HomeMy WebLinkAbout93-011 Jollyman Park-Phase II Project 93-9101 93-011 JOLLYMAN PARK-PHASE II 1 of 3
PROJECT 93-9101
CITY OF CUPERTINO
INITERDEPARTMENT.AL Date APRIL 13, 1993
Ta CITY CLERK _ From PUBLIC WORKS--SUMI
O Information MESSAGE: CONTRACT--JOLLYMAN PARR, PHASE II (INFORMAL)
O Implement PROJECT 93-9101
O Investigate
O Discuss TRANSMITTED ARE THREE SETS OF CONTRACT FOR THE APPROPRIATE
❑ See me SIGNATURES.
❑ Reply
_ CONTRACTOR: B & B LANDSCAPE CONTRACTORS, INC.
312 BROKAW ROAD ,^
-- --- -- SA TA e , CA 45C5fr—_
Reply:-- --
attach.
SIGNED: DATE
Forward part 1 Retain part 2
This document has 11937900
not beC11 CoMP::-?'ed with the original. 1140 FEE
SAINITA CLARA COUNTY RECORDE#,-) F-E III
AT RE01JEST OF
City of Cupertino JU
J I Ail
CERTIFICATE OF COMPLETION A4TY
AND L
NOTICE OF ACCEPTANCE OF COMPLETION R r CoRDI
JOLLYMAN PARK, PHASE 11
PROJECT 93-9 101
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 B & B LANDSCAPE
on April 22, 1993, in accordance with the plans and specifications for said work, have
been completed to my satisfaction and acceptance of completion is made as of
May 20, 1993.
That said work and improvements consisted of furnishing all labor, materials,
tools, and equipment required to complete said project, all as more particularly described
in the plans and specifications for said project.
lDir ctorofpu [J'Works
r I t4 ir c 0 Cit Engionfeer. I ity of Cupertino
Date: May 24, 1993
L
Put R, S I N11 E
FOR F A T I"
M® 16PAGE0839 11937900
Return to: O FED ® ,t. E , + alac,rcftt�
CITY OF CUPERTINO r._ .WITH 109 H 60V CODE 10J 6 � AT REQUEST OF
�
10300 Torre Avenue
Cupertino, CA 95014 City of Cupertino
j CERTIFICATE OF COMPLETION '=1S
v SiNi -JNTY
AND
NOTICE OF ACCEPTANCE OF COMPLETION REGORWR
JOLLYMAN PARK, PRASE 11:
PROJECT 93-9101
NOTICE IS HEREBY GIVEN THAT 11 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 B & B LANDSCAPE
on April 22, 1993, in accordance with the plans and specifications for said work, have
been completed to my satisfaction and acceptance of completion is made as of
May 20, 1993.
That said work and improvements consisted of furnishing all labor, materials,
tools, and equipment required to complete said project, all as more particularly described
in the plans and specifications for said project.
4En8 ,
Diorks
Cif Cupertino
Date: May 24, 1993
D.CONTRACr FOR PUBLIC WORKS
This COM MCr made on April 22 19 93 by the = OF CUPE€TINO,
a municipal corporation of the State of Cal forru.a, hereinafter called CITY,
and B&B LNESCAM UMMiL°1 RS, 1W., hereinafter called CONTRACTOR.
IT IS HEREBY AGREED by CITY and CdPMC MR as follows:
1. THE rn%? ACr DOCUMENTS. The complete contract consists of the following
contract documents:
a. Notice to Contractors, Proposal, Time for Completion, Estimated
Quantities, Noncollusion Affidavit, Bidder Qualification Form, Sub-
Contractors Form and Signature Form.
b. Standard Specifications, General Provisions and Special Provisions.
C. Plans and Specifications for JCUYMM PARK - PHAM II, PIDTNCr
93-9101.
d. Faithful. Performance Bond and Materials Bond.
e. Insurance Agreement, Certificate of Insurance, Endorsement of Primary
Insurance, Additional Insured Endorsement, Endorsement of Aggregate
Limits of Insurance per Project, Waiver of Subrogation Endorsement
Worker's Compensation Insurance and Notice of Policy Cancellation
Endorsement.
f. This Contract for Public Works.
All of the above documents are intea;ded to cooperate so that any work called
for in one aru not mentioned in the other, or vice versa, is to be executed
the same as if mentioned in all of said documents. The documents comprising
the complete contract are sometimes hereinafter referred to as the Contract
Documents. In case of conflict between the Plans and the Specifications on
the one hand, and this Contract on the other, the Plans and Specificaticns
shall prevail.
