Loading...
HomeMy WebLinkAbout92-009 Annual Overlay Pavement Restoration Proj. 92-101 92-009 ANNUAL OVERLAY PAVEMENT RESTORATION 1 of 3 PROJ . 92-101 NO FEE IN ACCOqOANCE - ­ 61 WITH 60V CODE 6103 Return to- ILtu I, CITY OF CUPF-11`9­-'-�C) AT REQUEST of 0 3 N00" F E E City of Cupertino BAR S3 AM 193 CERTIFICATE OF COMPLETION OFFIGAL 3= AND SANTA CLARA COUN I LAURIE KANE NOTICE OF ACCEPTANCE OF COMPLETION ANNUAL OVERLAY AND PAVEMENT RESTORATION PROJECT 92-101 NOTICE IS HEREBY GIVEN THAT 1, Bert J. Viskovich, Director of Public Works and City Engineer of the City of Cupertino, California, do hereby certify that the work and improvements hereinafter described, the contract for doing which was entered into by and between the CITY OF CUPERTINO and EL CAMINO PAVING, INC. on June 15, 1992, in accordance with the plans and specifications for said work, were completed to my satisfaction on February 16, 1993, and acceptance of completion was ordered by the City Council of said City. That said work and improvements consisted of furnishing labor, materials, tools and equipment required to complete said project, all as more particularly described in the plans and specifications for said project. irector of u lic Works and City Engin r, City of Cupertino 1r:4 V.111'HIN if--ISTRUMENT ISA,TRUEAND CORRECT COPY Date: February 17, 1993 OF THE ORIGINAL CM Filirm #N,THis OFFICE. A T T.S CITY-'PL K OF THE C1 Y Of CLIPERTI 0 All OR NIGAL Ott of Cuperti"o 10300 Torre Avenue P.O.Box 580 Cupertino.California 95014 Cupertino,California 95015 Telephone: (408)252-4505 JUly 10, 1992 8l Cad Pairing, Inc. 924 San Rafael AVMM Mmmtain Vim, CA 94M AM PAVD*W °ICK, FFAXU= 92-101 We are enclosing to you for yaw film one (1) copy of the Cbataact for Public Works by and beb*= the City of QWertino and 31 wino Paving, Inc., VAdch bass been, fully eamm*red by City Officials. Your cmtract Was approw d at the City Oowi.l Meeting of Rmdaiy, JUne 15, 1992. zwJnsed please find ymw bid bond. Sincerely i`t/• _„-.=,ram �'�-•,� ,. mom commms L m CENK ��9�rp CM OF CUPEMM DC/so encl. cc: Depart;oant of Public Works The Ohio Casualty insurance Company 11"ILTora, orno BID OR PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS, That we, E1 Camino Paving; Inc. (hereinafter called the Principal) as Principal, and THE OHIO CASUALTY INSURANCE COM- PANY, a corporation organized under the laws of the State of Ohio, with its principal office in the City of Hamilton, Ohio (hereinafter called the Surety) and licensed to do business in the State of California as Surety, are held and firmly bound unto City of Cupertino (hereinafter called the Obligee) in the penal sum of 10% of proposal price Dollars ($ 10% ) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas, the Principal has submitted the accompanying bid, dated June 9 1992 , for Annual overlay and pavement restoration -- Project #92-101 NOW, THEREFORE, if the Obligee shall make any award according to the terms of said bid and the Principal shall enter into a contract with said Obligee in accordance with the terms of said bid and give bond for the faithful performance thereof within the time specified; or if no time is specified within thirty days after the date of said award; or if the Principal shall, in the case of failure so to do, indemnify the Obligee against any loss the Obligee may suffer directly arising by reason of STATE OF CALIFORNIA - County of Santa Clarra° , On his sth- .00* ° in the year nineteen hundred and ninety two Dane L&ls°14'ak�$�ii A Do. before me ......a.......eea.,.,00"o...0..0.. personals appeared known to me for proved to rat on the basis of satls.factery ed evidence) tL-.`.Q........... nams Is subscribed to thb'wlthln instrument as the attorney In fact of t 000 0.0...Os se �l':eeComPan�'aeeeeeee.eee, and acknowledged to me that he she •••••••••••••••••••• (she) subscribed the name of •aa. n aaeeeie°eeaeeeeeeeeeeeeeeeeeasoeseeeeeee thereto as principal, and his (her) n Hams i attorney In fact. a O F F I C I A 4 s a a u t an OtANE LEE NAKASHIMA ffixed IN WITNESS WHEREOF I have hereunto set my " hone' d O NOTARY .aeuc - """'" ° the day n MY official seal In said County . +' d t Y year in th eertlfl to above wrlttgn ODUM}1 Oi.3AN1A CLARA romm,.Erp. Aug. 17, 1993 Notary Pub ie n an or the County o ® SOS2(1i1i83) Santa Clara State of California My Comolsslon expires THECERT[F�I1M Cr®AFY OFF�NN *may A N OMO CE HOME OPRCE.HAMELTOK OMO N0. 251, 074 ,�11 Am bg 9.11ne jir2 mts: That THE OHIO CASUALTY INSURANCE COMPANY, in pur<uwtce granted by Article VI, Section 7 of the By-Laws of said Company, does hereby nominate, constitute and appoint: . Woodard or Edward W. Williams amesUlam - - - - - - - - - - - - - - - - - - - of San Jose, California - - - d lawful agent and attorney -in-fact, to make, execute, seal and deliver for and on its behalf as surety, and as eed any artd all BONDS,UNDERTAKINGS,and RECOGNI7.ANCES, not exceeding in any single instance ILLION — — — — — — — — — — — — — — — — — - — — — — — ($ 5,aa0,000.00 — —) Dollars, owever,any bond(s)or undertaking(s)guaranteeing the payment of notes and interest thereon execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company, and amply, to all intents and purposes, as if they had b-en duly executed and acknowledged by the regularly fficers of the Company at its office in Hamilton,Ohio,in their own proper persons. thority granted hereunder supersedes any previous authority heretofore granted the above named attorney(syin-fact. t�ttga In WETNf:SS WHEREOF, the undersigned officer of the said The Ohio Casualty sty insurance Company has hereunto subscribed his name and affixed the Corporate Seal of the said The Ohio Casualty Insurance Company this 28th day of December 19 88. EA L 1= o I�+.�'� TE OF OHIO, !)S. As_isfant Secretary LINTY OF BUTLER I On this 28th day of December A. D. 19 88 before e subscriber, a Notary Public of the State of Ohio, in and for the County of Butler, duly commissioned and qualified, came ohn B. Vail, Assistant Secretary of THE OHIO CASUALTY INSURANCE COMPANY, to me personally known to be the ndividual and officer described in, and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn depowth and saith, that he is the officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. xan IN TESTIMONY WHEREOF,I have hereunto set m hand and affixed my Official t4i, Seal at the City of Hamilton,State of Ohio,t and year first above written. Notary Pub is in nt of Butler,State of Ohio D c.embel"..2 .•....19 .�.... My Commission expires... . This power of attorney is granted under and by authority of Article Vi, Section 7 of the By-Laws of the Company, adopted by its directors on April 2, 1954,extracts from which read: "ARTICLE VI" "Section 7. Appointment of Attorney-in-Fact, ccc. The chairman of the board, the president, any vice-president, the secretary or any assistant secretary shall be and is hereby vested with full power and authority to appoint attorneys-in-fact for the purpose of signing the name of the Company as surety to, and to execute, attach the corporate seal, acknowledge and deliver anv and all bonds, recognizarces, stipulations, undertakings or other instruments of suretyship and policies of insurance to be given in favor of anv individual, firm, corporation, or the official representative thereof, or to any county or state, or any official board or boards of county or state, or the United States of America, or to any other political sub- division." This instrument is signed and sealed by facsimile as authorized by the following Resolution adopted by the directors of the Company on May 27, 1970: "RESOLVED that the signature of any officer of the Company authorized by Article VI Section 7 of the by-laws to appoint attorneys in fact, the signature of the Secretary or any Assistant Secretary certifying to the correviness of any, copy of a power of attorney and the seal of the Company may be affixed by facsimile to any power of attorney or copy thc)-!�of issued on behalf of the Company. Sw.h signatures and seal are hereby adopted by the Company as original signatures and seal, to be valid and binding upon the Company with the same force and effect as though manually affixed." CERTIFICATE 1, the undersigned Assistant Secretary of The Ohio Casualty insurance Company, do hereby certify that the foregoing power of attorney, Article VI Section 7 of the by-laws of the Company and the above Resolution of its Board of Directors are true and correct conies and are in full force and effect on this date. IN WITNESS WHER. iOF,I have hereunto set my hand and the seal of the Company this day of A.D., 19 rtop oil� SEAM. � a • Assistant Secretory CONTRACT FUR PUBLIC WMM CMMACT made on a 15, 1992 by the CITY OF MPERUNO, a n inicipal corporation of the State of California, hereinafter, called the CITY, and EL CMUM PAMM, 1W. hereinafter called the OONTRALMOR. -IT IS HEREBY Ate by the parties as follows: 1. ME CONTRACT DOS. The complete contract consists of the following contract docntm: A. Plans and Specifications for MMML MMMAy & PApgMT Oia, PRD► EM! 92-101 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 OONPRACIOR are fully set forth and described herein. All of the above documents are intended to cooperate so that any work called for :n one and not mentioned in the other, or vice versa, is to be exemted the same as if mentioned in all of said documents. The documents coalrising the couplete contract are sometimes hereinafter referred to as the Contract Documents. In case of conflict between the Plans and the Specifications on the one hand, and this Contract on the other, the Plans and Specifications shall prevail. 2. THE WCM. The Contractor agrees to furnish all of the tools, equipment, apparatus, facilities, labor, transportation, and material necessary to perform and complete in a good and workmanlike manner, the work of ARRML CMMM AM PAVE METMATSICK as called for, and in the manner designated in, and in strict conformity with, the. Plans and Specifications prepared by: Mr. Bert J. Viskovich, Director of Public Works and adopted by the City, which Plans and Specifications are entitled,respectively, and which Plans and Specifications are identified by the signatures of the pasties to this Contract. 1 It is understood ,and agreed that said tools, equilu ent, apparatus, facilities, labor, transpa tation, and material shall be furnished, and that said work shall be performed and completed as required in said Plans and Specifications under the sole direction of the contractor, but subject to the inspection and approval of the City, or its representative. The City hereby designates as its r sentative for the purpose of this Contract: M. Bert J. Viskovich, Director of Public Works. 3. CONTRACT PRICE. The City agrees to pay, and the Contractor agrees to accept, in full payment for the work above agreed to be done, the sum of: SM6,426.09 EMM7C SIX TWUMM Fit HMn= 'iT MM' SIX DMZMM AM RM CUM subject to additions and deductions as provided in the Contract Doc mler ts, per Exhibit "A" attached hereto. 4. DISPUIM PEF43UNING TO PAYMENT FOR WORL{. Should any dispute arise respecting the true value of the work dons, or any work omitted, or of any extra work which the Contractor may be required to do, or resting the size of any payment to the Contractor during the per fa aanae of this Contract, said dispute shall be determined either by reference to the unit of prices, if applicable, or in accordance with the agreement of prig, if applicable, or in accordance with the agreement of the parties, or in accordance with the rules of the American Arbitration Association if t p— parties are unable to agree. 5. PUMTS, CIMPLIANCE WIM ]LAW. The Contractor shall, at his expense, obtain all necessary permits and licenses, easements, etc., for the construction of the project, give all necessary notices, pay all fees required by law, and fly with all laws, ordinances, rules and regulations relating to the word; and to the preservation of the public health and safety. 6. INSPECTION BY THE CITY. The Contractor shall at all times maintain proper facilities azd provide safe access for inspection by the City to all parts of the work, and to the shops wherein the work is in preparation. Where the Specifications require work to be specially te&-ed 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 uneovezed for examination at the Contractor°s e.Npense. 7. EXMA OR ADDITIONAL WORK AND CHANGES. Should the City at any time during the progress of the work require any alterations, deviations, additions or omissions from the Specifications or Plans or the Contract M ameits, it shall have the right to do so, and the same shall in no way affect or make void the contract, but the cost or value thereof will be added to, or deducted from, the amount of the contract price, as the case may be, by a fair and reasonable valuation, which valuation shall be determined either by reference to the unit prices, if applicable, or in aaaardanee with the agreement of the parties, or in accordance with the rules of the Amwi.can Arbitration Association if the parties are unable to agree. No extra work shall be performed or change be made except by a written order from the City, duly authorized by resolution of its governing body, and by all agencies whose approval is required by law, stating that the extra work or charge is authorized, and no claim for an addition to the contract sum shall be valid unless so ordered. 2 8. aMGES TO ]MEET RIMUEMON'S. The city shall have the riot to make changes in this Omtract during the eounse of construction to bring the ccuPleted imptmements into compliance with envircnmental requirements or standards established by State and Feral statutes and regulations after the Contract has been awarded or entered into. The 0antractcr shall be paid for by such changes either by reference to the unit pricers, if applicable, or in accordance with the aunt of the parties, or in aoccreanae with the rules of the American Arbitration Association if the parties are unable to agree. 9. TERMINATION, AMENDMEWS or MODIFICATIONS. This contract may be terminated, amended or modified, with the mutual consent of the parties. The compensation payable, if any, for such termination, amendment or modifications, shall be determined either by reference to 1:1:! unit price, if a;plicable, or in accordance with the aunt of the parties, or in dance with the rules of the American Arbitration Association if the parties are unable to age. 10. TIME FOR LOTION. All work under this Contract shall be cainpleted: 45 WMRUM DAMS 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, lockouts by others, fire, unusual delay in transportation, unavoidable casualties or any causes beyond the Contractor's control, or by delay authorized by the City, or by any cause which the City shall determine justifies the delay, then the time of completion shall be extended accordingly. This paragraph does not exclude the recovery of damages for delay by either party under other provisions in the contract Documents. 11. INSPEMON AND TESTING OF MATERIALS. The Contractor shall notify the City a sufficient time in advance of the manufacture or production of materials to be supplied by him under this Contract, in order that the City may arrange for mill or factory inspection and testing of the same, if the City requests such notice from the Contractor. 12. Z tMON FOR BREACH, EEC. If the Contractor should be adjudged a banknipt, or if he should make a general assignment for the benefit of his creditors, or if a receiver should be appointed on account of his insolvency, or if he or any of his subcontxactors 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 days after serving of such notice, such violation shall cease and satisfactory arrangements for dons thereof be made, the Contract shall, upon the expiration of said ten days, cease and terminate. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor, and the surety shall have the right to take over and perform the Contract; provided, however, that, if the surety within fifteen days after the serving upon it of notice of termination does not give the City written notice of its intention to take over and perform the Contract, or does not cormnenoe perfarmanoe thereof within thirty days from the date of 3 the serving of such notice, the City may take over the work and prosecute the same to completion by contract, or by any other method it may derma advisable, for the account and at the expense of the Contractor, and the Contractor and his surety shall be liable to the City for any excess cost oocasioned 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 arxi other property belonging to the Coontractor as may be on td'a site of th-. work and ncr�easdry there for. 13. 1HE CITY'S RIaff TO WI'ITMIJ) crUAM AMUNTS AND MAKE AFpLICATION THERBDF. In addition to the amount which the City may retain under, Paragraph 21 of this Contract until the final oca pletion and aca4itanoe o 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 agairat 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 d payment made undej-. 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 respw,t to any retention of payment by the City to ensue 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 Th"ESWF. Any notice from one party to the other under `.his 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 whiatsoeve 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 rept-esentative 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: 924 SIN RAPAEL Ate, =MnUN VDN, CPA 94043 postage prepaid and certified; rzd (c) if the notice is given to the surety or any other person, eithc-r by personal delivery to such surety or other person, or by depositing the same in the United States mails, unclosed in a sealed envelope, addressed to such surety or person, as the case may be, at the address of such surety or persons last cammmicted tY him to the party giving the notice, postage prepaid and certified. 15. ASSIGNMERr OF OCNITACT. Neither the Contract, nor any part thereof, nog' moneys due or to become due thereunder, may be assigned by the Contractor without the prior written approval of the City. 4 16. COMPLIANCE WITH SPECIFICATIONS OF MATERIALS. Wherever in the Specifications, any material or press is indicated or specified by patent or pznprietary zkme, or by name of manufacturer, such Specifications must be met by Contractor, unless the City agrees in writing to some other material, process or article offered by Contractor which is equal, in all respects to the one specified. 17. CONTRACT SBCURITSi. 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 bond in an arrant 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 attorneys fee to be fixed by the comet in case suit is brought upon the bond. 18. INSURANCE. The Contractor shall not commence work under this Contract until he has obtained all insurance required by the City, nor shall the Contractor allow any subcontractor to cceamexx:a 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 cf the carriage of insurance required, and there shall be a specific contractual liability endorsement 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 (30) days' notice must be given in writing to the City of any pending change in the limit`s- of liability or of any cancellation or modification of the policy. (a) WORK RI S SENSATION INSURANCE AND EKPLOYER'S INABILITY INSURANCE. The Contractor shall take out and maintain during the life of this Contract Worker's Compensation Insurance and Employer's Liability Insurance for all of his employees employee at the site of the project and, in case any work is sublet, the Contractor shall require the subczntractor similarly to provide Worker's Ccagpensation Insurance and Eiployer'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 insured against liability for worker's sensation or to undertake self insurance in accordance with the provisions of the Code, and I will comply with such provisions before cam mencing the performance of the work of this contract". 