposal Requirements and Award of Contract
C. SPECIAL PROVISIONS
1. Location of Work
2. Scope of Work
3. Estimated Quantities
4, Explanation of Bid Items
S. Limits of Work
6. Location
7. Time of Completion/Liquidated Damages
8. Traffic Control
9, Maintaining Traffic
10. Notification of Residents
11. Protection of Property
12. Relations with Property Owners
13. Topsoil Backfill and Landscape Replacement
14. Quantities
15. inspection Costs
16. Noise Control
17. Testing
18. Items Not Specifically Included in Description
19. Water
20. Payment
D. DETAIL SHEETS
1. Detail A - Detached Sidewalk
2. Detail B - Monolithic Sidewalk
3. Detail C - Bender Board Installation
4. Detail D - Rolled Curb and Gutter
S. Detail E - A. C. Replacement
6. Detail F - Pacifica Ave. Sidewalk
7. Detail G - Stevens Creek Blvd. Driveway
8. Standard Driveway Detail 1-20
E. SIGNATURE PAGE
NOTICE TO CONTRACTORS
City of Cupertino
10300 Torre Avenue
Cupertino, California 95014
• RECONSTRUCTION OF CURBS, G1.JTTERS AND SIDEWALYS
PROJECT 91-103
css-ssa=cssssaa:ssssaaaaxssaaasssaa=aan=asaa==saaoa==amaa=assaaasassaass=crr
The City of Cupertino, Santa Clara County, California, invites sealed
proposals for the construction of the work as delineated or the Plans or
In the Specifications, entitled, RECONSTRUCTION OF CURBS, GUTTERS AND
SIDEWALKS, PROJECT 91-103
Said Sealrad proposals will be received at the office of the City Clerk,
Room 205, City Hall, City of Cupertino, California, until 2:00 P.M.
TUESDAY, March 26, 1991 at which time they will be publicly opened and the
comparative totals read.
All bids received will be reported to the City Council of Cupertino within
thirty (30) days of receipt, at which time the Council will review and act
upon the bids submitted. Award, if any, will be to the lowest responsible
bidder.
Payment will be made in cash by said City upon submission by the
Contractor and approval by the Engineer of a progress billing which
reflects the value of the work completed. The progress payments made as
work progresses will be payments on account and will not be considered as
an acceptance of any part of the materials or workmanship required by the
Contract. Pursuant to Section 4590 of the California Government Code, the
Contractor will be permitted, at its request and sole expense, to
substitute securities for any monies withheld by the City to ensure
performance under the contract. Said securities will be deposited either
with the City or with a State or federally chartered bank as escrow agent.
Securitiea eligible for this substitution are those listed in section
16430 of the California Government Code or bank or savings and loan
certificates of deposit, interest bearing demand deposit accounts, standby
letters of credit, or any other security mutually agreed to by the
Contractor and the City. The Contractor shall be the beneficial owner of
any securities substituted for monies withheld and shall receive any
interest thereon.
All proposals or bids shall be accompanied by a cashier's or certified
check payable to the order of the City of Cupertino, amounting to ten (10)
percent of the bid, or by a bond in said amount and payable to said City,
signed by the bidder and a corporate surety, or by the bidder and two
sureties who shall justify before any officer competent to administer an
oath, in double said amount and over and above all statutory exemptions.
Said check shall be forfeited or said bond shall become payable to the
City in case the bidder depositing the same does not, within ten (10) days
after written notice that the contract has been awarded to him, enter into
a contract with the City.
7
Notice to Contractors Page !2
i,
o Contractor shall furnish :o City a faithful performance bond and a labor
and material bond as required in said specifications.
It shall be mandatory upon the Contractor to whom the contract is awarded,
and upon all subcontractors under him to pay not less than said general
prevailing rates of per diem wages to all laborers, workmen, and mechanics
employed in the execution of the contract.
All bide shall be compared using the estimate of quantities prepared by
the Engineer of Work and the unit prices submitted. No incomplete nor
interlineated proposal or bid will be accepted. Bidders are required to
bid on all items of the proposal.
No bid will be accepted from a contractor who has not been licensed in
accordance with the provisions of Chapter 9 of Division 3 of the Business
and Professions Code of the State of California.
The contract shall not be awarded to any bidder who does not possess the
proper classification of license. ,
Special attention of bidders is directed to Section 7 of the General
Provisions for full directions as to bidding.
Plans, Specifications and Contract Documents may be reviewed and copies of
same may be obtained at the office of the City Engineer, City Hall,
Cupertino, California, upon deposit therefore of $5.00 per set, none of
which deposit •gill be refunded.
The City of Cupertino reserves the right to reject any or all bids, and
further reserves the right to elelete any item or items from the proposal
or to increase or decrease the quantity of any item thereof.
CITY OF CUPERTINO
Date: 4%� !C �/f Bye7L�i�
City Clerk
Publish: Cupertino Courier
March 13, 1991
March 20, 1991