2. THE WORK. CONTRACTOR agrees to furnish all of th< tools, equipment,
apparatus, facilities, labor, transportation and materials necessary to
perform and complete in a good and working order, the work of INS XLU G
y as called for, and in the manner designated in, and
in strict conformity with, the Plans and Specifications prepared by the
Engineer and adopted by CITY, which Plans and Specifications are entitled,
respectively, JCKZYMAN PMW PHASE II, PRWECr 93-9101 and which Plans and
Specifications are identified by the signatures of the parties to this
Contract. It is understood and agreed that said tools, equipment, apparatus,
facilities, labor, transportation and materials shall be furnished, and that
said work shall be performed and completed as required in said Plans and
Specifications under the sole direction of CONTRACTOR, but subject to the
inspection and approval of CITY, or its representative. CITY hereby
designates as its representative for the purpose of this Contract the
Engineer, Mr. Bert J. Viskovirh.
Contract Page 1 of 6
coNTRAcr FOR PUBLIC WORK5 (continued)
3. fANTRACT PRICE. CITY agrees to Pay, and C]UNTRAC'IOR agrees to accept, in
full payment for the work above agreed to be done, the sum of TARM IND
MMUMM FM H3=M THMT SW ($22,537) subject to additions
and/or dedur_-tions as provided in the Contract its, per Exhibit A
attached hereto.
4. DISP(JTES PERTAINING M PAYMENT FUR WOW. Should any dispute arise
respecting the true value of the work done, or any work anitted, or of any
extra work which CORMCIOR may be required to do, or respecting the size of
any payment to CONTRACTOR during the performance of this Contract, said
dispute shall be determined either by reference to the Unit Prices bid, if
applicable, or in accordance with agreement of prices, if applicable, of in
accordance with the agreement of the parties, or in accordance with Section
6, paragraph 'If01 of the General Provisions.
5. PE. U-1S, CC MPLSANCE WITH LAW. CXDNMCTOR shall obtain and bear all
expense for all neoess,._y permits, licenses and easements for the
construction of the project, give all necessary rx)ti ms, pay all fees
refired by lava, and amply with the laws, ordinances and regulations
relating to the work and to the preservation of the public health and safety.
6. INSPBCTION BY THE CITY. OOMPACPOR shall at all times maintain proper
facilities and provide safe access for inspection by CITY to all parts of the
work, and to the shops wherein the work is in preparation. Where the
Specifications require work to be specially tested or approved, it shall not
be tested or covered up without timely notice to CITY of its readiness for
inspection and without the approval thereof or consent thereto by CITY.
Should any such work be covered up without such notice, approval, or consent,
it must, if required by CITY, be uncovered for examination at CONTRACIK)R'S
expense.
7. ECIRA OR ADDITIONAL WORK AND CHANGES. Should CITY at any time during the
progress of the work require any alterations, deviations, additions or
omissions fran the Plar_s or Specifications or the contract Documents, CITY
shall have the right to do so, and the same shall in no way affect or make
void the Contract, but the cost or value thereof will be added to, or
deducted from, the amount of the Contract price, as the case may be, by a
fair and reasonable valuation, which shall be determined either by reference
to the Unit Prices bid, if applicable, the Standard Specifications, or in
accordance with the agreement of the parties. No extra work shall be
performed or change be made except by a written order from CITY, duly
authorized by resolution of the City Council, and by all agencies whose
approval is required by law, stating that the extra work or change is
authorized, and no claim for an addition to the Contract sine shall be valid
unless so ordered.
S. GRANGES TO MEET ENVIRONMENTAL REQUIREMENTS. CITY shall have the right to
make changes in this Contract during the course of construction to Ding the
completed improvements into omplianoe with environmental requirements or
standards established by State and Federal statutes and regulations after the
OQntract has been awarded or entered into. CONTRACTOR shall be paid for such
changes either by reference to the Unit Pricey bid, if applicable, or in
accordance with the agreement of the parties.
Contract Page 2 of 6
OONTRACT FOR PUBLIC WORKS (continued)
g. TERKMTION, AMENDMENT OR MODIFICATION. This Contract may be terminated,
amended or modified, with the mutual consent of the parties. The
caattpensation payable, if any, for such termination, amendment or
modification, shall be determined either by reference to the Unit Price bid,
if applicable, the Standard Specifications, or in accordance with the
agreement of the parties.