5 (b) LIABILITY INSURANCE. The Contractor shall take out and maintain during the life of this Contract such Bodily Injury Liability and Property Damaqre Liability Insurance as shall prot'.ec, him and any subcontractor performing work covered by this Contract fkam claims for property dam, including third arty property dmage, to include coverage on property in the care, custody and control of the Contractor, and also exclndirg chat are coom my known as the "X, C, and U" exclusions (having to do with blasting, collapse, and underground property damage) , which may arise from Omytracttwls operations under this Contract, whether such operations be by himself or by any subcontractor ar by anyone directly ar indirectly engoicyed by either of therm ar4 the amounts of such insurance shall be as follows: Bodily Injury Liability Insurance in an amount not 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 be named as adritional .insureds on any such policies of insurance, which shall also c-,;stain a provision that the insu anca afforded thereby to the City, its officers and employees, sha:._ be primary insurance to the full limits of liability of the policy and that if the City, or its officers and employees, have other insurance against a loss covered by such policy, such other insurance shall be excess insurance only. 19. HDID HARMLESS. The contractor will save, keep, and hold harmless the City aril all officers, employees, and agents thereof from all damages, costs, or expenses, in late 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 reason of, or in the course of the performance of said work, or by reason of any infringement or alleged infringement of the patent rights of any person or persons, firm or corporation in consequence of the use in, on, or about said work, of any article or material supplied or installed under this Contract. Notwithstanding the above, the Contractor shall where;ner it is necessary keep and maintain at his sole cost and expense during the course of his operations under this Contract such warnings, signs, and barriers as may be required to protect the public. The provisions of the preceding sentence shall not impose any liability upon the City and are for the express benefit of the general public. 20. HOURS OF WORK. Eight hours of labor during any one calendar day and forty hours of labor during any one calendar week shall constitute the maximum hours of service upon all work dm-e hereunder, and it is expressly stipulated that no laborer, workman, or mechanic employed at any time by the Contractor or by any subcontractor or subcontractors under this Contract, upon the work or upon any part of the work contemplated by this Contract, shall be required or permitted to work thereon more than eight hours during any one calendar day and forty hours during any one calendar week, eocept, as provided by Section 1815 of the Labor Code of the State of California, work perform 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 eampensation for all hours worked in excess of eight 6 hours per day at not less than one and one-half times the basic rate of pay. It is further expressly stipulated that for each and every violation of Sections 1811-1815, inclusive, of the Labor Code of the State of California, all the provisions whereof 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, worker, or manic is required or permitted to work more than eight hours in any one calendar day and forty hours in any one calendar week in violation of the provisions of said sections of the Labor Code. The Contractor, and each subcontractor, shall keep an accurate record showing the names of and actual hours worked each calendar day and each calendar week by all laborers, workmen, and mechanics s 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 LaL-ir 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 amtract. The prevailing wages so determined are set forth in the Specifications and made a part hereof. Neither the notice inviting bids nor this Contract shall constitute a representation of fact as to the prevailing wage rates upon which the contractor or any subcontractor under him may base any claim against the City. 1775. (a) Each Contractor and subcontractor shall keep an acx%wate payroll record, showing the name, address, social security n mobex, 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 emmersated in subdivision (a) shall be made available for inspection or furnished upon request to a representative of the body awarding the contract, the Division of Labor Standards Enforcement and the Division of Apprenticeship Standards of the Department of Industrial Relations. (3) A certified copy of all payroll records enumerated in subdivision (a) shall be made available upon request to the public for it-'on or espies 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 Enforcement. The public shall not be given access to such records at the principal office of the Contractor. (c) Each Contractor shall file a certified copy of the records enumerated in subdivision (a) with the entity that requested such records within ten (10) days after receipt of a written request. (d) Any copy of records made available for inspection as copies and furnished upon request to the public or any public agency by the awarding bids, the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement shall be marked or obliterated in such a manner as to prevent disclosure of an individual's name, address and social security number. The name and address of the 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 shaU., within five working days, provide a notice of a change of location and address. (f) In the event of noncompliance with the requirements of this section, the Contractor shall have ten (10) days in which to cooply subsequent to receipt of written notice specifying in what respects such Contractor must comply with this section. Should noncanplianoe 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-five dollars ($25.00) for each calendar day or portion thereof, for each worker, until strict caWlianoe is effectuated. Upon the request of the Division of Apprenticeship Standards or the Division of Tabor Standards Enforcement, such penalties shall be withheld from progress payments then due. (g) The body awarding the contract shall cause to be inserted in the contract stipulations to effectuate this section. Such stipulations shall fix the responsibility for amplianoe with this section on the prime Contractor. (h) The director shall adopt rules consistent with the California Public Records Act, (Ch. 3.5 (cwmenci.ng with Section 6250) of Div. 7, Title I. COv. Ch.) and the Information Practices Act of 1977, (Title 1.8 (Ccmpencing with Sec. 1798) Pt. 4, Div. 3, Civ. C.) goverr&g the release of such records, including the establishment of reasonable fees to :-�e charged to reproducing copies of records required by this section. (Add by Stats. 1978, Ch. 1249) . 1775.5 Nothing in this chaptex shall prevent the employment of properly registered apprentices upon public work. Every such apprentice shall be paid the standard wage paid to apprentice under the regulations of the craft or trade at which he is enployed, and shall be employed only at the work of the craft car trade to which he is registered. 8 Only apprentices, as defined in Section 3077, who are in it-aining under apprenticeship standards and written apprentice agreements under Chapter 4 (commencing with Section 3070) , Division 3, of the Labor Code, are eligible to be employed on public works. The employment and trai.nii= of each apprentice shall be in accordance with the provision of the apprenticeship standards and apprentice age under which he is training. Him 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 apprenticeable craft or trade, the Contractor and s<zbeon ractor shall apply to the joint apprenticeship c mmittee administering 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 standa:rd.s 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 committees shall be subject to the approval of the Administrator of Apprenticeship. The joint apprenticeship or committees, subsequent to approving the subject contractor or suYcontractor, shall arrange for the dispatch of apprentices to the Contractor or subcontractor in order to Comply with this section. There shall be an affirmative duty upon the joint apprenticeship committee rr committees administering the apprenticeship standards of the craft oY trade in the area of the site of the public work to ensure equal employment and affirmative action in apprenticeship for women and minorities. contractors or subcontractors shall not be required to submit individual applications for approval to local joint apprenticeship committees provided they are already covered by the local apprenticeship standards. The ratio of apprentices to journeymen who shall be employed in the craft or trade on the public work may be the ratio stipulated in the apprenticeship standards under which the joint apprenticeship committee mnittee operates but in no case shall the ratio be less than one apprentice for each five journeymen, except as ottierwise Provided in this section. The Contractor or subcontractor, if he is covered 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 contractors not bidding for work through a general or prime contractor, involving less than two thousand dollars ($2,000.00) or fewer than five (5) working days. "Apprenticeable daft or trade," as used in this section, shall mean a craft or trade determined as an apprenti.eeable occupation in accordance with rules and regulations prescribed by the Apprenticeship 0ouncil. The joint apprenticeship committee shall have the discretion to grant a 9 certificate, which shall be subject to the approval of the Administrator of Apprenticeship, exempting a contractor from the 1-to-5 ratio set forth in this -section when it finds that any one of the following conditions :ire met: (a) In the event unemployment for the previous three month period in such area exceeds an average of 15 percent, or (b) In the event the number of apprentices in training in such area eyx*eds a ratio of 1-to-5, or (c) If there is a showing that the apprenticeable craft or trade is replacing at least ore-thirtieth of its jcurrwpner. annually through apprenticeship training, either (1) on a statewide basis, or (2) on a local basis. (d) If assigmnent 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 apprentice is to be assigned is of such a nature that training cannot be provided by a journeyman. Men such exemptions are granted to an organization which represents Contractors in a specific trade from the 1 to 5 ratio on a local or statewide basis the member contractors will not be required to submit individual applications for approval to local joint apprenticeship 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, employs journeymen or apprentices in any apprenticeable craft or trade and who is not contributing to a fund or finds 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 cwputing his bid for the contract. The Division of Labor standards Enforcement is authorized to enforce the payment of such contributions to the fund or funds as set forth in Section 227. The body awarding the contract shall cause to be inserted in the contract stipulations to effectuate this section. Such stipulations shall fix the responsibility of compliance with this section for all apprenticeable occupations with the prime Contractor. All decisions of the joint apprenticeship committee under this section are subject to the provisions of Section 3081. (Amended by Stats. 1976, Ch. 1179) 10 17 77.6 It shall be unlawful for an employer of a labor amnion to muse to accept otherwise qualified employees as registered ar4nwitices on any public works, on the around of the race, religious creed, color, national origin, ancestry, sex, or age, except as provided .:n Section 3077, of such employee. (Amended by Stat. 1976, Ch. 1179) 1777.7 (a) In the event a Contractor willfully fails to ecuply 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 cme year from the date the determination of narxumpliance is made by the Administrator or Apprenticeship; and (2) Forfeit as a civil penalty in the suns of fifty dollars ($50,00) for each calendar day of nonoonpliance. 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 Council. (c) Any funds withheld by the awarding body pursuant to this section shall be deposited in the general fund if the awarding body is a state entity, or in the equivalent fund of an awarding body if such awarding body is an entity other than the state. The interpretation and enfarC ent of Sections 1777.5 and 1777.7 shall be in accordance with the rules and procedures of the California Apprenticeship Council. (Amended by Stats. 1978, Ch. 1249) . It shall be mandatory upon the Contractor, and upon any subcontractor under him, to pay not less than the said specified rates to all laborers, workmen, and mechanics exployel 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 him or by any subcontractor under work done under this Contract by him or by any subcontractor under him; and Contractor agrees to fly 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 con-manual workers as such) for which no minban wage rate is herein specified, the Contractor shall immediately notify the City, who will Wwptly thereafter deteanaine the prevailing rate for such additional trade or 00043ation and shall furnish the Contractor with the minim= rate based thereon. The minimum rate thus furnished shall be applicable as a minimun for such. trade or occupation from the time of the initia t employment of the person affected and during the cantnumnoe of such employment. 11 22. ACCIDENT' P,REVENTIM v. Precaution shall be exercised at all times for the protection of persons (including 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 r!liminated in accordance with the safety provisions of the Construction Safety Orders issued by the Industrial Accident Commission of the State of California. 23. PALMERr. Payment will be made in accordance with the attached payment schedule. "be 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 pint (10%) of the amount of each of said estimates until the expiration of thirty-five (35) days frog the date of recording by the City of mice of acceptance of completion of all work covered by this Contract, if such notice be reed within ten days after the acceptance of completion of such Contract as evidenced by resolution of its gavesning 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 hand to the City, or in lieu of such certificates, shall deliver to the Contractor, in writing, under his rani, 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 to the certificates. The payment of progress payments by the City shall not be construed as an absolute acceptance of the work done up to the thne 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. PIMDCTION OF M3MC UTILITIES. The City shall be responsible as between the parties to this Contract only, for the removal, 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 ate 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 preserve of such utilities an the construction site can be inferred from the presence of such visible facilities as buildings, and meters and junction boxes on, or adjacent to, the construction site. The Contractor shall na`_ be assessed liquidated damages for delay in co pletion 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 pravidrr for tim removal or relocation of the existing utility facilities. If the Contractor while performing ttw Contract discovers utility facilities not identified by the City in the Contract plans and Specifications, the service laterals as hereinabave described, he shall immediately notify the City in writing. 25. OONTRACIOR'S RESPONSIBILITY FOR THE WORK. The Contractor shall not be responsible for the oast of repairing or restoring damage to the work caused by an Act of God. NEVERMM.Ess, the Contractor shall, if the insurance premiums a separate bid item, obtain the insurance to indennify the City for any damage to the work caused by an Act of God. "Acts of God" shall include only the following occurrences or conditions and effects: earthquakes and tidal waves, when such occurrences or conditions and effects have been proclaimed a disaster or state of emergency by the 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 foregoing, the City shall not, in any way or manner, be answerable or suffer loss, damage, expense or liability for any loss or damage that may happen to said building, work, or equipment or any part thereof, or in, on, or the same during its construction and before acceptance. 26. CONi'RACIOR°S GUARANTEE. The Contractor unqualifiedly guarantees the first-class quality of all workmanship p and of all materials, apparatus, and equipment used or installed by him 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 ard Specifications, 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, revealed to the City within one (1) year of the date of acceptance of cmpletion of this Contract by the City, the Contractor will forthwith remedy such defects without cost to the City. 27. LIQUIDATED DAmAGF3s. Time shall be of the essence of this Contract. If the Contractor fails to complete, within the time fixed for such eoMpletion, the work hereinbefore mentioned and described and hereby contracted to be done and performed, he shall berxme liable to the City for liquidated damages in the stun of $15A.00 (off HMM FMY ) for each and every working day during which said work shall remain unooWleted beyond such time for completion or unlawful extension thereof, which sum shall be presumed to be the amount of damage thereby sustained by T,ne City sire it would be impracticable or extremely difficult to fix be deducted by the City from moneys due the Contractor hereunder, or his assigns and successors at the time of am leticn, and his sureties shall be liable to the City any excess. 28. AMITIONAL PROVISIONS. None 13 ALL=PURPOSE ACKNOWLElt, MEtff NO 209 State of L CAPACITY CLAIMED BY SIGNER [] INDIVIDUAL(S) County of,- CORPORATE On_ Y 7 before me, r?� - , �N _; % i OFFICER(S) L i DATE NAME,TITLE OF OFFICER-E.G_*JANE DOE.NOTARY PUBLIC' TITLE{S) ❑ PARTNER(S) personally appeared L�14 ❑ ATTORNEY-IN-FACT NAME(S)OF SIGNER(S) ❑ TRUSTEE(S) ❑ pi rsonally known to me-OR- proved to me on the basis of satisfactory evidence ❑ SUBSCRIBING WITNESS to be the person(whose name04 is/ subscribed to the within instrument and ac- knowledged to me that-ale/she/tom executed ❑ OTHER: 1 c�cL�c�c�c� uc.c�cc��ur.�cc� cx�cx? the same in W&;4her4heif authorized Ot,FIClf L SEAL capacity{ , and that by`*Js/her/the0o ROBERTA A�N WOLFE signatureol on the instrument the person(, 9 or the entity upon behalf of which the person(s}- SIGNER IS REPRESENTING: 40TARY PUBLIC IC CALIFORNIA s��1} acted, executed the instrument. y.SANTA CLARA COUNTY � NAME OF PERSON(S)OR ENTITY(I[S) My Commission Expires June 11,1993 $ Witness my hand and official seal. %--- SIGNATUOf OF NOTARY " ATTENTION NOTARY:Although the information requested below is OPTIONAL..it could prevent fraudulent attachment of this certificate to unauthorized document. THIS CERTIFICATE Title or Type of Document f %Fc MUST BE ATTACHED yp -�-�-�� � ����—`� TO THE DOCUMENT Number of Pages 1 Date of,Document C 'S- y Z--` /{� DES;RIBED AT RIGHT: Signers) Other Than Named Above v t�1991 NATIONAL NOTARY ASSOCIATION•8M Remmet Ave.•P.O.Box 7184•Canoga Park.CA 91304-7184 P. O. NO. IN WIGS WHERBOF, the parties have executed this Contract, in duplicate, the day and year first hereinabove written. Crry OF CUPFWIM Approved as to far1M Mayor: City Attorney CityClerk: !late/City Clerk: CONTRACTOR: EL OMM PAVIM, Ian. By: � 4 1 Notary acknowledgment required. If a corporation, corporate seal and corporate notary ado-owl required. Project Name and Number: ANSI. OVERM AM PAVH+ Oontractor's Name: EL CAKW PAVim, m. Contractor°s Address: 924 SAN IMFARL AVOM, HT. VTIW, Ch 94043 Contract Amount: $386,426.09 Contract A,-ooxuit Number: no-8404-718 14 1992 CAT'i"AAL IMPROVEMENT PAYMENT SCHEDULE Qi1Pi VMES CUT OFF MTE CSC RELEASE DATE FRIDAY 5:00 PM FRIDAY JANUARY 10 JANUARY 24 FEBRUARY 7 FFI 20 MARCH 6 MARCH 30 APRIL 3 APRIL 17 MAY 1 MAY 15 MAY 28 JUNE 12 JUKE 26 JULY 10 JULY 24 AST 7 AUGUST 21 SEPTE BER. 4 SEPTEMBER 18 OCTOBE R 2 OCTOBE R 16 OC'TOBE R 30 NOVE BER 13 NOVEMBER 25 DBC'Er,ER 11 DECE BER 23 15 BID PROPOSAL ANNUAL OVERLAY AND PATlEHENT RESTORATION PROJECT 92-101 TO: THE DIRECTOR OF PUBLIC WORY.S, CITY OF CUPERTINO, STATE OF CALIFORNIA Dear Sir: In compliance with the plans and Specifications •for the work of the Annual Overlay and Pavment Restoration Project in the •' City of Cupertino, Project 92-101 I, the undersigned, hereby declare that I have read the proposal requirements, visited the sites, and examined the specifications. I, the undersigned, :ereby propose to do all work required to complete the work in accordance with the Plane and Specifications for the prices set forth in the following schedule. I further understand that said prices include all costs including, but not limited to, local state and federal taxes, and transportation costs. I, the undersigned, also understand that the quantities shown below are estimates only, being given as a basis for comparison of bids. The City of Cupertino does not state that the actual amount of work will correspond but reserves the right to increase or decrease the amount of any class or portion of the work or to omit items or portions of the work deemed unnecessary by the Engineer. The City of Cupertino reserves the right to unilaterally determine and award ,:he contract to any qualified bidder based on tf3 most advantageous proposal, to reject any or all bide or to waive any irregularities in the procedures. The work to be done consists of furnishing all labor, methods of process, tools, machinery and material required to complete the Annual Overlay and Pavement Restoration, Project 92-101 as described in the Special Provision9. In the event of discrepancies between the written unit price and the numerical unit price, the written price shall govern. 1. I shall be responsible for providing the City of Cupertino or its agent, striping quantities pertaining to removal, no later than 4:00 P.N. on each calendar day of the project. 2. Within two (2) hours after each street has been overlayed, I shall be responsible for accurately locating and placing temporary centerlines, two-way barrier, two-way left turn lanes, left turn pockets, bike lanes, travel lanes, and other striping not solely limited to these patterns or legends as shown in the Standard Plans A20(A,B,C), A-24(A,B,C,D) , City Standard Details 2-26 & 2-27, and the Project Plans. Bid Items 14. If I fail to perform this portion of the job, I shall pay the City of Cupertino the sum of one hundred and fifty dollars ($150.00) per day for that day, plus the sum of one hundred and fifty dollars ($150.00) for each and every calendar day the temporary striping remains incomplete. PROPOSAL PAGE 1 OF 9 BID PROPOSAL (Continued) 3. Seven days following the overlay of each street, I shall- be responsible for installing permanent centerlines, two-way barrier, two-way left turn lanes, left turn pockete, bike lanes, travel lanes, limit lines (stop bare) , legends, speed limits, and other striping not solely limited to these patterns or legends as shown in the Standard Plane A20(A,B,C), A-24(A,B,C,D), City Standard Details 2-26 & 2-27, and the Project Plans. Bid Items 11-13. I shall be responsible for providing the City of Cupertino or its agent, striping quantities pertaining to installation, no later than 4:00 P.M. on each calendar day of the project. If I fail to perform this portion of the job on the seventh day, I shall pay the City of Cupertino the sum of one hundred fifty dollars ($150.00) per day for that day plus the sum of one hundred fifty dollars ($150.00) for each and every calendar day the permanent traffic striping remains incomplete. This amount of liquidated damages shall be deducted by the City from monies due from the Contractor hereunder, or the Contractor's assigned, successors, and sureties shall be liable to the City for any excess. Completion of entire project 45 working days from Notice to Proceed. ESTIMATED QUANTITIES The bid prices for this project shall be as outlined below: BID EST. QTY. ITEM UNIT ITEM UNIT PRICE TOTAL 1. 69374 S.F. Pavement Restoration (411) $ 2 .08 /S.F. $ 144,297. 92 2. 18688 S.F. Pavement Restoration (6") $ 2 . 81 /S.F. $ 52,513.28 3. 3496 Ton Asphalt Concrete Pavement $32,16 /Ton $ 112, 565. 64 4. 12562 L.F. Wedge Cut (Longitudinal) $ 0. 95 /L.F. $ 11, 933. 90 S. 866 L.F. Wedge Cut- (Transverse) $ 2. 80 _/L.F. $ 2, 424 - 8s0 6. 49 EA. Adjust Manhole to Grade $200.00 /EA. $ 9, 800.00 7. .32 EA. Adjust Box to Grade $ 75. 00 /EA. . $ 2, 400.00 8. 274396 S.F. Pavement Fabric $ 0. 10 /S,F. $ 27 , 439.60 9. Remove Traffic Striping 1000 L.F. City Detail 23C $ L_ /L.F. S 1 ,300.00 PROPOSAL PAGE 2 OF 9 a BID PROPOSAL CONTINUED: BID EST. QTY. ITEM UNIT ITEM UNIT PRICE TOTAL 10. 3 EA. Remove Blue Pavement S 3 • 00 /EA. $ 9.00 Markers 11. Install Traffic Striping 1350 L.F. 4" White S 0.25 /L.F. $ 337 .50 2515 L.F. 12" White $ 0.75 /L.F. $ 1866. 25 4090 L.F. State Detail 39 $ 0.50 /L.F. $2045.00 660 L.F. State Detail 38 $ 0.50 /L.F. S 330.00 1800 L.F. City Detail 39AC $ 0. 35 /L.F. $ 630.00 3570 L.F. City Detail 23C S 0.80 /L.F. $ 285 6. 00 12. Install Painted Traffic Legends 6 EA. Type IV (1) Arrow $ 15. 00 /EA. S 90.00 2 EA. Ahead $ 55 .00 /EA. S 110. 00 6 EA. Keep Clear S 95.00 /EA. $ 570. 00 2 EA. 35 $ 25.00 /EA. S 50 .00 2 EA. 25 $ 25. 00 /EA. S 50. 00 2 EA. 30 $ 25. 00 /EA. S 50. 00 19 EA. Stop $ 45. 00 /EA. $ 855. 00 1 EA. Ped $ 35. 00 /EA. $ 35. 00 1 EA. Xing $ 45 . 00 /EA. $ 45 . 00 13. 5 EA. Install Blue Pavement Markers $ 7 . 00 /EA. $ 35 .00 14. L.S. Traffic Striping Layout $ 1 ,500 ?L,S. $1500. 00 15. 207 Tons Deeplift Installation $ 49. 6?TON $10,267 .20 TOTAL BID $ 386s426.09 PROPOSAL PAGE 3 OF 9 I, the undersigned agree that if this proposal is accepted, I will enter into a contract with the City of Cupertino to provide all necessary machinery, tools, apparatus, and other means of construction and to do all the work specified in the contract in the manner and time specified. I, the undersigned declare that this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair, and without collusion or fraud. I, the undersigned recognize that the Director of Public Works of the City of Cupertino will reserve the right to establish the priority of one job over another and each starting date where conflict of construction schedules occur. I, the undersigned, am aware of the provisions of Section 3700 of the Laor Code which requires every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Attached hereto is the required cash, cashier's check, certified check, bid bond, or surety, payable to the City of Cupertino, • in the amount of $ 10%C)j' B Tp , which amount represents ten percent (10%) of the total amount of the bid as required by law and this Notice to Contractors. PROPOSAL PAGE 4 OF 9 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITEH BID I, the undersigned, being first duly sworn, deposes and says that I am VICE-PRESIDENT of EL C,AMINO PAVING, INC. (business title) (business name) the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed .• contract. All statements contained in the bid are true and, further, the bidder has not, directly or indirectly, submitted the bid price or any breakdown thereof, or contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Proposal Page 5 of 9 BIDDER QUALIFICATION FORM In further compliance with the specifications furnished, I, the undersigned, submit the following statements as to my experience and qualifications to perform this work as a part of this proposal. We have been in business under the present name for 16 years. Our experience in work comparable with that required by the proposed contract is 16 years operating under our current business name. Our experience in work comparable with that required by the proposed contract is years operating under the following different name(s) . My California Contractor's License Number is 329094 The classification of my Contractor's License is C-12 The expiration date for my Contractor's License is JUNE 30, 1994 * (This Section for City use Only) / * The above information has been verified by `�C( on µ�► - 2� -�Z — * Contractors State License Board (800) 321-2752 or (408) 277-1244. Where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with the laws of the State of California, however, at the time the contract is awarded the contractor shall be properly licensed. Proposal Page 6 of 9 BIDDER HISTORY OF WORK The following is an example of work similar in character to that required in the proposed contract which our organization or personnel in our organization has completed within the past three(3) years. Year Location Class For Whom Performed Phone Number ,Amount "SEE ATTACHED" Proposal Page 7 of 9 EcP O EL CAMINO PAVING, INC. GRADING and PAVING ,qv v i Z P.O. BOX 62319 • SUNNYVALE, CA 94088 vi 415-965-7283 FAX 415-9Fz„'1157 Cont. LfcenSe Nn. 329:a:r•; !)I11 L- CL){'SP(1NY !it•i'1f;:, ()1- C-01-11 it(. I , IDDRE^SS, JOB CONTRACT 1:111 11•L.l. I"I ON f=+if iIV1.. 111 1: 11!E 12 DESCRIPTION AMOUNT llE:WL_ ' I I 14li;141HD PATCH PAVE $134, 882. (.-►i1 I11H. LOWLL- [I-l-LNY.A PETROMAT/ i.3t i t :3 I L;:4'E_I••lti (AiEEK BLVD. OVERLAY S(11•I I�► C.L-�II<N, (:N 'c):rll;jl-, I_OC:I;HEED 1,11 S S 1 L R SPACE PETROMAT/ $33:3, 663. 60 1'111. 1 I<L iTUfd )III I TCHARD OVERLAY P. 0. DO 3,7,011 SLURRY SEAL J1.11'di i'f V{1LE q LAI 940138-3504 bl.11-I l I W)N 1 US PATCH PAVE $ 38, 000. 00 M:i. I fi_I Ill FOSTER PF_TROMAT air<t f•i-a'I"Ii I Ci; HENRY DR. OVERLAY S(1id l A ('01141, CA 1 1 /:)U 1'M iV II; ELECI-RIC GRADINC3 li $ 37, 408. 00 1,114. 11101,105 CO{'H I V I 2F1 PAV I NG 1 0,-) Ml_I C(i1-F R011D (.-oyo1 E, Go 13:j 138 _ 4108 H'-7:i 1 4 APPlitlA LIAGINEERIIAG, INC. NEW PAVING $112, 411. 14 +• Ilk. J►Wl< Liti C(I.L- 7E>it E. i.OPI-Gil_ AVENUE I't 1 I.1-`1 1►Ili, { f t 'J:-,i�.i:J C,6/91 EA-5 1 SIDIZ UNION SCHOOL D I ST. $149, 202. Oct Mlt. 0001i OWLIV PATCH-PAVE b3i:) N. L(41-1 1 Lll_ AVENUE SAr! J(JSE, CA 9351:33 VARIOUS SCHOOLS 08/91 Df)l{ GROVE D I ST. PATCH PAVE 4 79, 664. UG 111R. JOHN IIARHOI' OVERLAY E.'J78 S"N I A I ERESSA BLVD. SON JWE7 CF3 '3Zi1Ili t:,El/J1 H;INILIGN & W-IMIL"(ON SHEET PAVE, 9; 16, 41, 00 1,114. LES HAMIL.TON PETROMAT- 1 4 1 9 NOR i H 1 t:,th STREET OVERLAY qua/�J5-gi.t:_Ei u3/91 S. t_. FI. C. FACII-ITIES 414 GRADING/WAVING $ 39, 620. 00 MR. DEN GOUDMAN P.D. E;UX 4343 PATCH PAVE R s 80, 88Ct. 00 SCANFCIlt1), (,A 9431".15 PETROMAT 4 15/9.=6-4E.92 OVERLAY lt►/'il SAN JOSS/EVERGREEN PATCH PAVE, $ 537 9139. C14:1 1";OrlMi IN i TY C()I 1.1=[iE D I ST. SEAL I N(i & MR. INN AHI-E OVERLAY 4/5(1 SAN F EL I t='1= RD. SAN JOSS, CA 3 SUBCONTRACTOR'S FORK The subcontractor(9) , as defined in the General Provisions and in Section 7026 of the. California Business and Professions Code, that I propose to hire to perform any of the work for this project in an amount in excess of one-half of one percent(0.58) of the total bid are listed below. Only those listed below shall perform work on this project and each of them has been provided with a full and complete set of plans and specifications for this project by the bidder. 1. Name ANRAK CORPORATION Address '781 OLD COUNTRY ROAD, SAN CARLOS, CA 94070 Work to be Performed GRINDING 2. Name BAY PARKING LOT SERVICE Address P.O. BOX 2570, SUNNYVALE, CA 94087 Work to be Performed STRIPING 3. Name Address Work to be Performed 4. Name Address Work to be Performed 5. Name Address Work to be Performed 6. Name Address Work to be Performed 7. Name Address Work to be Performed Proposal Page 8 of 9 BIDDER'S•' SIGNATURE FORM IF YOU ARE AN INDIVIDUAL, SO STATE. IF YOU ARE A COMPANY OR A CO-PARTNERSHIP, STATE THE COMPANY NAME AND LIST THE NAMES OF ALL INDIVIDUAL CO-PARTNERS COMPOSING THE COMPANY. IF YOU ARE A CORPORATION, STATE THE LEGAL NAME OF THE CORPORATION AND THE NAMES OF THE PRESIDENT, SECRETARY-TREASURER A14D MANAGER. THE CORPORATE SEAL MUST BE AFFIXED TO THIS FORM. ENTER THE NAME OF YOUR BUSINESS ON THE LINE OPPOSITE THE APPROPRIATE BUSINESS TYPE. TYPE OF BUSINESS NAME OF BUSINESS CORPORATION EL CAMINO PAVING, INC . CO-PARTNERSHIP: INDIVIDUAL JOINT VENTURE OTHER (Describe) Name and Signature of Bidder: (Pri Type Name) CHARLES TOVAR Date: ,TUNE 9, 1992 Address(mailing & location) 924 SAN RAFAEL AVENUE MOUNTAIN VIEW, CA 94043 Telephone Number : (415) 965-7283 Acknowledgement of all addenda received is required by circling each addendum number. 1 2 3 4 5 6 7 8 9 10 Proposal Page 9 of 9 CITY OF CUPEKTINO INTERDEPARTMEiVTAL Date June 29, 1992 _ To CITY CLERK From PUBLIC WORKS--SUMI _ ❑ Information MESSAGE: ANNUAL OVERLAY AND PAVEMENT RESTORATION, PROJECT 92-101 ❑ Implement EL CAMINO PAVING, INC. (CC 6/15/92) ❑ Investigate J Discuss 1. THREE SETS OF CONTRACT FOR PROCESSING See me 2. ONE COEY EACH FITHFUL PERFORMANCE BOND AND LABOR AND ❑ Reply MATERIAL BOND. OHIO CASUALTY INSURANCE COMPANY BONU NO. _ 3. CERTIFICATE OF INSURANCE, 6/25/92 SM Reply: _ ATTACH_ _ -- ------ ------ El Camino Paving, In ,� �- '^ 924 San Rafael Avenue Mountain_ — SIGNED: ..._�---- Forward part 1 Retain part 2 ........ ¢:y�u.7'r ir'.s'F`%".at>s''%�: C:,•.}i:::{,ti :>•+ -f .s.f.c LY; r..'-c U`�:�a-:,':.' I:l.<:::.;..;; M " Y .. -. .;,.:f.:'.:::�,�n....:...Y.,9.:�:4'...i: �cn$:t:;fik_."�s.:�#'.:,.ybu�t';"£..sf�:+ff�,l.�.r h„4�F�':fi:ZY i.�.✓:�:��s}.;�:��_:,yc2S,,s:,r•.f:�;n}:+�til:�;':.f•4':�.` S;.E DATE r RMD rVIy 6-25-92 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE Dempsey Insurance Serv. DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE (408)985-09.10 POLICIES BELOW. P O Box 6210 COMPANIES AFFORDING COVERAGE San Jose, CA 95150 _ COMPANY A Transcontinental Ins.Co. LETTER DN COMPANY B INSURED LETTER Transportation Ins.Co. El Camino Paving Incorporated � `LETTER' C American Cas Co of Reading PA OM P.O.Box 62319 I COMPANY Sunnyvale, CA 94088 COMMANY ® CNA Casualty of Calif. i ER I COMPANY E „ ee!! ! LETTER �iir'.... R >:`.%;;y.iii% `i: :':;3rr <?':;Jc:ri'i:?iE::Ei? : ..•::�....:.:.:.::::..::.:.....:::.;:.:::::::::�,.:.::::.�:::.�.�:::::.:•.:.�.v:::::::::.r:::.v:.::�::::::.�::::::._:::.:�.:::...:..::.:�5�.t:��::•<:.::;.:.:;:.::::::::�::.�:::.:::::::::::::::::{1�:..;:W;:::,::;:;<:::;::z::u<;:rz;::i::y.;;Y,:ram.:�::s::isss::::::•::.:xL:;i:.ts:.x?•:;»::s;.;•.::,. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED-3ELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF ItISURANCE I POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LTR, I 1 DATE(MWDDIM I DATE(MM/DD(YY) LIMITS GENERAL LIABILITY I I GENERAL AGGREGATE S 1,000,000 X COMMERCIAL GENERAL LIABILITY j 1 PRODUCTS•COMP�OPAGG. S 1,000,000 A CLAIMS MADE l OCCUR 400945719 02/01/92 ! 02/01/93 PERSONAL BADV.INJURY_�5 — 1---�---- _ _ 1,000,000 t X j OWNEP.S & CONTRACTOR'S PROTI EACH OCCURRENCE S 1,000,000 IX- ,Contractual & XCU 1 RAE.DAMAGE (Arry one fire) S 50000 M£D EXPENSE(Arty one person) 5 5,000 AUTOMOBILE LIABILITY COMBINED SINGLE �( ANY AUTO I LIMIT $ 1,000,000 ALL OWNED AUTOS i BODILY INJURY S B SCHEDULED AUTOS 8009457201; 02/01/92 +I 02/01/93 (Per person) _ --` X HIRED AUTOS BODILY INJURY S }{ NON-OWNED AUTOS I ! (Per accident) GARAGE LIABILITY !' �-------- • PROPERTY DAMAGE $ EXCESS LIABILITY , ! EACH OCCURRENCE S 2,000,000 C�_X�} 4009457221; 02/01/92 s o2ro93 AGGREGATE--- _ �$ 2,000,000 OTHER THAN UMBRELLA FORM j STATUTORY LIMITS 1 WORKERS COMPENSATION i - _ p l AND I I-WC600945721 4 02/91/92 02/01/93 EACH ACCIDENT _ 1,000,000 EMPLOYERS' LIABILITY ` ISEASE--POLICY LIMIT IS 1,000,000 j OTHER DISEASE—EACH EMPLOYEE S 1,000,000 ! � i DESCRIPTION OF OPERATIONS/LOCATIONSIVEHICLESISPECIAL ITEMS Job: Annual Overlay & Pavement Restoration, Project 92-101 .. .. ....:..-... ...as:.,:•a:.�:;a%•.......:. � .....:::..:a:: ' ii';:f:%3�::%`�?i":�3ii::�s;dsysF:j;ii::3s:f•::isi:.{;?::i?:g,';'ti:}:;:<i;i::i%3:t<a•:f;::x:f`.•<r:4.t.. City O Cupertino , SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE P.O, BOX pe EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL 10Q00TffJ= MAIL 3n DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE Cupertino, CA 95015 LEFT. R AUTHORIZED REPRESENTATIVE D SEY INSURANCE. SERVICE, INC. ,... 'r::•.,::... .:::'.i:0i..(::Stvi i:.,, si::t::';;.'•iii:�`j(^:+ }i>i::•:i:v:::{v'^;.;.•)i >n POLICY NUMBER: 4nn,? r5719 COMMERCIAL GENERAL LIABILITY El Cnninn raving, Inc, THIS ENDORSEMENT CHANGES TILE POLICY. PLEASE READ IT CAREFULLY, ADDITIONAL INSURED --- OWNERS, LESSEES OR CONTRACTORS (FORM R) This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: City of Cupertino, its officers, and employees (it no entry appears above.information required to rnmhlelr• Iliit enclorsrmrot will lie shown in the declarations as applicable to this endorsement.) WHO IS AN INSURED(Section 11)is,mrnded to inchtde as an intiutrtl the perrnn of orgatiiralion ,Bowel in the Schedule, but only with respect to liability arising,out of "your work" for that insured by or for you. The insurance provided herein is primary coverage to the Citv of Cupertino with respect to any insurance or self insurance programs. maintained by the City, and no insurance held or owned by City shall be called up to contribute L. : to a loss. This policy shall not be cancelled or materially changed without first giving thirty (30) days prior written notice to the Citv of Cupertino, CG 20 10 11 85 Gry)ytipltl. h►sut:uur Setvic•ec Office., Ittr'.. Iq(tn .t t LABOR AND MATERIAL BOND Band No. 3-012-638 Premium: %nc. in Performance Bond Y-NOW ALL MEN BY THESE PRESENT: WHEREAS, the City of Cupertino, State of California, and El. CAMINO PAVING, INC. 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 to the extent hereinafter set forth; NOW, THEREFORE, we, the Principal, and The Ohio Casualty 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 work or labor upon the same, and all persons who supply both work and materials, whose claim has not been paid by Principal or by any other person, in the ,just and full sum of Three hundred eighty six thousand four bundrod twenty six and 09/.100---------------------------------------------------- ------------------------------------------------ ($ 386.426.09 ) 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, 4Pon, 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. CORPORATE ACKNOWLEDGMENT NO 202 California 6th June Ig92 before me, State o� On this the _____day of _ . SS. County of Santa Clara Diane Lee Nakashima the undersigned Notary Public,personally appeared Ttonica Alva Y. personally known to me wevmw-a e,e...e �>a proved to me on the basis of satisfactory evidence e OFFICIAL SEAL UTANE LEE NAKASHIMA to be the person(s)who executed the within instrument as or on behalf of the corporation therein f NOTARY PUBLIC - ..;i.IFORNIAe named.and acknowledged tome that the corporation executed It. COUNTY Of SANTA CLARA Comm. Exp. Aug. 17, 1993 WlTN my hand and offj¢i +l seal. '!hut-►sn R'aRSRttifBi .... � N y's Signature 7120 122 NATIONAL NOTARY ASSOCIATION 0 23012 Ventura Blvd • P.O.Boa 4625 0 WOodtand Milli.CA 91365-4625 5'1TA71E OF CALIFORNIA COUNTY OF Santa Clara r 25th June 1992 On this ............ day of ..................................... in the year ............. before me, D ianc. Lee Nakashima .......................... ........... ........ ............. .. a NOTARY PUBLIC in and for said (Notary's Name) A. James lilam State, personally appeared ................................................................. personally known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to this instrument as the attorney-in- OFFICIAL SEAL fact of THE OHIO CASUALTY INSURANCE COMPANY, and acknowl- A + DIANE LEE NAKASHWA ' edged to me that he (she) subscribed the name of THE OHIO CASUALTY rse NOTARY 6HBlK -- �..,,I�UAMIA= INSURANCE COMPAN"ereto as Surety and his (her) own name as �' COW" or $AMA C4ARA = attorney-in-fact. AComm. Exp. Aug. 17. 