10. TIME FOR CCHPLLTICNJ. All work under this Contract shall be completed in
accordance with the Time for Completion section in the proposal and the
Specifications of this project. If CONTRACTOR shall be delayed in the work
by the acts or neglect of CITY, or its employees, or those under it by
contract or otherwise, or by changes ordered in the work, or by strikes,
lockouts by others, fire, unusual delay in transportation, unavoidable
casualties or any causes beyond CONTRACTOR'S control, or by delay authorized
by CTIY, or by any cause which CITY shall determine justifies the delay, then
the time of completion shall be extended accordingly. This paragraph does
not exclude the recovery of damages for delay by either party tuxler other
provisions in the Contract Doctmments.
11. INSpBCrION AND TESTING OF MATERIALS. commclOR shall notify CITY a
sufficient time in advance of the manufacture, production or testing of
materials to be supplied under this Contract, in order that CITY may arrange
for mill, factory or laboratory inspection and testing of same.
12. TERMINATION FOR BREACH OR INSOLVENCY. If CONTRACTOR should be adjudged
a bankrupt, or should make a general assignment for the benefit of creditors,
or if a receiver should be appointed on account of insolvency, or if
CONTRACTOR or any sub-contractor should violate any of the provisions of the
Contract, CITY may serve written notice upon CONTRACTOR and CONTRACTOR'S
surety of its intention to terminate the Contract. Such notice shall contain
the reasons for CITY'S intention to terminate the Contract, and unless within
te4-i(10) days after serving of such notice, such violation shall cease and
satisfactory arrangements for corrections thereof be made, the Contract
shall, upon the expiration of said ten(10) days, cease and terminate. In the
event of any such termination, CITY shall .immediately serve notice, thereof
upon M'14RACTOR'S surety and CONTRACTOR, and the surety shall have the right
to take over and perform the contract; provided, haaever, that, if the surety
within fifteen(15) days after the serving upon it of notice of termination
does not give CITY written notice of its intention to take over and perform
the contract, or does not ecrimmenee —xformanee thereof within thirty(30) days
from the date of the serving of suc..i notice, CITY may take over the work and
prosecute the same to completion by contract, or by any other method it may
deem advisable, for the account and at the expense of CONIRACI0R, and
CONTRACIOR and CONTRACTOR'S surety shall be liable to CITY for any excess
cost occasioned by CTrY thereby, and in such event CITY may, without
liability for su doing, take possession of, and utilize in completing the
work, such materials, appliances, plant and other property belonging to
CONTRACTOR as may be on the site of the work and necessary therefor.
13. THE CITY'S RIGHT TO WIT1MLD CERTAIN AMOUNTS AND MAKE APPLICATION
TTERBDF. In addition to amounts which CITY may retain under other provisions
of the Specifications until final completion and acceptance of all work
covered by the Contract, CITY may withhold from payment to CONIRACIOR such an
amount or amounts as in its judgement may be necessary to pay just claims
against CONTRACTOR or sub-contractors for labor and services rendered and
materials furnished in and about the work.
Contract Page 3 of 6
CONTRACT' FOR PUBLIC VMCS (continued)
CITY may apply such withheld amount or amounts to the payment of such claims
in its discretion. In doing so, CITY shall be deemed the agent of COItMMCTOR,
and any payment so made by CITY shall be considered as a payment made under
the OmtracL by CITY to CONTRACTOR, and CITY shall not be liable to
OWIRACTOR for any payment made in good faith. Such payment may be made
without prior judicial determination of the claim or claims. With respect to
any retention of payment by CITY to ensure performance of the Contract,
CONTRACTOR will be entitled to substitute securities as provided in Section
4590 of the California Government Code as more fully described in CITY'S
Notice to Contractors.