1993 �. ,�:.4 ..... 5......`.�.::;:(e. ..✓ ... ......�.t.........::�,� Notary Public in and for said State MyCommission Expires................................................. 01 S-4828 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 25th day of June 1992 (To be signed by Principal Principal and Surety. Notary acknowledgments required.) The Ohio Casualty Insurance Company Surety �'A By: � _ Attorne in-Fact The above bond is accepted and approved this day of 19 t P i 6/17/85 �arrfls CERTTFTEI9 COPY OF POWER OF ATTORNEY THE OHIO CASUALTY INSURANCE COMPANY °r HOME OFMCL HAK111TON,OH10 No. 25-074 Tinato All fen bo 4:4fst 11i4senle- That THI• 01-11i., CA VAI`I'Y COMPANY. in pursuance (it authority grant<:d by Article VI, Section 7 of the By-Laws of said Cor-panc-. .ices hereby noinin.(te, constitute an„ appoint: Dennis J. Woodard or Edward W. Williams orA. JamesUlam - - - - - - - - - - - - - - - - - - - tit San Jose, California - - - its true and lawful agent and attornr.v -in-tact, to make, execute, tic tl n3 deliver for and on its behalf as surety, and as its act and deed anv and all BONDS, UNDERTAKINGS, and RFCC?C,N17ANC F;, not exceeding in any suet,r ins:ancr FIVE MILLION - - - - - - - - - - - - - - - - - - - (s5,000,000.00 - - Dollars, excluding,however, any bond(s)or undertaking(s)guaranteeing the payment of notes and interest thereon And the execution of such bonds nr undertakings in pursuance of these presents, shall be as binding upon said Company, as fully and ampply, to all intents and purposes, as if they had been duly executed and acknowledged by the reguiarfy elected officers of the Comrarny at its office in Hamilton,Ohio, in their own proper persons. The authority granted hereunder supersedes any previous :authority heretofore granted the above named attorneyis)-in-fact. e.1[11.11► In WITNESS WHEREOF, the undersigned officer of the said The Oiain Casualty j Insurance Company has hereunto subscribed his name and affixed the Corporate Seal of the said The Ohio Casualty Insurance Company this 28th ciao of December 19 88. SEAL =o ~b11! ........................... ............................................................................................... Assistant Secretary STATE OF OHIO, SS. COUNTY OF BUTLER � On this 28th day of December A. D. 19 $$ before the subscriber, a Notary Public of the State of Ohio, in and for the County of Butler, duly commissioned and qualified, came Kohn B. Vail, Assistant' Secretary of THE OH10 CASUALTY INSURANCE COMPANY, to me personally known to he the individual and officer cfescrihed in, and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn deposeth and saith, that he is the officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer were duly affixed and subscribed to the. said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed nav Official �o, t Seal at the City-of Hamilton.State of Ohio,t and year first above written. -' Notary Pub is in : tit of Butler,State of C)hio My Corninission expires............A c.ember.....25.,._.1.991_. This power of attorney is granted under and by authority of Article VI. Section 7 of the By-Laws of the Company, adopted by its directors on April 2, 1954,extracts from w!ii.h react: "ARTICLE VI" ",Section 7. Appnintrnent of Attorney-in-Fact, etc. The chairman of the board, the president, anv vice-president, the secretary or any assistant secretary shall be and is hereby vested With full power and authority to appoint attorneys-in-faet for the purpose of signing the name of the Company as surety to, and to execute, attach the corporate seal,. acknowledge and deliver any and all bond;, recognizances, stipulations, undertakings or other instruments of suretyship and policies of insurance to be given in favor of any individual, firm, corporation, or the official representative thereof, or to any county or state, or, any official board nr boards of county or state, or the United States of America, or to any other political sub- division." Phis instrument is signed and sealed by facsimile as authorite.l by the following Resolution adopted by the directors of the Company on May 27, 1970: "RL'SOLVED that the signature of any officer of the Company authorized by Article VI Section 7 of the by-laws to appoint attorneys in fact, the signature of the Secretary or any Assistant Secretary certifying to the correctness of any copy of a power of attorney :and the seal of the Company ntay be affixed by facsimile to any power of attorney or copy thereof issued on behalf of the Company. Such signatures and seal are hereby adopted by the Company as original signatures and seal, to be valid and binding upon the Company with the same force and effect as though manually affixed." C1:R•T•IFICATF 1, the undersigned Assistant Secretary of The Ohio Casualty Irnurance Company, do hereby certify that the foregoing power of attorney, Article VI Section 7 of the by-laws of the Company and the above Resolution of its Board of Directors are true and correct copies and are in full force and effect on this(late. IN WITNESS WHEREOF, I have hereunto set my hand and the seal of the Company this 2501 day of June A.D., 19 92 M11211 •SEAL Assistant Secretary, S-4300-C 4-88 15M CORPORATE ACKNOWLEDGMENT NO.202 State of California _ On this the 26thday of _Tune 19 92,before me, SS. _County of Santa Clara Diane Lee Nakashima the undersigned Notary Public,personally appeared F,onica Alva X personally known to me proved to me on the basis of satisfactory evidence OFFICIAL SEAL to be the person(s)who executed the within instrument as 1s DIANE LEE NAKASHiMA w Secretary _—___or on behalf of the corporation,herein 1. NOTARY rueuc named,and acknowledged to me that the corporation executed it. �Y COUNTY o1= SANTA C6A0.A � WITN my hand and offi I seal. g►l ;. g Comm. Exp. Aug. 17. 1993 ii�'`ea'a"':wRt:etttettt:t�`!�1!t+�tt % _�'[, �J /_�(�!�"""�'�--�1.✓` °� Notary's Signature 7120122 NATIONAL NOTARY ASSOCIATION a 23012 venture Blvd. a P.O.Box 4625 0 Woodland Hills CA 91365.4625 STME OF CALIFORNIA COUNTY OF Santa Cara 25th Tune 1.992 ' On this ..........,, day of ..................................... in the year ............, before me, Diane Lee Nakashir.►a ............. . a .................. ..... .. NOTARY PUBLIC in and for said (Notary's Name) State, personally appeared ....A.. .James *,lam .............................................. personally known to me (or proved to me on the basis of satisfactory evidence) to be z-4.. ,the person whose name is subscribed to this instrument as the attorney-in- OFFICIAL SEAL tfact of THE OHIO CASUALTY INSURANCE COMPANY, and acknowl- $ i' DIANE LEE NAKASHIMA ;edged to me that he (she) subscribed the name of THE OHIO CASUALTY �* «osesr ovauc _ -INSURANCE COMPANYA. ereto as Sure and his (her) own name as '�� COUNTY O9 SANTA CLARA attorney-in-fact. Comm,' Comm. Exp. Aug. I7, 1993 �:.�. t?4t'..,. ..�`:��..a................................i.�..`.. ..��_ ` "°°0°'P7 Notary Public in and for ®aid State NiyCommission Expires.......................................................... ti S-4828 / FAITHFUL PEUORMANCE BOND Bond No. 3-012-638 KNOW ALL MEN BY THESE PRESENT'S: Premium: $3,246.00 THAT WE, EL CAMINO PAVING, INC. as Principal and The Ohio Casualty Insurance Company as Surety are held and firmly bound unto the City of Cupertino, State of California, in the sum of Three hundred eighty six thousand four hundred twenty six & 09/llwllars ($ 386,426.09 ) lawful money of the United Sates, for the payment of W►1iC11 will and truly to be made, we bind ourselves, ou:- heirs, executors, successors and assigns, joinCly and severally, firmly by •_hose presents. THE CONDITION of the above obligation is such that, WHEREAS, the Principal has entered into a contract dated June 15, 1992 with the ObLigee to do and perform the following work to-wit: Annual Overlay & Pavement Restoration, Project 92•-101 WOW, 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; othe noise to remain in full force and effect. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety this 2.5th day of June 1992 (To be signed by Principal and Surety and acknowledgment . ) Principal The Ohio Casualty Insurance Company Surety y By: Lam_C2=� c✓ At-torn -in-Fact 19 above bond is accepted and approved this day of _, CERTIFIED COPY OF POWER OF ATTORNEY TM OMO CASUALTY INSUIL4NCE COMPANY HOME OFFICE,IMAMTON.OHIO No. 25-074 Anofat �11 Men bU these f reeenfe: That THE OHIO CASUALTY INSURANCE COMPANY, in pursuance of authority granted by Article VI, Section 7 of the By-Laws of said Company, does hereby nominate, constitute and appoint: Dennis J. Woodard or Edward W. Williams orA. JamesUlam - - - - - - - - - - - - - - - - - - - of San Jose, California - - - its true and lawful agent and attorney -in-fact, to make, execute, seal and deliver for and on its behalf as surety, and as its act and deed any and all BONDS, UNDERTAKINGS,and RECOGNIZANCES, not exceeding in any single instance FIV� MILLION - - - - - - - - - - - - - - - - - - - - - - - (; 5,000,000.00 - -) Dollars, excluding,however,any bond(s)or undertaking(s)guaranteeing the payment of notes and interest thereon And the execution of such bonds or undertakings in pursuance of these ppresents, shall be as binding upon said Company, as fully and amply, to all intents and purposes, as if they had been du i iy executed and acknowledged by he regularly elected officers of the Company at its office in Hamilton,Ohio,in their own proper persons. The authority granted hereunder supersedes any previous authority heretofore granted the above named attorney(syin-Fact. „ttI& In WITNESS WHEREOF, the undersigned officer of the said The Ohio Casualty Insurance Company has hereunto subscribed his name and affixed the Corporate Seal of the said The Ohio Casualty Insurance Company this 28th day of December 19 SD. SEAL Id 01 e .......................... ............................................................................................... STATE OF OHIO, SS Assistant Secretory COUNTY OF BUTLER } On this 28th day of December A. D. 19 88 before the subscriber, a Notary Public of the State of Ohio, in and fir the County of Butler, duly commissioned and qualified, came John B. Vail, Assistant Secretary of THE OHIO CASUALTY INSURANCE COMPANY, to me personally known to be the individual and officer descril ed in, and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn deposeth and saith, that he is the officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN T..STIMONY WHEREOF, I have hereunto set m band and affixed my Official u4 Seal at the City of Hamilton,State of Ohio,t and year first above written. 8 ' : a s •: O B,�? '��` Notary Pub is in nt of Butler,QState o Ohio p e . �iptewt My Commission expires...........D cembel"...2 .�....��4L.v.. This power of attorney is granted under and by authority of Article VI, Section 7 of the By-Laws of the Company, adopted by its directors on April 2, 1954,extracts from which read: "ARTICLE VI" "Section 7. Appointment of Attorney-in-Fact, etc. The chairman of the board, the president, any vice-president, the secretary or any assistant secretar/ shall be and is hereby vested with full power and authority to appoint attorneys-in-fact for the purpose of signing the name of the Company as surety to, and to execute, attach the corporate seal, acknowledge and deliver any and all bonds, recognizances, stipulations, undertakings or other instruments of suretyship and policies of insurance to be given in favor of any individual, firm, corporation, or the official representative thereof, or to any county or state, or any official board or boards of county or state, or the United States of America, or to any other political sub- division." This instrument is signed and sealed by facsimile as authorized by the following Resolution adopted by the directors of the Company on May 27, 1970: "RESOLVED that the signature of any officer of the Company authorized by Article VI Section 7 of the by-laws to appoint attorneys in fact, the signature of the Secretary or any Assistant Secretary certifying to the correctness of any copy of a power of attorney and the seal of the Company may be affixed by facsimile to any power of attorney or copy thereof issued on behalf of the Company. Such signatures and seal are hereby adopted by the Company as original signatures and seal, to be valid and binding upon the Company with the same force and effect as though manually affixed." CERTIFICATE 1, the undersigned Assistant Secretary of The Ohio Casualty Insurance Company, do hereby certify that the foregoing power of attorney, Article VI Section 7 of the by-laws of the Company and the above Resolution of its Board of Directors are true and correct copies and are in full force and effect on this date. IN WITNESS WHEREOF, I have hereunto set my hand and the seal of the Company this 25th day of JunEA.D., 19 92 �il.lfl:{ f e� SEAL�� o ° BID PROPOSAL • ANNUAL OVERLAY AND PAVEMMT RESTORATION PROJECT 92-.101 TO: THE DIRECTOR OF PUBLIC WORKS, CITY OF CUPERTINO, STATE OF CALIFORNIA Dear Sir: In compliance with the plans and Specifications for the work of the Annual Overlay and Pavement Restoration Project in the City of Cupertino, Project 92-101 I, the undersigned, hereby declare that I have read the proposal requirements, visited the sites, and examined the specifications. I, the undersigned, hereby propose to do all work required to complete the work in accordance with the Plans and Specifications for the prices set forth in the following schedule. I further understand that said prices include all costs including, but not limited to, local state and federal taxes, and transportation costs. I, the undersigned, also understand that the quantities shown below are estimates only, being given as a basis for comparison of bids. The City of Cupertino does not state that the actual amount of work will correspond but reserves the right to increase or decrease the amount of any class or portion of the work or to omit items or portions of the work deemed unnecessary by the Engineer. The City of Cupertino reserves the right to unilaterally determine and award the contract to any qualified bidder based on the most advantageous proposal, to reject any or all bids or to waive any irregularities in the procedures. The work to be done consists of furnishing all labor, methods of process, tools, machinery and material required to complete the Annual Overlay and Pavement Restoration, Project 92-101 as described in the Special Provisions. In the event of discrepancies between the written unit price and the numerical unit price, the written price shall govern. 1. I shall be responsible for providing the City of Cupertino or its agent, striping quantities pertaining to removal, no later than 4:00 P.M. on each calendar day of the project. 2. Within two (2) hours after each street has been overlayed, I shall be responsible for accurately locating and placing temporary centerlines, two-way barrier, two-way left turn lanes, left turn pockets, bike lanes, travel lanes, and other striping not solely limited to these patterns or legends as shown in the Standard Plans A20(A,B,C), A-24(A,B,C,D), City Standard Details 2-26 & 2-27, and the Project Plans. Bid Items 14. If I fail to perform this portion of the job, I shall pay the City of Cupertino the sum of one hundred and fifty dollars ($150.00) per day for that day, plus the sum of one hundred and fifty cellars ($150.00) for each and every calendar day the temporary striping remains incomplete. PROPOSAL PAGE 1 OF 9 BID PROPOSAL (Continued) 3. Seven days following the overlay of each street, I shall be responsible for installing permanent centerlines, two-way barrier, two-way left turn lanes, left turn pockets, bike lanes, travel lanes, limit lines (stop bars), legends, speed limits, and other striping not solely limited to theses patterns or legends as shown in the Standard Plans A20(A,B,C), A-24(A,B,C,D), City Standard Details 2-26 & 2-27, and the Project Plans. Bid Items 11-13. I shall be responsible for providing the City of Cupertino or its agent, striping quantities pertaining to installation, no later than 4:00 P.M. on each calendar day of the project. If I fail to perform this portion of the job on the seventh day, I shall pay the City of Cupertino the sum of one hundred fifty dollars ($150.00) per day for that day plus the sum of one hundred fifty dollars ($150.00) for each and every calendar day the permanent traffic striping remains incomplete. This amount of liquidated damages shall be deducted by the City from monies due from the Contractor hereunder, or the Contractor's assigned, successors, and sureties shall be liable to the City for any excess. Completion of entire project 45 working days from Notice to Proceed. ESTIMATED QUANTITIES The bid prices for this project shall be as outlined below: BID EST. QTY. ITEM UNIT ITEM UNIT PRICE TOTAL 1. 69374 S.F. Pavement Restoration (44) $ 2. 08 /S.F. $ 144 ,297. 92 2. 18688 S.F. Pavement Restoration (6") $ 2. 81 /S.F. $ 52, 513.28 3. 3498 Ton Asphalt Concrete Pavement $32.18 /Ton $ 112,565. 64 4. 12562 L.F. Wedge Cut (Longitudinal) $ 0. 95 /L.F. $ 11 , 933. 90 5. 866 L.F. Wedge Cut (Transverse) $ 2. 80 /L.F. $ 2, 424 . 80 6. 49 EA. Adjust Manhole to Grade $200. 00 /EA. $ 9,800.00 7. 32 EA. Adjust Box to Grade $ 75.00 /EA. . $ 2,400.00 S. 274396 S.F. Pavement Fabric $ 0. 10 /S.F. $ 27,439.60 9. Remove Traffic Striping 1000 L.F. City Detail 23C $ i _ 3n /L.F. $ 1 .300.00 PROPOSAL PAGE 2 OF 9 BID PROPOSAL CONTINUED: BID EST. QTY. ITEM UNIT ITEM UNIT PRICE TOTAL 10. 3 EA. Remove Blue Pavement $ 3.00 SEA. $ 9.00 Markers 11. Install Traffic Striping 1350 L.F. 4" white $ 0.25 /L.F. $ 337.50 2515 L.P. 12" white $ 0.75 /L.F. $ 1886.25 4090 L.F. State Detail 39 $ 0.50 /L.P. $ 2045.00 660 L.F. State Detail 38 $ 0.50 /L.P. $ 330.00 1800 L.F. City Detail 39AC $ 0. 35 /L.F. $ 630.00 3570 L.F. City Detail 23C $ 0. 80 /L.F. $ 2856. 00 12. Install Painted Traffic Legends 6 EA. Type IV (1) Arrow $ 15.00 /EA. $ 90.00 2 EA. Ahead $ 55.00 /EA. $ 110.00 6 EA. Keep Clear $ 95.00 /EA. $ 570. 00 2 EA. 35 $ 25.00 /EA. $ 50.00 2 EA. 25 $ 25.00 /EA, $ 50.00 2 EA. 30 $ 25. 00 /EA. $ 50.00 19 EA. Stop $ 45. 00 /EA. $ 855. 00 1 EA. Ped $ 35. 00 /EA. $ 35 .00 1 EA. Xing $ 45.00 /EA. $ 45 .00 13. 5 EA. Install Blue Pavement Markers $ 7. 00 /EA. $ 35.00 14. L.S. Traffic Striping Layout $ 1 ,500. 01L.S. $1500.00 15. 207 Tons Deeplift Installation $ 4 9.6(/TON $10,267 .20 TOTAL BID $ 386.426,09 PROPOSAL PAGE 3 OF 9 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 =:he priority of one job over another and each starting date where conflict of construction schedules occur. I, the undersigned, am aware of the provisions of Section 3700 of the Laor Code which requires every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Attached hereto is the required cash, cashier's check, certified check, big' bond, or surety, payable to the City of Cupertino, in the amount of $ 30% 05- B rn , which amount represents ten percent (10%) of the total amount of the bid as required by law and this Notice to Contractors. PROPOSAL PAGE 4 OP 9 NONCO.'.I.USION A"IDAVIT TO SE EXECUTED BY 13IDDER AM SUBMITTED WITH BID 1, the undersigned, being first duly sworn, deposes and says that I am VICE-PRESIDENT of EL CAMINO PAVING, INC. (business title) (business name) the party :raking the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed - contract. All statements contained in the bid are true and, further, the bidder has not, directly or indirectly, submitted the bid price or any breakdown thereof, or contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Proposal Page 5 of 9 BIDDER Q9ALIFICATION FORM c In further compliance with the specifications furnished, I, the undersigned, submit the following statements as to my experience and qualifications to perform this work as a part of this proposal. We have been in business under the present name for 16 years. Our experience in work comparable w3:th that required by the proposed contract is 16 years operating under our current business nacre. Our experience in work comparable with that required by the proposed contract is years operating under the following different name(s) . My California Contractor's License Number is 329094 The classification of my Contractor's License is C-12 The expiration date for my Contractor's License is JUNE 30, 1924 #**A#*A*A#AARR*#R*A#A*A*w*AA#*AARA#AARA#A#AA####***AA*#*#####**A##AA####**# * (This Section for City use Only) * The above information has been verified by on * Contractors State License Board (800) 321-2752 or (408) 277-1244. *#RA#A##AA##AAA*#A#*A*Af#AA#AA#AAA#AA*#*R#AA*A*A#R#AR*##*A#A**#*###*#***### Where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with the laws of the State of California, however, at the time the contract is awarded the contractor shall be properly licensed. Proposal Page 6 of 9 BIDDZR BISTQR? or WR The following is an example of work similar in character to that required in the proposed contract which our organization or personnel in our organization has completed within the past three(3) years. Year Location Class For Whom Performed Phone Number Amount "SEE ATTACHED" Proposal Page 7 of 9 ECP EL CAMINO PAVING, INC. GRADING and PAVING v P.O. BOX 62319 • SUNNYVALE, CA 94088 415-965-7283 FAX 415-965-7357 Cont. license No.329094 Ili i I I= C-011PANY hdAhlE, (JF L(A l l i)(A , W.)URESS, ,TOE CONTRACT (A)HPLE I ION I-'Iil)IUL HI)hil+ER DESCRIPTION AMOUNT 1 I )1 J Hlr_WL L J i I-'f-)CI<ARD PATCH PAVE $134, E 32. 00 Plk. hkULE LLLLNKA PEI ROMAT/ ;.:,301 S ILVEI'-IS (.,REEK BLVD. OVERLAY SH1'1 1 A L.-i-IRA, LH ):J!JJ!J 41)o -1,11)4 tJ13/J1_) LOC:KHEED MiSSIL. l SPACE PETROMAT/ $333, 663. 60 HR. E'RESTON PRITC:HAl<D OVERLAY P. O. L,'IJX ::;504 SLURRY SEAL ;31)1` 4YWiLE, L:A 94088-3 5j04 41_J11i`It.c:4-6(-)64 I I kU!'J 1 US PATCH PAVE $ 3 H, 000. 00 HI_! EiA FOSTER PF_TROMAT c91J�J PATRICK HENRY DR. OVERLAY SON A t:Li•ikA, LA 4!J8/':J80 t_J81 1 I-ilE l F 1 L bWi A EL_LCTR I C (3RAD I NG R $ 37, 408. 00 Pik. IHUMHS COPRIVIZA PAVING 1(),_) ML 1 CALF ROAD COYO I E, CH 'JtD 138 AI V'1 AIV LNG 1 IJE_E R 1 NG, INC. NEW PAVING $1 1 , 41 1. 14 + Nk. 1H(;K L-_":illl_L_ I:iaP I'i Ul- AVENI IE 4uS/':j46-::.6 EAS I S I DL UNION SCHOOL D I ST. $149, 202. 00 MR. 0006 OWEN PATCH-PAVE b3i:J fJ. t.AP 11 UL AVENUE SAKI JOSE, CA 133 VARIOUS SCHOOLS 40b/c7.'-6413 OAI; GROVE SCHOCJL D I ST. PATCH PAVE $ 79, 664. 00 MR. Jl)l)IV HAI(HOP OVERLAY 6678 SAI'41A IERLSSA BLVD. SAI`J JUaE, CA 119 408/LIE 7-83(uCJ 116 1 HANILTC.JN h HAMIL-I'ON SHEET PAVE, $ 16, 415. 00 11H. L_ES HAMILTON PETROMAT- 1419 Nl)RIH 10th STREET OVERLAY 5HN JUSE, CA 13::;11 408/:_9b-4Oa'b i191'JI S. L. A. C. FACILITIES #4 GRADING/PAVING $ 39, 620. CJ0 MR. BEN GUUDMAN P. U. EOX 434'J PATCH PAVE J3 $ 80, 880. 00 sr"!VFLiRD, C.A 94305 PET ROMAT _ 4 i'-;/9:_F-469. OVERLAY 1!J/ ii SAN JOSL/EVERGkE LN PATCH PAVE, $ 53, 989. 00 I;()MM11NI lY COi I F-6_ DIST. SEALING & MR. 1 AN Ahl.E OVERLAY 4/tjO SAN I-FL I t='1= RD. SAN JOSE_, CA 9t1135 4f)8/2'-)6 181 SUBCONTRACTOR'S FORM The subcontractor(a), as defined in the General Provisions and in Section 7026 of the California Busineso and Professions Code, that I propose to hire to perform any of the work for this project in an amount in excess of one-half of one percent(0.58) of the total bid are listed below. Only those listed below shall perform work on this project and each of them has been provided with a full and complete set of plans and specifications for this project by the bidder. 1. Name ANRAK CORPORATION Address '781 OLD COUNTRY ROAD, SAN CARLOS, CA 94070 Work to be Performed GRINDING 2. Name BAY PARKING LOT SERVICE Address P.O. BOX 2570, SUNNYVALE, CA 94087 Work to be Performed STRIPING 3. Name Address Work to be Performed 4. Name Address Work to be Performed 5. Name Address Work to be Performed 6. Name Address Work to be Performed 7. Name Address Work to be Performed Proposal Page 8 of 9 BIDDER'S•' SIGNATURE FORM IF YOU ARE AN INDIVIDUAL, SO STATE. IF YOU ARE A COMPANY OR A CO-PARTNERSHIP, STATE THE COMPANY NAME AND LIST THE NAMES OF ALL INDIVIDUAL CO-PARTNERS COMPOSING THE COMPANY. IF YOU ARo A CORPORATION, STATE THE LEGAL NAME OF THE CORPORATION AND THE NAMES OF THE PRESIDENT, SECRETARY-TREASURER AND MANAGER. THE CORPORATE SEAL MUST BE AFFIXED TO THIS FORM. ENTER THE NAME OF YOUR BUSINESS ON THE LINE OPPOSITE THE APPROPRIATE BUSINESS TYPE. TYPE OF BUSINESS NAME OF BUSINESS CORPORATION EL CAMINO PAVING, INC . CO-PARTNERSHIP: INDIVIDUAL JOINT VENTURE OTHER (Describe) Name and Signature of Bidder: r ` (Pri Type Name) CHARLES TOVAR \1 Date: JUNE 9, 1992 Address(mailing & location) : 924 SAN RAFAEL AVENUE : MOUNTAIN VIEW, CA 94043 Telephone Number : (415) 9 6 5--7 2 83 Acknowledgement of all addenda received is required by circling each addendum number. 1 2 3 4 5 6 7 8 9 10 Proposal Page 9 of 9 BID PROPOSAL ANNUAL OVERLAY AND PAVEMENT RESTORATION PROJECT 92-101 TO: THE DIRECTOR OF PUBLIC WORKS, CITY OF CUPERTINO, STATE OF CALIFORNIA Dear Sir: In compliance with the plans and Specifications for the work of the Annual Overlay and Pavement Restoration Project in the City of Cupertino, Project 92-101 I, the undersigned, hereby declare that I have read the proposal requirements, visited the sites, and examined the specifications. I, the undersigned, hereby propose to do all work required to complete the work in accordance with the Plans and Specifications for the prices set forth in the following schedule. I further understand that said prices include all costs including, but not limited to, local state and federal taxes, and transportation costs. 1, the undersigned, also understand that the quantities shown below are estimates only, being given as a basis for comparison of bids. The City of Cupertino does not state that the actual amount of work will correspond but reserves the right to increase or decrease the amount of any class or portion of the work or to omit items or portions of the work deemed unnecessary by the Engineer. The City of Cupertino reserves the right to unilaterally determine and award the contract to any qualified bidder based on the most advantageous proposal„ to reject any or all bids or to waive any irregularities in the procedures. The work to be done consists of furnishing all labor, methods of process, tools, machinery and material required to complete the Annual Overlay and Pavement Restoration, Project 92-101 as described in the Special Provisions. In the event of discrepancies between the written uni : price and the numerical unit price, the written price shall govern. 1. 1 shall be responsible for providing the City of Cupertino or its agent, striping quantities pertaining to removal, no later than 4:00 P.M. on each calendar day of the project. 2. Within two (2) hours after each street has been overlayed, I shall be responsible for accurately locating and placing temporary centerlines, two-way barrier, twa-_aay left turn lanes, left turn pockets, bike lanes, travel lanes, and other striping not solely limited to these patterns or legends as shown in the Standard Plans A20(A,B,C) , A-24(A,B,C,r), City Standard Details 2-26 & 2-27, and the Project Plans. Bid Items 14. If I fail to perform this portion of the job, I shall pay the City of Cupertino the sum of one hundred and fifty dollars ($150.00) per day for that day, plus the sum of one hundred and _fifty dollars ($150.00) for each and every calendar day the temporary striping remains incomplete. PROPOSAL PAGE 1 OF 9 BID PROPOSAL (Continued) 3. Seven days following the overlay of each street, I shall be responsible for installing permanent centerlines, two-way barrier, two-way left turn lanes, left turn pockets, bike lanes, travel lanes, limit lines (stop bare), legends, speed limits, and other striping not solely limited to these patterns or legends as shown in the Standard Plans A20(A,B,C), A-24(A,B,C,D), City Standard Details 2-26 & 2-27, and the Project Plans. Bid Items 11-13. I shall be responsible for providing the City of Cupertino or its agent, striping quantities pertaining to installation, no later than 4:00 P.M. on each calendar day of the project. If I fail to perform this portion of the job on the seventh day, I shall pay the City of Cupertino the sum of one hundred fifty dollars ($150.00) per day for that day plus the sum of one hundred fifty dollars ($150.00) for each and every calendar day the permanent traffic striping remains incomplete. This amount of liquidated damages shall be deducted by the City from monies due from the Contractor hereunder, or the Contractor's assigned, successors, and sureties shall be liable to the City for any excess. Completion of entire project 45 working days from Notice to Proceed. ESTIMATED QUANTITIES The bid prices for this project shall be as outlined below: BID .EST. QTY. ITEM UNIT ITEM UNIT PRICE TOTAL 1. 69374 S.F. Pavement Restoration (4") $ _/S.F. $ 2 2. 18688 S.F. Pavement Restoration (6") $ =/S.F. $ 3. 3498 Ton Asphalt Concrete Pavement $ 3'?97 /Ton $ 0 �n ! 2L 4. 12562 L.F. Wedge Cut (Longitudinal) $ 110- /L.F. $ 3 gIS Lo 5. 866 L.F. Wedge Cut (Transverse) $ -7 ks A.F. $ ��2(4 6. 49 EA. Adjust Manhole to Grade $ 3 /EA. $ 2 ICI 'c 7. 32 EA. Adjust Box to Grade $ Z3( /EA. $ '7 392 8. 274396 S.F. Pavement Fabric $ a 00 /S.F. $ Zq `739 9. Remove Traffic Striping 1000 L.F. City Detail 23C $ /L.F. $ L PROPOSAL PAGE 2 OF 9 BID PROPOSAL CONTINUED: BID EST. QTY. ITEM UNIT ITEM UNIT PRICE TOTAL 10. 3 EA. Remove Blue Pavement $ /0 f /EA. $ 3c) _ Markers 11. Install Traffic Striping 1350 L.F. 4" White $ . 23 /L.F. S 1 O 2515 L.F. 12" White $ t iD /L.F. $ Z"1 L L'-® 0 4090 L.F. State Detail 39 $ $.9 /L.F. S ! 44S 660 L.F. State Detail 38 $ . sCt 1800 L.F. City Detail 39AC $ � 2"1 /L.F. $ Ll X 3570 L.F. City Detail 23C 0 /L.F. $ 'L : 4? 12. Install Painted Traffic Legends to 6 EA. Type IV (1) Arrow $ 2��'® /EA. $ (L41 2 EA. Ahead $ 41 04 oa- /EA. $ ��- cm o0 6 EA. Keep Clear $ /EA. $ 5 2 EA. 35 $ ,�{ /EA. $ 3$ _ W 3d. No 2 EA. 25 $Iq_/EA. $ S O 2 EA. 30 $ 19 - /EA. $ (00 00 19 EA. Step $ /EA. $ (oOS - � o0 1 EA. Ped $ y4 P /EA. $ 2. 1 EA. Xing $ 2.$ /EA. $ 7= 13. 5 EA. Install Blue Pavement Markers $ ( C3� /EA. S L3;t3 1'so o? 14. L.S. Traffic Striping Layout $_ `/00'/L.S. $ O� 15. 207 Tons Deeplift Installation $ So /TON $ /3 ® Q YKK370 TOTAL BID IT3.. S PROPOSAL PAGE 3 OF 9 92-009 ANNUAL OVERLAY PAVEMENT RESTORATION 2 of 3 PROJ. 92-101 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 peuson, 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 c` one job over another and each starting date where conflict of construction schedules occur. I, the undersigned, am aware of the provisions of Section 3700 of the Laor Code which requires every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Attached hereto is the required cash, cashier's check, certified check, bi' bond, Q' qr ty, payable to the City of Cupertino, in the amount of $ , which amount represents ten percent (10%) of the total amcknt of tie bid as required by law and this Notice to Contractors. PROPOSAL PAGE 4 OF 9 e NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDEL AND SUBMITTED WITH BID I, the undersigned, being first duly sworn, deposes and says that I am � o f (business title) ( usiness name) the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive, or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract. All statements .contained in the bid are true and, further, the bidder has not, directly or indirectly, submitted the bid price or any breakdown thereof, or contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Proposal Page 5 of 9 BIDDER QUALIFICATION FORK 1 In further compliance with the specifications furnished, I, the undersigned, submit the following statements as to my experience and qualifications to perform this work as a part of this proposal. We have been in business under the present name for1.3 w years. Our experience in work comparable with that required by the proposed contract is _�� years operating under our current business name. Our experience in comparable with that required by the proposed contract is years operating under the following different name(s). if A/IA My California Contractor's License Number is 3 I,O& The classification of my Contractor's License is A � The expiration date for my Contractor's License is q- 13- q 3 * (This Section for City use Only) * The above information has been verified by on * Contractors State License Board (800) 321-2752 or (408) 277-1244. Where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with the laws of the State of California, however, at the time the contract is awarded the contractor shall be properly licensed. Proposal Page 6 of 9 SIDD-M HISTO W of fH The following is an example of work similar in character to that required in the proposed contract which our organisation or personnel in our organisation has completed within the past three(3) yeas. Year Location Class For Whom Performed Phone Number Amount 1991 - SECOND HARVEST (408) 286-9170 1992 SAN JOSE FOOD BANK $800,000,00 1992 STANFORD STANFORD UNIVERSITY (415) 725-3400 E35Q,000.00 1992 STANFORD STANFORD UNIVERSITY ( 415) 725-3400 $340, 000.00 1991 - KAISER HOSPITAL ( 415) 572-1919 1992 SAN JOSE RUDOLPH & SLETTEN $137, 505.00 Proposal Page 7 of 9 SUBCONTRACTOR'S FORM The subcontractor(s), as defined in the General Provisions and in Section 7026 of the California Business and Professions Code, that Y propose to hire to perform any of the work for this project in an amount in excess of one-half of one percent(0.5%) of the total bid are listed below. Only those listed below shall perform work on this project and each of them has been provided with a full and complete set of plans and specifications for }} this project by the bidder. 1. Name Address es f ey o` t `e v S t 0 c 2-1 3 Work to be Performed��Yt • e �� •� 2. Nam e ,4y fr._ Address Work to be Pe+ `ormed 3. Name Address ef) _ Z� un ✓�.y �c�f-e. 7Y I' �'. 7 Work to be Perform d 4. Name Address2-7 L �.pe,,r Ai, — 4Y7 Work to be Performed n C_ 5. Name Address Work to be Performed 6. Name Address Work to be Performed 7. Name Address Work to be Performed Proposal Page 8 of 9 ---.NINON Segal BIDDER'S SIGNATURE FORM IF YOU AM AN INDIVIDUAL, SO STATE. IF YOU ARE A COMPANY OR A CO•-FAERSHIP, STATE THE COMPANY NAME AND LIST THE NAMES OF ALL INDIVIDUAL CO-PARTNERS COMPOSING THE COMPANY. IF YOU ARE A CORPORATION, STATE THE LEGAL NAME OF THE CORPORATION AND THE NAMES OF THE PRESIDENT, SECRETARY-TREASURER AND MANAGER. THE CORPORATE SEAL MUST BE AFFIXED TO THIS FORM. ENTER THE NAME OF YOUR BUSINESS ON THE LINE OPPOSITE THE APPROPRIATE BUSINESS TYPE. TYPE OF ^U:INESS NAKE OF BUSINESS CORPORATION le- h t. CO-PARTNERSHIP: :y INDIVIDUAL JOINT VENTURE OTHER De Name and Signature of Bidder: r t or Type ame) �. .c L4 Date: Z- Address(mailing & location) Q �j- ^�:elephone Number Acknowledgement of all addenda received is required by circling each addendum number. 1 2 3 4 5 6 7 8 9 10 Proposal Page 9 of 9 aiwr+ C I T Y O F C U P 8 R T I N 0 DEPARTMENT OF PUBLIC WORKS CALL FOTt BIDS SPECIFICATIONS FOR ANNUAL OVERLAY AND PAVEMENT RESTORATION PROJECT 92-101 TUESDAY JUNE 9,1992 2:00 P.M. Bert J. Viskovich Director of Public Works City Hall 10300 Torre Avenue Cupertino, California 95014 Files 98,493.43 TABLE OF CONTENTS CONTRACT DOCUMENTS A. BID DOCUMENTS 1. Notice to Contractors 2. Proposal B. GENERAL PROVISIONS 1. Adoption of Standard Specifications 2. Headings and Citations 3. Definitions 4. Prosecution and Progress 5. Control of Work 6. Legal Relations and Responsibilities to the Public 7. Proposal and Award of Contract C. SPECIAL PROVISIONS 1. Location 2. Scope of Work 3. Traffic Control 4. Maintaining Traffic 5. Notification of Residents 6. Inspection and Inspection Costs 7. Public Convenience and Safety 8. Quantities 9. Explanation of Bid Items 10. Time of Completion/Liquidated Damages 11.1 Water 12. Liquidated Damages for Traffic Striping 13. Preconstruction Meetings 14. Removal and Disposal of Material 15. Noise Control 16. Payment D. TECHNICAL PROVISIONS .1. Section 100: Asphalt Concrete 2. Section 103: Adjusting Existing Facilities to Grade 3. Section 104: Wedge Cut 4. Section 105: Repair of Failed Pavement E. SIGNATURE SHEET NOTICE TO CONTRACTORS City of Cupertino 10300 Torre Avenue Cupertino, California 95014 ANNUAL OVERLAY AND PAVEMENT RESTORATION, PROJECT 92-101 The City of Cupertino, Santa Clara County, California, invites sealed proposals for the construction of the work as delineated on the Flane or in the Specifications, entitled, ANNUAL OVERLAY AND PAVEMENT RESTORATION, PROJECT 92-101. Said Sealed proposals will be received at the office of the City Clerk, City Hall, 10300 Torre Avenue, City of Cupertino, California, until 2:00 P.M. _ Tuesday June 9, 1992 ,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 moneys 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 moneys 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 t� 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 2 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 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 or irterlineated 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 DLvision 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 classif. ation of license. Special attention of bidders is directed to section 6 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 therefor 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: f 9 By Cit Clerk Publish: May 20,1992 May 27,1992 BID PROPOSAL ANNUAL OVERLAY AND PAVEMENT RESTORATION PROJECT 92-101 TO: THE DIRECTOR OF PUBLIC WORKS, CITY OF CUPERTINO, STATE OF CALIFORNIA Dear Sir: In compliance with the plans and Specifications for the work of the Annual Overlay and Pavement Restoration Project in the City of Cupertino, Projt4ct 92-101 I, the undersigned, he=eby declare that I have read the proposal requirements, visited the sites, and examined the specifications. I, the undersigned, hereby propose to do all work required to complete the work in accordance with the Plans and Specificatione for the prices set forth in the following schedule. I further understand that said prices include all costs including, but not limited to, local state and federal taxes, and transportation costs. I, the undersigned, also understand that the quantities shown below are estimates only, being given as a basis for cemparison of bids. The City of Cupertino does not state that the actual amount of work will correspond but reserves the right to increase or decrease the amount of any class or portion of the work or to omit items or portions of the work deemed unnecessary by the Engineer. The City of Cupertino reserves the right to unilaterally determine and award the contract to any qualified bidder based on the most advantageous proposal, to reject any or all bids or to waive any irregularities in the procedures. The work to be dose consists of furnishiiig all labor, methods of process, tools,, machinery and material required to complete the Annual Overlay and Pavement Restoration, Project 92-101 as described in the Special Provisions. In the event of discrepancies between the written unit price and the numerical unit price, the written price shall govern. 1. I shall be responsible for providing the City of Cupertino or its agent, striping quantities pertaining to removal, no later than 4:00 P.M. on each calendar day of the project. 