14. NOTICE AND SERVICE Ti gIMI F. Any notice from, one party to the other under
this Contract shall be in writing, and shall be dated and signed either by
the party giving such notice, or by a duly authorized representative of such
party. Any such notice shall not be effective for any purpose whatsoever
unless served in the following manner; (a) if the notice is given to CITY
either by personal delivery thereof to the Engineer of CITY, or by depositing
same in the United States mails, enclosed in a sealed envelope, addressed to
CITY OF CUPERTINO, 10300 TORRE AVENUE, CUPERTM, CA 95014, postage prepaid
and certified; (b) if the notice is given to CONTRACTOR, either by personal
delivery thereof to CONTRACTOR, or to CONTRACTOR'S drily authorized
representative at the site of the project, or by depositing same in the
United States mails, enclosed in a sealed envelope, addressed to 312 HFAWN
FDA D, SANTA CLARA, CA 95050, postage prepaid and certified; and (c) if
notice is given to CONTRACTOR'S surety or any other person, either by
personal delivery thereof to CONTRACTOR'S surety or other person, or by
depositing same in the United States mails, enclosed in a sealed envelope,
addressed to CONTRACTOR'S surety or person, as the case may be, at the
address of CONTRACTOR'S surety or, the address of the person last communicated
by such person to the party giving the noteice, postage prepaid and certified.
15. ASSIGNMErFT OF CONTRACT. Neither the Contract, nor any part thereof, nor
moneys due or to become due thereunder, shall be assigned by CONTRACTOR
without the prior written approval of CITY.
16. COMPLIANcl-P WITH SPECIFICATIONS OF KATERLkTS. Whenever in the
Specifications, any material or process is indicated or specified by patent
or proprietary name, or by name of manufacturer, such Specifications must be
met by CONTRACMA, unless CITY agrees in writing to scoe other material,
process or article offerer) by CnNT'RACIOR which is equal in all respects to
the one specified. It shall be CONTRACTOR'S responsibility to prove equality
of any such material, process or article offered as a substitution to the
ones) specified.
17. W DR[M I S COMPENSATION INSURANCE AND EMPLOYER'S LIABILITY INSURANCE.
CONTRACTOR shall take out and maintain during the life of this Contract
Worker's Co[pensation Insurance and Employer's Liability Insurance for all of
OURMACTCIR'S --zployees employed at the site of the project. In case any work
is sublet, CONTRACTOR shall require any and all sub-contractors similarly to
provide Worker's compensation and Employer's Liability Insurance for all of
the l.atter's employees unless such employees are covered by the protection
afforded to the CONTRACTOR.
Contract Page 4 of 6
CONTRACT FOR PUBLIC WORKS (continued)
In signing this Contract OOMMCTOR makes the following certification,
required by Section 1861 of the Labor (ode: "I am aware of the provisions of
Section 3700 of the Labor Cade which requires every employer to be insured
against liability for worker's compensation or to undertake self insurance in
accordance with the provisions of the Labor Code, and I will amply with such
provisions before cxmmench g the performance of the work of this Contract.P1
18. ACCIDENT PREVErTI'ION. Precaution shall be exercised at all times for the
protection of persons (including employees) and property. The safety
provisions of applicable laws, building codes and oonstruction codes shall be
observed. Machinery, equipment and other hazards shall be guarded or
eliminated in accordance with the safety provisions of the Construction and
Safety Orders issued by the Industrial Accident Commission of the State of
California.
19. CONTRACTOR'S RISIBILITY FOR THE WORK. CONIRACTOR shall not be
responsible for the cost of repairing or restoring damage to the work caused
by Acts of God. NgMMULESS, CXkTY.I2AcMR shall, if the insurance premium is a
separate bid item, obtain the insurance to indemnify CITY for any damage to
the work caused by Acts of Gad. "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 emergerr-y by the President of the United States or by
the Governor of the State of California, or were of a magnitude at the site
of the work sufficient to have caused a proclamation of disaster or state of
emergency having occurred in a populated area. Subject to the foregoing,
CTI'Y 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 about the same during
its construction and before acceptance.
20. CONI'RACIGR'S GUARANTEE. OONTRACrOR unqualifiedly guarantees the first-
class quality of all work and of all materials, apparatus and equipment used
or installed by CONTRACTOR or by any sub-oontractor or supplier in the
project which is the subject of this Contract, unless a lesser quality is
expressly authorized in the Plans and Specifications, in which event
CONTRACTOR unqualifiedly guarantees such lesser quality; and that the work as
performed by CONTRACTOR will conform with the Plans and Specifications or any
written authorized deviations therefrom. In case of any defect in the work,
materials, apparatus or equipment, whether latent or patent, revealed to CITY
within one(l) year of the date of acceptance of completion of this Contract
by CITY, CONTRACIOR will forthwith remedy such defects without cost to CITY.