2. Within two (2) hours after each street has been overlayed, I shall be responsible for accurately locating and placing temporary centerlines, two-way barrier, two-way left turn lanes, left turn pockets, bike lanes, travel lanes, and other striping not solely limited to these patterns or legends as shown in the Standard Plans A20(A,B,C), A-24(A,B,C,D), City Standard Details 2-25 & 2-2?, and the Project Plans. Bid Items 14. If I fail to perform this portion of the job, I shall pay the City of Cupertino the sum of one hundred and fifty dollars ($150.00) per day for that day, plus the sum of one hundred and fifty dollars ($150.00) for each and every calendar day the temporary striping remains incomplete. PROPOSAL PAGE 1 OF 9 HID PROPOSAL (Continued) 3. Seven days following the overlay of each street, I shall be responsible for installing permanent centerlines, two-way barrier, two-way left turn lanes, left turn packets, bike lanes, travel lanes, limit lines (stop bars), legends, speed limits, and other striping not solely limited to these patterns or legends as shown in the Standard Plans A20(A,B,C), A-24(A,B,C,D), City Standard Details 2-26 & 2-27, and the Project Plans. Bid Items 11-13. I shall be responsible for providing the City of Cupertino or its agent, striping quantities pertaining to installation, no later than 4:00 P.M. on each calendar day of the project. If I fa=.l to perform this portion of the job on the seventh day, I shall pay the City of Cupertino the sum of one hundred fifty dollars ($150.00) per day for that day plus the sum of one hundred fifty dollars ($150.00) for each and every calendar day the permanent traffic striping remains incomplete. This amount of liquidated damages shall be deducted by the City from monies due from the Contractor hereunder, or the Contractor's assigned, successors, and sureties shall be liable to the City for any excess. Completion of entire project 45 working days from Notice to Proceed. ESTIMATED QUANTITIES The bid prices for this project shall be as outlined below: BID EST. QTY. ITEM UNIT ITEM UNIT PRICE TOTAL 1. 69374 S.F. Pavement Restoration (4") $ z S 00 /S.F. $ �v (10 2. 18688 S.F. Pavement Restoration (6") $ .3 /S.F. $ 5 9 ko/ 3. 3498 Ton Asphalt Concrete Pavement S 36 yb /Ton $ 1 7 3.�7 2Q 4. 12562 L.F. Wedge Cut (Longitudinal) $ / /L.F. $ 5. 866 L.F. Wedge Cut (Transverse) $ _/L.F. $ a s9 6. 49 EA. Adjust Manhole to Grade $ 02�j 0 /EA. $ r 32 EA. Adjust Pox to Grade $ /EA. $ y60 S. 274396 S.F. Pavement Fabric $ Q o9 /S.F.. 9. Remove Traffic Striping 3d 1000 L.F. City Detail 23C $ /L.P. $ ! 30y F PROPOSAL PAGE 2 OF 9 BID PROPOSAL CONTINUE BID EST. QTY. ITEM UNIT ITEM UNIT PRICE TOTAL 10. 3 EA. Remove Blue Pavement $ 02 /EA. $ r Markers 11. Install Traffic Striping 7,1 1350 L:F. 4" White $ Ci /L.F. $ a 5 7 7 55 2515 L.F. 12" White $ O _ /L.F. $ /S 3 0 4090 L.F. State Detail 39 $ 0 /L•P. $ 660 L.F. State Detail 38 $ O yN /L.F. $ 1800 L.F. City Detail 39AC $ O 3 /L.F. $ 5 Il 3570 L.F. City Detail 23C S O /L•P. $ c G 12. Install Painted Traffic Legends 6 EA. Type IV (1) Arrow /EA. $ �v L 2 EA. Ahead $ 5 g /EA• $ /!O 6 EA. Keep Clear $ j DO /EA. $ 400 2 EA. 35 $ /EA. S y y 2 EA. 25 $ -2-1 /EA. $ L 2 EA. 30 $ o? -1 / /EA. $I 19 EA. Stop $ c/ L/ //EA. $ g'3C. 1 EA. Ped $ 3 3 /EA. $ 33 1 EA. Xing $ yy /EA• $ y y 13. 5 EA. Install Blue Pavement Markers $ /EA. $ 36 14. L.S. Traffic Striping Layout $ lO 0 /L.S. $ IIO O 15. 207 Tons Deeplift Installation $ /TON $ /�Ga-7. / TOTAL BID $ S / 3j �! PROPOSAL PAGE 3 OF 9 I, the undersigned agree that if this proposal is accepted, I will enter into a contract with the City of Cupertino to provide all necessary machinery, tools, apparatus, and other means of construction and to do all the work specified in the contract in the manner and time specified. I, the undersigned declare that this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair, and without collusion or fraud. I, the undersigned recognize that the Director of Public Works of the City of Cupertino will reserve the right to establish the priority of one job over another and each starting date where conflict of construction schedules occur. I, the undersigned, am aware of the provisions of Section 3700 of the Laor Code which requires every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Attached hereto is the required cash, cashier's check, certified check, bid bond, or surety, payable to the City of Cupertino, in the amount of /O S , which amount represents ten percent (10%) of the total amount of the bid as required by law and this Notice to Contractors. PROPOSAL PAGE 4 OF 9 _ NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDEN AND SUBMITTED WITH BID 1, the undersigned, being firiot duly sworn, deposes and says that I am of (business title) (business name) tha party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any oidder or anyone else to put in a sham bid, or that anyone shall refrain frcm bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract. All statements contained in the bid are true and, further, the bidder has not, directly or indirectly, submitted the bid price or any breakdown thereof, or contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Proposal Page 5 of 9 BIDDER 22NUFICATION FORM In further compliance with the specifications furnished, I, the undersigned, submit the following statements as to my experience and qualifications to perform this work as a part of this proposal. We have been in business under the present name for 39 years. Our experience in work comparable with that required by the proposed contract is 3�; years operating under our current business name. Our experience in work comparable with that required by the proposed contract is 31:9 years operating under the following different name(s) . My California Contractor's License Number is The classification of my Contractor's License is a The expiration date for my Contractor's License is 61 13 ' 5 3 * (This Section for City use Only) * The above information has been verified by on * Contractors State License Board (800) 321-2752 or (408) 277-1244. ####*######**#*****##*#*************##************#****#*#***#*#***##**##** Where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with the laws of the State of California, however, at the time the contract is awarded the contractor shall be properly licensed. Proposal Page 6 of 9 BIDDER HIMM OF WOIM The following is an example of work similar in character to that required in the proposed contract which our organization or personnel in our organization has completed within the past three(3) years. Year Location Class For Whom Performed Phone Number Amount Proposal Page 7 of 9 SUBCONTRACTOR'S PORN The subcontractor(s), as defined in the Goner-al Provisions and in Section 7026 of the California Business and Professions Code, that Z propose to hire to perform any of the work for this project in an amount in excess of one-half of one percent(O.St) of the total bid are listed below. Only those listed below shall perform work on this project and each of them has been provided with a full and complete set of plans and specifications for this project by the bidder. 1. Name "'41V gA4 c Address .S:2' CC✓/o 5 Work to be Performed nnWeA,+ Cu. d 2. Name �,� 4// ®a act 0 • /5 J Address C, •JOS C _ Work to be Performed_/�-a 3. Name r �ir�a fI`�•/G Lv 5�.�//C e Address n����tt ��{• Work to be Performed 4. Name Address Work to be Performed 5. Name Address Work to be Performed 6. Name Address Work to be Performed 7. Name Address Work to be Performed Proposal Page 8 of 9 BIDDER'S SIGNATURE FORM IF YOU ARE AN INDIVIDUAL, SO STATE. IF YOU ARE A COMPANY OR A CO-PARTNERSHIP, STATE THE COMPANY NAME AND LIST THE NAMES OF ALL INDIVIDUAL CO-PARTNERS COMPOSING THE COMPANY. IF YOU ARE A CORPORATION, STATES THE LEGAL NAME OF 'THE CORPORATION AND THE NAMES OF THE PRESIDENT, SECRETARY-TREASURER AND MANAGER. THE CORPORATE SEAL MUST BE AFFIXED TO THIS FORM. ENTER THE NAME OF YOUR BUSINESS ON THE LINE OPPOSITE THE APPROPRIA2E BUSINESS TYPE. TYPE OF BUSINESS MAKE OF BUSINESS CORPORATION tJat.CO-PARTNERSHIP: INDIVIDUAL _ INDIVIDUAL JOINT VENTURE OTHER • ( escribe) 'J Name and Signature of Bidder: W.B•/G i". !j>U )6_ (Print or Type Name) Date: Co-9'�9a Address(mailing & location) a?S/3 4C)y4n&6de 64 - Telephone Number Acknowledgement of all addenda received is required by circling each addendum number. 1 2 3 4 5 6 7 8 9 10 Proposal Page 9 of 9 B. GENERAL PROVISIONS 1. ADOPTION OF STANDARD SPECIFICATIONS By this reference, the Standard Specifications of the State of California, Department of Transportation 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. 2. HEADINGS AND 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. 3. DEFINITIONS OF TERMS The definitions and terms outlined in Section 1 of the State Standard Specifications shall apply with the following modifications: 1-1.10: "Contractor" means any person or persons, firm, partnership, corporation, or combination thereof as defined in the Standard Specifications and in Section 7026 of the California Business and Professions Code. The term contractor includes subcontractor and specialty contractor. 1-1.13: "Department" means the City of Cupertino (hereinafter referred to as "City"). 1-1.15: "Director" means the Director of Public Works or City Engineer, City of Cupertino, (hereinafter referred to as "Engineer") . 1-1.18: "Engineer" means the Director of Public Works or 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 AND PROGRESS OF THE WORK a. Noise Control Grading, construction and demolition activities shall be allowed to exceed the noise limits cf 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 of the following criteria: General Provisions Page 1 of 16 GENERAL PROVISIONS(Cont'd) a. Noise Control(Cont'd) 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) Noise levels created do not exceed seventy(70) dBA on any nearby property. It is a violation of this chapter to engage in any grading, street construction or underg:•c-ind 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 occurring during nighttime periods shall not be allowed unless they meet the nighttime standards of Section 10.48.040, daytime and nighttime maximum noise levels. b. Progress of the Work The Contractor shall begin work within fifteen(15) days after receiving notice that the contract has been approved, or upon receipt 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. c. 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 shall be provided by the Contractor on projects where traffic signals are constructed or modified in any way. These pl,- s shall show all contract change order work and all variations in the construction from the plans provided to the Contractor by the City. d. Right of Way 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. e. Suspension (.�f the 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. General Provisions page 2 of 16 GENERAL PROVISIONS(Continued) e. Suspension of the Contract(Cont'd) Upon receiving notice of such suspension, the Contractor shall discontinue said work, or such parts of it as the 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, 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 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 contract 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 quebtion 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. f. Time of Completion and Liquidated Damages 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. General Provisions Page 3 of 16 GENERAL PROVISIONS(Continued) f. Time of Comaletion and Liquidated Damages(cont'd) 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 tha 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 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 beginning 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 6-1.04 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 is 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 right of way, o: by any act of the City, not contemplated by the contract, an extension of time commensurate with the delay in completion of the work this caused will be granted and the Contractor shall be relieved from any -laim for liquidated damages or engineering and inspection charges or other penalties for the period covered by such extension of time. General Provisions Page 4 of 16 GENERAL PROVISIONS(Continued) f. Time of Completion and Liquidated Damages(Cont'd) The Contractor shall notify the Engineer in writing of the causes of delay within fifteen(IS) days from the beginning of any such delay in order to be relieved 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 0-1.09 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 Section 8-1.07.) 5. CONTROL OF THE WORK a. Authority to Deviate from the Approved 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. Dust 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 dunt 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. c. Inspection 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 authorized in writing by the Engineer. General Provisions Page 5 of 16 GENERAL PROVISIONS(Continued) E. Inspection(Cont'd) 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($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. ) 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. e. Samples and Tests 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 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 special methods and tests as are prescribed in the Special Provisions. f. 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 Service Alert (USA) forty-eight(48) hours in advance of any work at (800) 642-2444. General Provisions Page 6 of 16 • f. Utilities(Cont'd) Due caution shall be exercised 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 employed which safeguard all existing utilities and underground facilities. Damage to such utilities and underground facilities shall be repaired at the Contractor's expense. Wator for Construction 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 been granted by the Engineer. If authorized by the Engineer, the Contractor may extract construction water from fire hydrants provided that the Contractor obtains a meter from and purchases the water from the water utility that services the area in which the construction work is located. 6. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC a. Contractor's Payments 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 liens 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 discharg;ng such lien, including all costs and a reasonable attorney's fee. b. Insurance _ Public Liability and Property Damage Prior to entering into the contract respecting this project, the bidder to whom the contract is awarded shall furnish to the City Council of the City of Cupertino satisfactory proof that the bidder has public liability and property damage insurance in effect for 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 enshrouds, 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 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, 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. General Provisions Page 7 of 16 GENERAL PROVISIONS(Continued) b. Insurance _ Public Liability and Property Damage(Cont'd) The minimum limits of liability for this insurance shall be as indicated in (a) and (b) as follows: Each Person Each Occurrence Aggregate (a) Bodily Injury Liability $500,000.00 $1,000,000.00 Property Damage Liability S 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 law, except for retaining monies due the Contractor. If the Contractor fails to maintain such insurance, the City may takeout 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 Standard Specifications Section 7-1.12. ) . c. Labor Nondiscrimination Attention is directed to the provisions of Section 7-1.O1A(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 Labor as established for Santa Clara County. d. Prevailing Wages The Contractor shall keep fully informed of all existing and future State and Federal laws and City ordinances and regulations which in any manner affect those engaged or employed in the work. The Contractor shall conform to the provisions of Sections 7-1.01A and 7-1.01B of the Standard Specifications. e. Resolution of Construction Claims This section applies to all public works claims of three hundred seventy-five thousand dollars($375,000.00) or less which arise between a contractor and the City. This section shall not apply to any claims resulting from a contract between a contractor and the City when the City has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2 of the Public Contract Code. General Provisions page 8 of 16 MOMMMOMMEMMOMMMMMMMENMR GENERAL PROVISIONS(Continued) e. Resolution of Construction Claims(cont'd) This section applies only to contracts entered into on or after January 1, 1991 and shall remain in effect only until January 1, 1994, and as of that date is repealed, unless a later enacted statute, which is enacted before January 1, 1994, deletes or extends that date. As stated in subdivision (c) of Section 20104 of the Public Contract Code, any contract entered into between January 1, 1991 and January 1, 1994, which is subject to this section shall incorporate this section. '.'.•o that end, these contracts shall be subject to this section even if this section is repealed. The term "Public Work" has the same meaning as in Section 3100 and 3106 of the Civil Code. The term "Claim" means a separate demand by the Contractor for (1) a time extension, (2) payment of money or damages arising from work done by or on behalf of the Contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (3) an amount the payment of which is disputed by the City. For any claim subject to this section, the following requirements apply: 1. The claim shall be made in writing and shall include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this section is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. 2. (a) For claims of less than fifty thousand dollars($50,000.00) , the City shall respond in writing to any written claim within forty-five(45) days of receipt of the claim, or may request, in writing, within thirty(30) days of receipt of the claim, any additional documentation supporting the claim or relating to defenses or claims the City may have against the claimant. (b) If additional information is thereafter required, it shall be requested and provided pursuant to this section, upon mutual agreement of the City and the claimant. (c) The City's written response to the claim, as further documented, shall be submitted to the claimant within fifteen(15) days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. 3. (a) For claims of over fifty thousand dollars($50,000.00) and less than or equal to three hundred seventy-five thousand dollars($375,000.00), the City shall respond in writing to all written claims within sixty(60) days of receipt of the claim, or may request, in writing, within thirty(30) days of receipt of the claim, any addition documentation supporting the claim or relating to defenses or claims the City may have against the claimant. General Provisions page 9 of 16 GENERAL PROVISIONS(Continued) e. Resolution of Constriction Claims(Cont'd) (b) If additional information is thereafter required, it shall be requested and provided pursuant to this section, upon mutual agreement of the City and the claimant. (c) The City's written response to the claim, as further documented, shall be submitted to the claimant within thirty(3O) days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. 4. If the claimant disputes the City's written response, or the City fails to respond within the time prescribed, the claimant may so notify the City, in writing, either within fifteen(15) days of receipt of the City's response or within fifteen(15) days of the City's failure to respond within the time prescribed, respectively, and demand and informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the City shall schedule a meet and confer conference within thirty(30) days for settlement of the dispute. 5. If following the meet and confer conference the claim or any portion remains in dispute, the claimant may file a claim pursuant to Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits the written claim pursuant to paragraph 1, above, until the time the claim is denied, including any period of time utilized by the meet and confer conference. 6. This article does not apply to tort claiw.9 and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. The following procedures are established for all civil actions filed to esolve claims subject to this section: 1. Within sixty(60) days, but no earlier than thirty(30) days, following the filing or responsive pleadings, the court shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both parties. the mediation process shall provide for the selection within fifteen(15) days by both parties of a disinterested third person as mediator, shall be commenced within thirty(30) days of the submittal, and shall be concluded within fifteen(15) days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the fifteen(15) day period, any party may petition the court to appoint the mediator. 2. (a) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, General Provisions page 10 of 16 GENERAL PROVISIONS(Continued) e. Resolution of Construction Claims(Cont'd) notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Cade of Civil Procedure) shall apply to any proceeding brought under this section consistent with the rules pertaining to judicial arbitration. (b) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees for expenses be paid by state or county funds. (c) In addition to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgement shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of trial de novo. 3. The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. f. Responsibility for Damages 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, or any part thereof, and material or equipment used in performing the work, or for injury car 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 Code. General Provisions page 11 of 16 GENERAL PROVISIONS(Continued) f. Responsibility for Damages(Cont,d) With respect to third party claims agains'_ 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 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. 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 occurrence 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 8, paragraph 6b, above ("Insurance - Public Liability and Property Damage") . (See State Standard Specifications Section 7-1.12. ) General Provisions Page 12 of 16 GENERAL PROVISIONS(Continued) g_ Workers Compensation and Unemployment Insurance Prior to entering into the contract respecting this project, the bidder to whom the contract is awarded shall furnish to the City satisfactory proof that the bidder has a policy of workers, compensation and unemployment insurance for its employees, that conforms to the provisions of Division 4, commencing with Section 3200, of the Labor Code or of the Unemployment Insurance Code, in effect for the entire period covered by the proposed contract. 7. PROPOSAL AND AWARD OF CONTRACT a. Competency of 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 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 percent(90%) at the Notice of Completion. The remaining ten percent(10%) will be released at the end 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. ) c. Execution of Contract 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 (See State Standard Specifications Section 3-1.03. ) d. Payment 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(10B) 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. General Provisions Page 13 of 16 GENERAL PROVISIONS(Contirued) d. Payment(Con't) 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 req-sired by law. e. Proposal Forms 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 form is bound together with the Notice to Contractors, General Provisions, Special Provisions, Bidder Qualification Form, Subcontractors Form and Signature Form. The Contractor shall submit as a minimum, the Notice to Contractors, Proposal, Bidder Qualification Form, Subcontractors 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 bidder's 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. 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 properly 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. 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(108) of the bid amount, to the City of Cupertino as guarantee 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. cq. Rejection of Proposals 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. ) General Provisions Page 14 of 16 GENERAL PROVISIONS(Continued) h. Subcontractors The proposal shall contain the name and location of the place of business of any person or persons, firm, partnership, corporation, or combination thereof who will perform work or labor or render service to the prime Contractor, e3tcept for those providing work or labor or rendering service for wages only, 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 15 of 16 GENERAL PROVISIONS(Continued) INDEX DESCRIPTION PAGE(S) ADOPTION OF STANDARD SPECIFICATIONS 1 APPRENTICES(Prevailing Wages) 8 AUTHORITY TO DEVIATE FROM THE APPROVED PLANS 5 COMPETENCY OF BIDDERS 13 CONSTRUCTION CLAIMS 8-11 CONTRACT BONDS 13 CONTRACTOR'S PAYMENTS 7 CONTROL OF THE WORK 5-7 DEFINITIONS OF TERMS 1 DUST CONTROL 5 EXECUTION OF CONTRACT 13 HEADINGS AND CITATIONS 1 INSPECTION 5,6 INSURANCE - PUBLIC LIABILITY AND PROPERTY DAMAGE 7,3 INSURANCE - WORKERS COMPENSATION AND UNEMPLOYMENT 13 LABOR NONDISCRIMINATION 8 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC(LABOR CODE 6d) 7-13 MONUMENTATION 6 NOISE CONTROL 1,2 PAYMENT 13,14 PREVAILING WAGES 8 PROGRESS OF THE WORK 2 PROPOSAL AND AWARD OF CONTRACT 11-14 PROPOSAL FORMS 13 PROPOSAL GUARANTY 13 PROSECUTION AND PROGRESS OF THE WORK 1-5 RECORD DRAWINGS 2 REJECTION OF PROPOSALS 14 RESOLUTION OF CONSTRUCTION CLAIMS 8-11 RESPONSIBILITY FOR DAMAGE 11,12 RIGHT OF WAY 2 SAMPLES AND TESTS 6 SUBCONTRACTORS 15 SUSPENSION OF THE CONTRACT 3-5 TIME OF COMPLETION AND LIQUIDATED DAMAGES 3,4 UTILITIES 6,7 WATER FOR CONSTRUCTION 7 WORKERS COMPENSATION AND EMPLOYMENT INSURANCE 13 General Provisions Page 16 of 16 SPECIAL PROVISION 1. LOCATION This work is located on various streets in the City of Cupertino, County of Santa Clara, as shown on the attached location map. 2. SCOPE OF WORK: The work consists of removing designated areas of pavement to the depth specified and reconstructing the removed areas with new asphalt pavement: Asphalt pavement replacement shall consist of compacting the base material, furnishing and applying paint binder and prime coat as required and furnishing and placing asphalt concrete to the elevation of the original wearing surface. This work must be completed before any overlay work is started. The work also consists of improving the indicated streets in the City of Cupertino by wedge cutting, resurfacing with thickness of approximately 2" of asphalt concrete. The work also includes the raising of manholes, water valve boxes, monument boxes, and traffic striping replacement as outlined in these specifications. 3. 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 minor 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 major streets before 9:00 A.M. or after 3:30 P.M. Monday through Friday. Ali 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. 4. MAINTAINING TRAFFIC: 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. Personal vehicles of the contractor's employews shall not be parked within the right-of-way. SPECIAL PROVISIONS PAGE 1 OF 11 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 atored within thirty feet (30' ) of the edge of traffic lanes. Public traffic shall not be routed on any portion of the new construction until the signing, pavement markers and safety features ordered by the Engineer have been installed. 5. NJTIFICATION 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 unseen breakdown of equipment or other unforeseen delays. The contractor must post the date the work is scheduled along with the following day's date on each sign. This is in case of minor 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 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. SPECIAL PROVISIONS PAGE 2 OF 11 SPECIAL PROVISIONS (Continued) : 6. INSPECTION AND INSPECTION COSTS: The work will be inspected by the City of Cupertino. 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 the rate of $3�- .00 per hour. 7. PUBLIC CONVENIENCE AND SAFETY: The Contractor shall conduct his operations so as to cause the least possible obstruction and inconvenience to public traffic. All traffic shall be permitted to pass through the work area. Contractor shall furnish, erect and maintain sufficient warnings and directional signs, barricades and lights, and furnish sufficient flagmen to give adequate warning to the public at all times that the road or street is under construction and of any dangerous conditions encountered as a result thereof. The contractor shall be allowed to close traffic lanes as specified in the Traffic Control Section, on the street involved in the project. Flagmen, barricades, and signing shall be required in order to insure safe and orderly traffic flow. Side or adjacent streets shall be posted and/or detoured with barricades and signs to insure traffic is routed around the work area. 8. QUANTITIES: It is specifically pointed out that the quantities listed in the proposal and 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 portions 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-FIVE (25) PERCENT OF THE CONTRACT QUANTITIES WITH NO CHANGE IN UNIT PRICE BID. ITEM DESCRIPTION EST-QTY. UNIT 1. Pavement Restoration (4") 69,374 S.F. 2. Pavement Restoration (6") 18,688 S.F. 3. Asphalt Concrete Pavement 3,498 Ton 4. Wedge Cut (Longitudinal) 12,562 L.F. 5 . Wedge Cut (Transverse) 866 L.F. 6. Adjust Manhole to Grade 49 EA. 7. Adjust Box to Grade 32 EA. 8. Pavement Fabric 274,396 S.F. 9. Remove Traffic Stripping City Detail 23C 1,000 L.F. 10. Remove Blue Pavement Markers 3 EA. SPECIAL PROVISIONS PAGE 3 OF 11 SPECIAL PROVISIONS (Continued) ESTIMATED QUANTITIES (Continued ITEM DESCRIPTION EST. QTY UNIT 11. Install Traffic Striping 4" White 1,350 L.F. 12" White 2,515 L.F. State Detail 39 4,090 L.F. State Detail 38 660 L.F. City Detail 39AC 1,800 L.F. City Detail 23C 3,570 L.F. 12. Install Painted Traffic Legends Type IV(L)Arrow 6 EA. Ahead 2 !SA. Keep Clear 6 35 2 EA. 25 2 EA. 30 2 EA. Stop 19 EA. Ped 1 EA. Xing 1 EA. 13. Install Blue Pavement Markers 5 EA. 14. Traffic Striping Layout L.S. 15. Deeplift Installation 207 TONS 9. 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 construction completed and in place and operating, the work in accordance with these specifications and/or the contract plans. Any item described in the Special Provisions 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 & 2- PAVEMENT RESTORATION (S.F. ) : This item is bid per square foot and shall include all labor and material to complete the pavement restoration as marked in the field. This bid item shall also include all costs for replacement of striping and pavement markers disturbed during construction on streets not receiving overlay. See Section 105 of Technical Provisions for Construction Method. BID ITEM NO. 3 - ASPHALT CONCRETE PAVEMENT DENSE GRADE (Ton) : This item is bid per ton (Type B 1/2" max. asphalt concrete) and shall include furnishing and compacting in place of asphalt concrete, thickness range of approximately 2". See Section 100 of Technical Provisions for Application Details. SPECIAL PROVISIONS PAGE 4 OF 11 SPECIAL PROVISIONS (Continued): BID ITEM NO 4 - WEDGE CUT (LONGITUDINAL) L.F. : This item is bid per lineal foot and shall consist of removing a triangular wedge of pavement approximately 1 1/4" deep by 6 ft. wide, along the lip of 9-.,.ter, or where specified. See Section 104 of Technical Provisions for Construction method. Bid Item No. 5 - Wedge Cut (Transverse) (L.F.): This item is bid per lineal foot and shall consist of removing a triangular wedge of pavement approximately 1 1/2" by 15 ft. across streets or where designated. This item shall include placing cutback at the wedge cut to provide for a temporary transition. See Section 104 of Technical Provisions for construction method. Bid item No. 6 - Raise Manholes (Each): This item is bid per each and shall include furnishing all labor, equipment and materials necessary for the adjustment of the manhole rim and cover to finish grade. Contractor shall have the option to use reinforced concrete grade rings, or cast iron manhole extension rings, or other method as approved by the engineer. If cast iron manhole extension rings are used, it shall be the responsibility of the contractor to verify the diameter of the manhole frame and to furnish extension rings of a diameter to insure proper fit. All extension rings shall have a minimum of three (3) set screws. P.G. & E and P.T. & T. manholes shall be overlayed and marked by leaving a patch of A.C. out near the center of the cover. See Section 103 of the Technical Provisions for additional information. Bid Item No. 7 - Raise Monument Box to Grade (Each) : This item is bid per each and consists of raising of existing valve boxes and monument boxes to the finish grade of the resurfaced pavement. See Section 103 of, the Technical Provisions for Additional Information. SPECIAL PROVISIONS PAGE 5 OF 11 SPECIAL PROVISIONS (Continued: Bid Item No. 8 - Pavement Fabric (S.F. ) : This item is bid per square foot and shall include all costs for furnishing all labor, equipment and materials necessary to install the pavement reinforcing fabric at locations as directed in the field by the Engineer. The fabric shall be installed just prior to the placement of the asphaltic overlay. The pavement reinforcing fabric shall be "Petromat" as manufactured by Phillips Petroleum Company or approved equal and shall be placed in strict accordance with the manufacturer's recommendation. Bid Item No. 9 Remove Traffic Striping (L.F.) : This bid item shall include all costs for the removal of the existing and/or conflicting raised pavement markers associated with the STATE and CITY DETAIL as shown on contract plans. Existing pavement markers, when no longer required for traffic lane delineation, shall be removed and disposed of as directed by the Engineer. No sandblasting required. Bid Item No. 10 - Remove Blue Pavement Markers (EA. ) : This bid item shall include all costs for the removal and disposal of the existing and/or conflicting blue raised pavement markers shown on contract plans. Bid Item No. l.. - Install Traffic Striping (L.F. ): This bid item shall include all costs for materials, equipment and labor to install all striping, as shown on the plans in accordance with Section 84 of the Standard Specifications and the State Traffic Manual. Prior to striping installation, the Contractor shall call for review and approval of the proposed striping by the City's Traffic Engineer. The City shall have the right to make changes in the location and alignment of the lane stripes and pavement markings. No separate payment will be made for traffic control for applying traffic stripes. Full compensation for traffic control shall be considered as included in the contract prices bid for traffic legends. Bid Item No. 12 - Install Painted Traffic Legends (EA. ) : This bid item shall include all costs for materials, equipment and labor to install all legends and arrows as shown on the plans in accordance with Section 84 of the Standard Specifications and the State Traffic Manual. Contractor shall be responsible for accurately locating the position of all legends, arrows, and other markings in accordance with the plans. SPECIAL PROVISIONS PAGE 6 OF 11 SPECIAL PROVISIONS (Continued) Bid Item No. 12 - Install Painted Legends (Continued) : The City will supply the Contractor the necessary templates for legends and arrows. Arrangements for the loan and return of the templates shall be made at the preconstruction meeting. Prior to painting, the Contractor shall call for review and approval by the City's Traffic Engineer. The City shall have the right to make changes in the location and alignment of the pavement markings. The Contractor shall provide suitable barriers, warning signs or other arrangements to keep both foot and vehicular traffic away from the freshly painted surfaces until paint is thoroughly dry. No separate payment will be made for traffic control for applying traffic stripes. Full compensation for traffic control shall be considered as included in the contract prices bid for traffic legends. Bid Item No. 13 - Install Blue Pavement Markers (Each) : This Unit Bid Item shall include all costs for the replacement of the 2-way blue reflective markers designating the locations of fire hydrants. The location of these markers shall be six inches (6") off the nearest lane striping toward and in line with the existing fire hydrant. In residential areas the location of these markers shall be six inches (6") off the center line and in line with the existing fire hydrant. The portion of the highway surface to which the markers is to be bonded by the adhesive shall be free of dirt, curing compound, grease, oil, moisture, loose or unsound layers, paint and any other material which would adversely affect the bond of the adhesive. Blast cleaning will not be required. No separate payment will be made for traffic control for applying pavement markers. Full compensation for traffic control shall be considered as included in the contract prices bid for traffic control. Bid item No. 14 - Traffic Striping Layout (Cat Tracking or Dribble) L( S. ) : This lump sum bid item shall include all costs for providing and placing traffic marks per color and location shown on the plans or as directed by the City Engineer. Control of alignment and layout of traffic stripes shall conform to the provisions in Section 84-1.02, "Traffic Stripes and Pavement Markings," of the Standard Specifications. SPECIAL PROVISIONS PAGE 7 OF 11 SPECIAL PROVISIONS CONTINUED: Bid Item No. 14- Traffic Striping Layout (Continued) Control of alignment and Laycut of traffic stripes shall conform to the provisions in Section 84-1.02, "Traffic Stripes and Pavement Markings," of the Standard Specifications. Contractor shall be responsible for accurately referencing out and replacing the lines and positions of all traffic lines, directional lines, arrows and other markings in accordance with the plans and City standard markings by cat tracking with painted marks immediately or no later than two (2) hours behind the contractor's paving operation. Cat tracking shall consist of stretching a rope on a straight line between control points on tangent alignment and on a true arc through control points on curved alignment and placing spots of paint along the rope. The spots shall not be more than three inches (30) in width and not more than five feet (5' ) apart on curves nor more than ten feet (101 ) apart on tangents. Dribble lines shall consist of marking the pavement with a thin line of paint using a striping machine or other suitable device. Dribble lines shall be on a straight line between control points on tangent alignment and on a true arc through control points on curved alignment. Paint for cat tracks and dribble lines shall be the same color as the traffic stripe for which they are placed: Prior to painting, the contractor shall call for review and approval of the proposed striping by the City's Traffic Engineer. City shall have the right to make changes in the location and alignment of lane stripes. No separate payment will be made for traffic control for applying cat tracks or dribble lines. Full compensation for traffic control shall be considered as included in the contract prices. See City of Cupertino Standard Detail 2-26 and 2-27. See State Plans A20-A, A20-B, A20-C, A 24A, A-248, A24C, A24D. Bid Item No. 15 - Deeplift Installation (Ton): This item is bid per ton (type B 1/2" max. asphalt concrete) and shall ' include all costs for furnishing all labor, equipment and materials necesary to remove existing dirt to the required depth, scarify to 8" below required depth and recompact existing subgrade to 95% relative compaction, saw cut existing pavement to limits shown on plan and remove, remove existing wood barricade, apply paint binder and prime coat (RS-1), install 0.78' A.C. deeplift (leaving surface 0.17' below lip of gutter and matching existing new edge of pavement). Curb and gutters are to be installed by others. See attached plan. SPECIAL PROVISIONS PAGE 8 OF 11 SPECIAL PROVISIONS (Continued) : 10. TIME OF COMPLETION/LIQUIDATED DAMAGES: The beginning date for pavement restoration shall be June 29, 1992. All pavement restoration must be complete by July 31, 1992. The beginning date for start of overlay work shall be August 3, 1992. There are 45 working days allowed for completion of this project. In order to complete this maintenance work on schedule, the City requests that once the Notice to Proceed and Project has started, the Contractor not pull off the job until completion of work, unless authorized by the City. The Contractor shall pay to 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. This amount of liquidated damages shall be deducted by the City from monies due from the Contractor hereunder, or the Contractor's assiged, successors, and sureties shall be liable to the City for any excess. 