Contract Page 5 of 6
r ALL-PURPOSE ACIMOWLEDGMEW Now
State of CALIFORNIA CAPACITY DIME®BY SIGNER
County of SANTA CT..ARA ❑ INDIVIDUAL(S)
® CORPORATE President
On 3/31/9 3 before me, Pam Cagle, Notary Public OFFICER(S)
DATE NAME TITLE OF OFFICER-E.G.,-JANE DOE.NOTARY PUBLIC- — TITLE(S)
❑ PARTNER(S)
personally appeared George Brunn ❑ ATTORNEY-IN-FACT
NAIE(S)OF SIGNER(S) ❑ TRUSTEE(S)
IZ personally known to me-OR- ❑proved to me on the basis of satisfactory evidence ❑ SUBSCRIBING WITNESS
to be the person(s) whose name(s) is/are
subscribed to the within instrument and ac-
knowledged to me that he/shetthey executed 13 OTHER:
the same in his/her/their authorized
�oc�cococatx��ncc� cn�ocQcnc4t capacity(ies), and that by his/her/their
OFFICIAL SEAL signature(s)on the instrument the person(s),
PAM CAGLE orthe entity upon behalfofwhich the person(s) SIGNER IS R FIRESENTING:
-O NOTi',2Y PUBLIC-CAL IFONIA
i1 acted,executed the instrument. NAM°F"�` � �"'' ►
SANTA CLARA COUNTY C B & B Landscape
Q My Commission Expires July 19, 1993 Witness my hand and official seal.
Contractors, Inc.
SIGNATURE OF ARK
ATTENTION NOTARY:Although the wdormation requested below is OPTIONAL,it cou6d prevent haudulem anedurIerlt of 11us certificate to urtautl ortred dM R M.
THIS CERTIFICATE Title or Type of Document Contract
MUST BE ATTACHED TO THE DOCUMENTNumber of Pages 6 Date of Document -
DESCRIBED AT RIGHT: Signer(s)Other Than Named Above
'QM NATIONAL NCnARY ASSCIC IATION•B2B8 RIMMI101 ka.•P.O.Bait 7154•Cmgp Pads,CA♦1 W71Ba
a
CORMCT FOR PUBLIC WOMS (continued) P.O.
a IN W11MESS WHII2MF, the parties have executed this Contract, in
duplicate, the day and year _`first hereinabove written.
CITY OF CUPEFnYM CONIMMOR:
B & B LANDSCAPE CONTRACTORS, INC.
r /
By:
1
Notary acaiawledgdment is required. If a
corporation, corporate seal and corporate
notary acknowledgement are required. If
not a corporation a F Aal Security No. or
Federal Tax I.D.# is required.
t 94-2413513
Soc. Security # Federal Tax I.D. #
By:
° FD-fie-A� of Public orks
Attest:
I city Cl
Date: i f o.� , 19
City Clerk
APPROVED AS TO PO .
a
City Attorney
Project Name & Ntmtber: Jollyman Park, Phase II, Project 93-9101
COntraCtOrS Nam and Address: B&B Landscape Contractors, Inc.
312 Brokaw Road.
° Santa Clara, CA 95050
! Contract Amount: $ 22,537
Account Number: 120-9101-953
File Number: 92,030.01
Contract Page 6 of 6
CXWMCr FOR PUBLIC WORKS (continued)
I NSURMCE AGREEMENr
A. Contractor is aware of the provisions of Section 3700 of the Labor Code,
which requires every employer to be insured against liability for workers'
compensation or undertake self-insurance in aecordamx a with the provisions of
that code, and will amply with such provisions before cc mencing the
perforcr-mce of the work of this Contract.
B. Contractor and all subcontractors will carry workers' c mpensation
insurance for the protection of its employees during the progress of the
work. The insurer shall waive its rights of subrogation against the City, the
City's officers, agents and employees and shall issue an endorsement to the
policy evidencing same.
C. Contractor shall carry at all times, on all operations hereunder,
ac mnercial or comprehensive general liability insurance, automobile liability
insurance and builder's all risk insurance. All insurance coverage shall be
in amounts required by the City and shall be evidenced by the issuance of a
certificate, in a form prescribed by the City and shall be underwritten by
insurance companies satisfactory to the City for all operations, suboontract
work, contractual obligations, product or campleted operations, all owned
vehicles and non-owned vehicles. Said insurance coverage obtained by the
Contrdctor, excepting workers' ompensation coverage, shall name the City,
its engineer, and each of its Directors, Offieers,Agents and Employees, as
deteririneci by the City, as additional insureds on said policies. Insurers
ramt be licensed to do business in the State of California. The Insurers
must also have an "A" policyholder's rating and a financial rating of at
least Class VII in accordance with the current Best's Guide Rating.
D. Before Contractor performs any work at, or prepares or delivers
materials to, the site of construction, Contractor shall furnish certificates
of insurance evidencing the foregoing insurance coverages and such
certificates shall provide the name and policy number of each carrier and
policy and that the insurance is in force and will not be canceled or
modified without thirty(30) days written notice to the City. Contractor
shall maintain all of the foregoing insurance coverages in force until the
work under this Contract is fully Meted. The requiremP.nt for carrying the
foregoing insurance shall not derogate from the provisions for
indemnification of the City by Contractor under this Contract and for the
duration of the warranty period. Notwithstanding nor diminishing the
obligations of Contractor with respect to the foregoing, Contractor shall
maintain in full force and effect during the life of this Contract, the
following insurance in amounts not less than the amounts specified and issued
by a many admitted in California and having a Best's Guide Rating of
A-Class VII or better.
Worker's Compensation Liability. In accordance with the Worker's
Compensation Act of the State of
California - $1,000,000 per occurrence.
Insurance Agreement Page 1 of 2
QOWrPACT FOR PUBLIC WORKS (continued)
Public Liability - either Combined single limit of 1.0 million
commercial general liability per occurrence.; $2.0 million in the
or oauprehensive general liability; aggregate.
including provisions for contractual
lia&Aity, personal injury,
independent oontractorrs and
property damage coverages.
Builder's all. Risk. Amount equal to 100% of the contract
price bid; $25,000 deductible is
allowed.
Auf.amobile Liability - oomprehensive Combined single limit of $500,000.00
covering owned, non-awned and hired per occurrence.
automobiles.
B & B Landscare Contractors, Inc.By: c-
(Contractor's Name) George Brunn
Dated: March 31, 1993 .
Insurance Agreement Page 2 of 2
BID PBCPaBAL EXHIBIT
JOUZON PAM - PIASE II
PMACr 93-9101
TO: THE DIREC M OF PUBLIC WOM, CITY OF CUPEFUM40, STATE OF CALIFOR4IA
Dear Sir:
In ocnplian a with the Plans and Specifications furnished for the work of
the Jollyman Park Improvements in the City of Cupertino, Project 93-9101,
the undersigned, hereby declare that I have read the prroposal regmxemesrt,
visited the sites, and examined the specifications. I, the undersigned,
hereby propose to do all work required to ccuplete the work in accordance
with the Plans and Specifications far the prices sat 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
trmvgx taticn costs.
I, the undersigned, also understand that the quantities shown below are
estimates only, being given as a basis for ocuparison 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 amoerit of any class or
portion of the work or to slit it, ar portions of work deemed
umvKmssary by the Engineer.
The City of Cupmtino 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
pros--hires.
The work to be done consists of furnishing all labor, methods of process,
tools, machinery and material required to cmplete the Jollyman Park
Improvements, Project 93-9101 as described in the Special- Provisions.
I, the undersigned, shall diligently prosecute the work to completion as
scheduled. I fur* ar understand!. that I shall pay to the City of Cupertino
the sum of One Hundred Fifty Dollars ($150.00) per day, for each and every
day services are not completed as scheduled aryl/or specified.
BASE BID PRICE:
1. BID ITEM NO. 1: For all the Lampe Nark shown and described on the
Plans and Specifications except. the Add Alternate.
Item No. 1: The semi of �wr , y �`lc�ty�sct�i�E�;�� f�urw�✓��_
Se.vzii,-. zL.n.. Dollars, el7. vo ) .
ADD ALIT'ER1A'°'E NO. 1:
Refer to Drawings: Extend trood barrier (2) 6-foot units and replace
broken end post as shown for the total unit price of
T�c..9✓v Dollars, ($ •71c', ov ) ,
ADD ALTEPRATE NO. 2:
Refer to Drawings: Rotor heads as shriwri and specified for the total unit
price of L(�; ,�_,,.�..�,%f�� F✓� Dollars, ($ 026, 00 ) .
P�F"06AL PAGE 1 OF 7
I, the undersigned agree that if this proposal is accepted, I will
eater into a contract with the City of Cupertino to provide all necessary
machinery, tools, apparatus, and other means of cxaLstructian and to do all
the work specified in the contract in the marmr and time specified.