11. WATER: The furnishing of water and applying water s`,.11 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. Non-potable water is available for this use unless water is transported from another county other than Santa Clara County. 12. LIQUIDATED DAMAGES FOR TRAFFIC STRIPING: In compliance with the plans and specifications for the Annual Overlay Project 91-104 the temporary traffic striping (cat tracking or dribble) Bid Item No. 14 and permanent traffic striping, raised pavement markers and pavement legends Bid Item No. 11 thru 13 shall be installed as described in these Special Provisions. 1. I shall be responsible for providing the City of Cupertino or its agent, striping quantities pertaining to removal, no later than 4:00 P.M. on each calendar day of the project. 2. Within two (2) hours after each street has been overlayed. I shall be responsible for accurately locating and placing temporary centerlines, two-way barrier, two-way left turn lanes, left turn pockets, bike lanes, travel lanes, and other striping not solely limited to these patterns or legends as shown in the Standard Plans A20(A,B,C), A-24(A,B,C,Dj, City Standard Details 2-26 & 2-27, and the Project Plans. Bid Items 14. If the Contractor fails to perform this portion of the job, the Contractor shall pay the City of Cupertino the sum of one hundred and fifty dollars ($150.00) per day for that day, plus the sum of one hundred and fifty dollars ($150.00) for each and every calendar day the temporary striping remains incomplete. SPECIAL PROVISIONS PAGE 9 OF 11 SPECIAL PROVISIONS (Continued) LIQUIDATED DAMAGES FOR TRAFFIC STRIPING (CONTINUED) 3. Seven days following the overlay of each street, the Contractor shall be responsible for installing permanent centerlines, two-way barrier, two-way left turn lanes, left turn pockets, bike lanes, travel lanes, limit lines (stop bars) , legends speed limits, and other striping not solely limited to these patterns or legends as shown in the Standard Plans A20(A,B,C), A-24(A,B,C,D), City Standard Details 2-26 & 2-27, and the Project Plans. Bid Items 11-13. The Contractor shall be responsible for providing the City of Cupertino or its agent, striping quantities pertaining to installation, no later t',-n 4:00 P.M. on each calendar day of the project. If the Contractor fails co perform this portion of the job on the seventh day, I shall pay the City of Cupertino the sum of one hundred and fifty dollars ($150.00) per day for that day, plus the sum of one hundred and fifty dollars ($150.00) for each and every calendar day the permanent traffic striping, markings, and legends remain incomplete. This amount of liquidated damages shall be deducted by the City from monies due from the Contractor hereunder, or the Contractor's assigned, successors, and sureties 9'%all be liable to the City for any excess. 13. PRECONSTRUCTION MEETINGS: A_ preconstruction meeting will be scheduled prior to beginning of work. Striping plans will be discussed at that time. 14. REMOVAL AND DISPOSAL OF MATERIAL: Removal and disposal of all broken concrete, asphalt, earth, rock and debris shall be off the job site. This material becomes the property of the Contractor and must be disposed outside of the City of Cupertino. At the completion of the project the Contractor shall submit a report containing the following information: 1. Quantity of each material removed and disposed of at a recycling facility. 2. Name and address of the disposal site for each material. SPECIAL PROVISIONS PAGE 10 OF 11 15. 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 of the followinq criteria: 1. No individual device produces a noise level more than 89 d8A at a distance of twenty-five feet (251 ) (7.5 meters) . 2. A noise level on any nearby property does not exceed 70 d8A. It is a violation of this chapter to engage in any grading, street construction or undergro,ind utility work within seven hundred fifty feet (7501 ) of a residential area on Saturdays, Sundays, Holidays, and during the nighttime period except as provided in Section 10.48.030. Grading, construction, or demolition occurring during nighttime periods shall not be allowed unless they meet the nighttime standards of Section 10.48.040. 16. PAYMENT: Payment shall be made on only those streets the City has approved and for the approved amounts. No other compensation will be allowed. A payment schedule is available in the Public Works Department. Change order will not be considered or accepted after the project has been accepted by the City Council. SPECIAL PROVISIONS PAGE 11 OF 11 D. TECHNICAL PROVISIONS ASPHALT CONCRETE SECTION 100 DESCRIPTION: This work entails resurfacing of roadway pavement with asphalt concrete and shall consist of furnishing, spreading, and compacting plant mix asphalt concrete, including paint binder (tack coat) , to the lines and grades shown on the plans or as directed by the Engineer, all as specified in these specifications and the Special Provisions. This item shall conform to Section 39, "Asphalt Concrete" of the Standard Specifications, insofar as they are applicable. MATERIAL: All dense graded asphalt concrete shall be Type B with aggregate grading of one-half inch (1/2") maximum, medium, conforming to Section 39 "Asphalt Concrete", of the Standard Specifications. Paving asphalt to be mixed with aggregate shall be steam-refined asphalt viscosity grade AT-4000 conforming to Section 92, "Asphalts, " of the Standard Specifications. The exact amount of asphalt binder shall be as directed by the Engineer. Paint binder shall be asphaltic emulsion RS-1 conforming to Section 94, "Asphaltic Emulsions," of the Standard Specifications. PAVEMENT PREPARATION: The surface of the pavement to receive asphalt concrete shall be swept clean of all soil, vegetation and debris and with a self-propelled street broom machine immediately prior to placement of paint binder. Raised pavement markings (buttons) and other material which interferes with the resurfacing of pavement with asphalt concrete shall be removed. TECHNICAL PROVISIONS PAGE 1 OF 7 D. TECHNICAL PROVISIONS (Continued) ASPHALT CONCRETE SECTION 100 PAINT BINDER: Paint birder shall be furnished and applied to all vertical surfaces of existing pavement, curbs, gutters, and construction joints in the surfacz_ng against which additional material is to be placed, to a pavement to be resurfaced, and to other surfaces designated by the Engineer. Paint binder shall not be applied to pavement surfaces conditioned by Heater-Remix operations. Paint binder shall be applied in one (1) application at a rate of from 0.05 to 0.10 gallon per square yard of surface covered. The exact rate of application will be determined by the Engineer. Immediately in advance of placing asphalt concrete, additional paint binder shall be applied as directed by the Engineer to areas where the paint binder has been damaged, and loose or extraneous material shall be removed, and no additional compensation will be allowed therefor. SPREADING AND COMPACTING: Asphalt concrete shall be placed with asphalt paving machine. Paving machine shall be self-propelled mechanical spreading and finishing equipment, provided with a screed or strike-off assembly. Truck drawn portable asphalt spreader may be used in certain areas inaccessible to the paving machine providing prior approval is granted by the Engineer. Spreading and compacting equipment shall conform to Section 39-5 of the Standard Specifications unless otherwise specified in the Special Provisions. Spreading and compacting shall conform to Section 39-6 of the Standard Specifications unless otherwise specified in the Special Provisions. MEASUREMENT AND PAYMENT: Section 29-8, "Measurement and Payment, ~ of the Standard Specifications shall not be applicable. Measurement and payment for asphalt concrete shall be per ton in place. Contractor shall furnish Engineer one (1) copy of the official weight tag from the asphalt plant with each load of asphalt concrete when material is delivered to the job site. TECHNICAL PROVISIONS PAGE 2 of 7 D. TECHNICAL PROVISIONS SECTION 103 ADJUSTING EXISTING FACILITIES TO GRADE DESCRIPTION: This work shall consist of raising, setting or installation of existing or proposed highway facilities such as manholes, valve boxes, flushing inlets, and monument boxes to the finish grade of the resurfaced pavement. CONSTRUCTION METHOD: Construction shall conform to Section 15-2.05A of the Standard Specifications except that raising devices (iron or steel adjustment ring) may not be used to raise manholes to grade. Raising of manholes to finish grade shall be performed after pavement resurfacing unless otherwise specified in the Special Provisions. The Contractor shall properly locate and tie all existing highway facilities to be raised in advance of paving operations. The Contractor shall install a Phoenix OP2001A or approved equal over existing brass tack in concrete monuments or around non-standard square monument covers and frames. These monuments are at the existing grade, therefore the new casting must be placed in the existing surface. To achieve this without disrupting the monument's location the contractor must first core drill a 4" dia. hole around the outside of the monument to a depth of 611. After the finish paving has been done the contractor shall remove the asphalt and excavate around the monument to a depth of 7 1/4" and a diameter of 13". 'without disturbing the horizontal axis of the monument the contractor shall break away the concrete outside the 4" core area. The casting shall be placed in concrete and the surface will be patched to match the new finish grade of the resurfaced pavement. The monument lid may need modifications to fit properly. PG&E and PT&T manholes shall be raised by others. Contractor shall pave over each of these manholes except for a five (5) inch diameter plug left out of the center of each manhole in order to locate the manhole. MEASUREMENT & PAYMENT Raising or installation of existing highway facilities to finish grade shall be measured and paid for each unit designated in the contract bid schedule. Quantities will be determined from actual court. The contract price and payment for each unit shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in raising, setting or installing the unit item complete in place, as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. TECHNICAL PROVISIONS PAGE 3 OF 7 TECHNICAL PROVISIONS SECTION 104 WEDGE CUT DESCRIPTION: This work consists of removing a triangular wedge of pavement approximattely: 1) One and one-fourth inch (1 1/4") deep by six feet (6' ) wide, along the lip of gutter, or where specified (longitudinal) and 2) One and one-half inch (1 1/2") deep by fifteen feet (151 ) across street (transverse) CONSTRUCTION METHOD: Longitudinal Wedge Cut: The asphalt paving to be ground shall form a wedgeshape by mechanical means, being ground to a depth of one and one-fourth (1 1/4") below the lip of gutter, or where marked and tapering to a point six feet (61 ) away from the lip of gutter, or where marked, to where no grinding shall occur. The grinding operation shall proceed straight through all side street entrances along the street to be overlayed unless otherwise shown. The grinding operator shall take care not to cut traffic signal detector loops or leads wherever possible. Transverse Wedge Cut: Transversely, across the travel lanes and intersecting streets, the asphalt paving to be ground shall form a wedge shape by mechanical means, being ground to a depth of one and one-half inches (1 1/2") at the overlay confc,:m points and tapering to a point fifteen feet (151 ) away within the overlay area where no grinding shall occur. The contractor shall place cutback at the wedge cut to provide for temporary transition. The Contractor shall be responsible for the sweeping, removal, and disposal of all residue resulting from the operation and no extra compensation shall be allowed. The streets shall be repsved within five (5) working days after the pavement grinding operation. Pavement grinding shall conform to Section 42-2 of the State of California Standard Specifications. Wedge cut shall be performed with a cold planner (grinder) equipment unless otherwise specified In the Special Provisions. Contractor shall exercise care to insure that the adjacent lip of gutter is not damaged during the wedge cutting operation. Limits of wedge cut shall be determined by the Engineer in the field. TECHNICAL PROVISIONS PAGE 4 of 7 D. TECHNICAL PROVISIONS (continued) SECTION 104 WEDGE CUT MEASUREMENT AND PAYMENT Measurement and payment for wedge cut shall be by lineal foot or pavement wedge cut to the dimension specified. Unit price and payment shall include full compensation for furnishing all labor, material, equipment, tools, and incidentals, and for doing all work involved in completing the wedge cut as shown on the plans, and as specified in these specifications, and as directed by the Engineer. TECHNICAL PROVISIONS PAGE 5 OF 7 D. TECHNICAL PROVISIONS SECTION 105 REPAIR OF FAILED PAVEMENT 1. DESCRIPTION: This work shall consist of removing designated areas of pavement to the depth specified and reconstructing the removed areas with new asphalt pavement. Asphalt pavement replaced shall consist of compacting the base material, furnishing and placing asphalt concrete to the elevation of the original wearing surface. Patches vary in size, look at samples on streets listed in specifications. 2. MATERIALS: Bituminous materials; asphalt concrete shall be type B and conform to Section 39 of the State Specifications. For repairs of four inch (4") or six inch (6") use one-half (1/2") maximum size aggregate. Asphalt emulsion used as paint binder shall conform to Section 94 of the State Specifications. Asphalt prime coat shall be an RL-1 emulsified asphalt. 3. CONSTRUCTION METHODS: A. All pavement cute shall be straight and vertical and leave a competent edge. A concrete saw, pavement cutter, jack hammer or other approved equi?ment shall be used to make all pavement cuts. If a City survey monument is located in or near a patch do not disturb its location during construction. If a monument is disturbed the Contractor will responsible for re-establishing it as a monument. B. The 3xposed base material shall be compacted as required by the City Inspector. C. Paint binder shall be applied to all vertical pavement edges. D. RS-1 shall be applied as a prime coat to the base material at the rate of 0.2 Gal./Sq. Yd. E. The specified thickness of replacement asphalt concrete is to be placed in two (2) lifts if thicker than 0.2 feet. Both lifts shall be spread and compacted in conformance with Section 39 of the Standard Specifications. The final course shall be placed so as to restore the original designed cross-sectional geometry of the road. When feathering and conforming edges, excess material, particularly the larger size aggregate, shall be removed from the job, not rolled into the fresh mat. TECHNICAL PROVISIONS PAGE 6 OF 7 D. TECHNICAL PROVISIONS (Continued) SECTION 105 REPAIR OF FAILED PAVEMENT CONSTRUCTION METHODS (continued) A repair may be left low by a max. of 1" overnight (not over the weekend) . However, if directed by the City inspector feathering of the repair edge maybe required before a patch may be left low overnight. Final lift shall be placed by paving machine or other methods as approved by the City Engineer. 4. METHOD OF PAYMENT: Contract price per square foot for removal of failed areas of pavement to the specified depth and replacing with asphalt concrete to full depth shall include full compensation for furnishing and placing all material complete in place including the application of the prime coats and paint binder. TECHNICAL PROVISIONS PAGE 7 OF 7 A N N U A L OVERLAY & P A V E M E N T RESTORATION PROJECT 92-101 R. D BY; APPROVED BY: Glenn M. g �3;rt J. VIskividh Traffic Engineer irector of ublic works SIGNATURE PAGE 1 OF 1 PAVEMENT RESTORATION 4" REPAIR 6" REPAIR AINSWORTH 899 ALCALDE 1054 ALCAZAR 371 ALHAMBRA 212 ALVES 261 ANSON 84 ANTOINETTE 12 APPLE TREE 1267 ATHERWOOD 530 AUBURN DR. 5167 AVENIDA 16 BAHL 580 BANDLEY 121 BEARDON 847 BELKNAP 60 BILICH PL. 48 BLANEY 46 BOLLINGER 1868 BROOKGROVE 391 BROOKWELI, 1020 BUBB 1302 BYRNE 42 CAMINO VISTA 1155 CANDLEWOOD 1560 CASTLETON 936 CASTINE 1029 COLUMBUS 78 CORDOVA 75 1000 COTTONWOOD 134 CUPERTINO 541 CYPRESS CT. 364 DE ANZA BL. 1500 DEEP CLIFF 54 DEFOE DR 931 DUBON 831 ELMSFORD 346 92-009 ANNUAL OVERLAY PAVEMENT RESTORATION 3 of 3 PROJ. 92-101 FALLENLEAF 489 FINCH AVE. 15 FITZGERALD 45 FOLKESTONE 612 GRANADA 1692 GREENLEAF 40 HEAT TTERWOOD 192 HERMOSA T 306 �w HOMESTEAD 393 HYDE DR. 1885 JANICE 699 JOHN DR 1,95 KENDLE 77 KIM 797 LAZANEO 336 LEBANON 765 LINDA VISTA 279 LINDY LN 25 LOCKWOOD 553 LOMITA 1940 LUBEC 201 MCCLELLAN 1704 ivIILFORD 345 MIRA VISTA 1220 NOVEMBER 937 PACIFICA 36 PALM 456 PALOS VERDES 267 PASADENA 3357 PEACH TREE 1006 POPPY 85 PORTAL 1762 PRADO VISTA 424 PRUNERIDGE 1774 RAINBOW 1941 RICHWOOD 7473 RODRIGUES 861 RtJCKF.R � 152 SAGE CT. 590 SAN FERNANDO 98 SAl'�1 JUAN 252 SANTA TERESA 1726 SEYMMBBER 231 SHADYGROVE 1460 SHELLY 120 ST. ANDREWS AVE. 583 STELLING 1801 STENDAHL LN. 1696 STEVENS CREEK BL. 4283 TANTAU 1076 TIPTOE 26 TORRE 3002 VALLEY GREEN 369 _ VISTA 2224 VISTA KNOLL 1917 VOSS �1123 WALNUT CIR. rT. 1217 WALNUT CIR. 8 231 W. ESTATES 109 WHEATON 603 WHITNEY WY. 670 WILKINSON 415 WILLOWBROOK 172 TOTAL 69374 1868$ ' r OVERLAY PROJECT 92-101 (LONG.) (TRANS.) STREET FROM/TO LENGTH WIDTH THICKNESS ASPHALT FABRIC WEDGE CUT WEDGE CUT MANHOLE BOX FEET TON SF LF LF EACH EACH VALLEY GREEN DR $TEWNG/BEARDON 1565 36 0.17 718 56340 3130 200 10 3 RICHWOOD DR MILLER!VICKSBURG 1730 32 0.17 706 55360 3460 250 3 2 STEWNG RD McCLELLAN/HWY 85 1840 66 0.17 1548 121440 3680 196 25 20 McCLELLAN RD BUBB/HWY 85 690 36 0.17 317 24840 1380 110 8 6 McCLELLAN RD HWY 85/ROSE BLOSSOM DR 455 36 0.17 209 16416 912 110 3 1 TOTALS I Z961 12562 1 866 49 32 48 48 C1 O ® 0 0 0 ® ® !7 0 0 0 0 0 0 0 ® n _ ® O O O O O O O ® O O O O O O Oc 16 5° 6° I DETAIL 23C 96° 4d ( 48° ® 0 0 0 0 0 ® 7 ® 0 0 0 0 0 0 0 0 31° ® 0 0 ® O O O Iis ( 12° Is I 16- 12° t O O O O O O O 3„ 0 O 0 0 0 0 0 0 ® 0 0 0 0 ® 0 0 DETAIL 33C LEGEND ® TWO-WAY YELLOW REFLECTIVE !MARKER O NON® REFLECTIVE YELLOW MARKER CITY OF CUPERTINO APrAove0 BY :, 2--26 . �, STANDARD DETAILS r N - 6 200' : c� VEH 4� m m D' ;1 6 ® ® ED rz 00 , BIKE J LIMIT LINE --,�„ 5 min. 30 6°ar varies M FO.C. 0 e rn ® m r TYPICAL. BIKE LANE AT INTERSECTION' M 10 --,r— z a 4' SB! VEH 6" � BIKE f g varies LIMIT LINE S:min. 6 or varies F.O.C. W/IDENEID BIKE LANE AT INTERSECTION