I, the undersigned der-?are 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 unsigned recognize that the Director of public Works of the
City of Cupertino will reserve the right to establish the priority of am
job over another and each starting date %tome conflict of construction
schedules oc=x.
Attached hem-to o is the required certi.f led dwA or bid bomd in the
Bidder's Bond
amount of $ 10% of bid as required by law and the Notios to Bidders.
(lot per bid amount)
Proposal, Page 2 of 7
HICEM Q[tPkLMOU[M PUM
In further compliance with the specificatio7s fundshed, I, the
unders19ned, submit the following statametts as to my experience and
qualifications to perfcxn this work as a part of this proposal.
We have been in bus iness under- the preswrt name for 2 a Years
Our experience in work coaparable with that required by the proposed
contract is 20 years operating under the following different
name(s) .
B & B Landscape Contractors
B & B Landscape Contractors, Inc.
My California Cmitractor's License Number is 352633
The classification of my contxactor's License is C-27 - A
The expiration date for my Cortractor's Lime is 1/31/94
* (This Section for City use only)
* The above infornation has been verified by w m e yi L\4 r-) �!� }
cj
* Ccn1xact0M 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 aocordanoe with
the laws of the State of California, however, at the time the ootttract is
awarded the contractor shall be properly liensed.
amposal Page 3 of 7
an)" KL31rJW OlF
The following is an exanple of work similar in character to that required
in the proposed contract which our organization or personnel in our
organization has co pleted within the past three (3) years.
Whom Phone
Year Location Class For Perform Number Amount
1993 El Pescadero Park, City of Tracy - Landscanz and Irrigation C-27,A
City of Tracy - Contract $279,459.00
1992 Holly Community Center, City of Union City - Landscape and Irrigation C-27
City of Union City - Contract $125,000.00
1992 Palomares Hills Park Ballfield Relocation and Development.
Hayward Area Recreation & Development - Landscape and Irrigation C-27
Contract - $103,912.00
1992 Harder School Ballfield Development - Landscape and Irrigation C-27
Hayward Area Recreation & Development - Contract S .00
1992 Terra Bay - Hillside Blvd. Widening and Linear Park - So. San Francisco, CA
W. W. Dean and Associatrs Builder and Developer. - Contract $365,298.00 - C-27
1992 San Francisco Kaiser Medical Center - Landscape and Irrigation - C-27
Hospital Building Equipment Co. - Contract $114,623.00
1991-1990 Mt. View Civic Center & Theatre - Landscape and Irrigation, - C-27
City of Mt. View Perini Corporation - Contract ,
1990 Creekbridge - Salinas, CA - Landscape and Irrigation - C-27
City of Salinas and Thrust TV, Mt. View, CA
1987 Median Landscape and Irrigation, dellyer Avenue, Fontanoso and
Branham - My of San Jose, CA - Landscape and Irrigation -
Contract Amount - $538,000.00
Proposal Page 4 of 7
St iS FCM
The subcontractor(s) , as defined in the General Provisicns and in
Section 7026 of the California Business and Professions Code, that I
propose to hire to perform ,any of the wank for this project in an amount
in excess of one-half of one percent (0.5%) of the total bid are listed
below. Only thaee listed below shall perform work on this project and
each of them has been provided with a full and ooualete set of plans and
specifications for this project by the bidder.
1. time NONE
Address
Work to be Performed
2. Name
Address
Work to be Performed
3. Name
Address
Work to be Performed
4. Name
Address
Work to be Performed
5., Name
Address
Work to be Performed
6. Name
Address
Work to be Performed
Proposal Page 5 of 7
NCHOOKLUSICK AFFMFAVIrP 10 B8 EKWUM By AM
WrM BID
State of California ss.
Cry Of Santa Clara
George Brunn , being first duly sworn, deposes and says that he
3=Ahe is President Of B & B Land,.Cont.Inc.the party making the
foregoing bid that the bid is not made in the interest of, or on behalf
Of, any undisclosed person, Partnership, cony, association,
organization, or corporation; that the bid is gerRu er and not collusive or
sham; that the bidder has not directly or indirectly induced cr solicited
any Other bidder to pat in a false or sham bid, and has not directly or
indirectly oolluded, conspired, comuved, or agreed with any bidder or
anyone else to pit in a sham bid, ar that anyone shall refrain from
bidding; that the bidder has not in any manner, directly or indirectly,
sought. by agreement, eommmicaticn, or conference with anWm to fix the
bid price of the bidder or any other bidder, or to fix any overhead,
profit, or oast 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; that all statements
contained in the bid are true; and, further, that the bidder has not,
directly or indirectly, subaittsd his or he: id price or any breakdown
thereof, or the contents thereof, or divulged information or data relative
tY�to, or paid, and will not pay, any fee to any corporation,
partnership, company association, organization, bid depository, or to any
member or argent thereof to effectuate a collusive or sham bid.
Name and Signature of Bidder:
B & B LANDSCAI7 CONTRACTORS, INC.
(prim)
(Signature) Ceorge Brunn, President
Date: March 23, 1993
Proposal Page 6 of 7
•S SIGHMM FM
IF YOU ARE AN INDIVIDtAL, 9O MME. IF YOU ARE A CCMANY OR A
CO-PART , STATE THE OOMANY NAME AND LIST THE NAMFS OF ALL
DDIVIDUAL OD-PARTiMkS DOSING THE CCMANY. IF YOU ARE A MWORATION,
STATE THE LEGAL NAME OF THE COMMMM AND THE LAMES Of TME PRESIDE,
SEC RE7M-TRFNTlFM AND MANAMR. THE COMME SERL, ITT BE AFF'I)CED TV
THIS FORM. EIlTE7Et THE NAIL OF YOUR RZINESS CIN THE LINE OPPOSITE T41E
APPROPRIATE BUSINESS TYPE.
I'M OF B & B LANDSCAPE CONTRACTORS, IN OF, BUSINESS
AMCM: B & B LANDSCAPE CONTRACTORS. INC. - George Brunn - President
Reinhold Brunn - Sec./Treasurer
CD-PAP ERMIP:
IMIVIDtML:
JOINT VE NTUIE:
0MER:
(Describe)
Name and Signature of Bidder: B & B LANDSCAPE CONTRACTORS, INC.
(Print or type name)
George Bru n, President
Date: March 23, 1993
Address (mailing & location) : 312 Brokaw Road
Santa Clara, CA 95050
Tell Ntffie': (408 ) 980-8244
Acl-iowledgment of all addenda received is required by circling each
addendum number.
1 2 3 4 5 6 7 B 9 10
Proposal Page 7 of 7
.4'3�` `- _---•-----------'- � FIEF °.__I ' _-_� � Vic- -- rf fin- � 4-,,�. y�r ...�CF�.� -.
,Rr ter 'i.tJ 5 ''�G� '1r x a.A Dr�J t A F 3 �c- ?5'sE,-,
rt _--._.-__-----_.--_.-__---___-___,.. ...,_ ,__._.______-____.__._.___.____.
_________________..________-___.____-__.._.,_- ..-__--_.--__-__-----_
. .... -.._____-.__._..______..- ,TOOT^ -_ - GF .j_ MT Nv_A _ _----,._,____--.-_.___--___--.-
RATI iF r s
:,
KS7 RATINS
1 i ETTER E
Tl Cr A. rJt T C ., IIp T ? 1�' } ri w 1 f Y! ti
_ri�_RANC E OnA,t N 1 S tO c hYJP Jff,c. 9L ?
1 IND �4 rU, NO= rr� AhE.T ANt-REOUIREI4tN+, TERM, OR CV t Ct Atli OI?TACT OR OTHER (pEN h;Ta n ,a r
MAi `^ f�Ftl OR NAY r'PP'MN 'r~C :M-KRANCr AFFORDED "'i ,4E to c ..;.
EXC�S"NS AND E'.T_ .11NS SF SUC PC?iCI S. i rS SH04+ 'SAY hAy' E vE. tD!fs;EE SY rw,._ C,AI?1S
----- -------------------------------
y:, , P"L 7 C' -
T4` t''t _- :!S!Ji RAINC_ 3 ..L` r+i}tt t ErFt VE RA, ON -
A" DATE
--------------------- '- --— - --- -- --
t �n GEN "A" A6jbPFt•4 C
f+i,t7 t�� 7 DC ar u
: -rAD"�' tTJRP AEG C '3
r �a L I r. Ah' a If!7vLlk z AnS'rR7-fi:� 7,, -
_ r 1
{= ,L FCt 4�
_ � 4
---+- - _ -- - --' -- -�-------- ----
AP7,] C. CC,."r5I?'ED SiNlJLE_.___.__.-------------- __.-----
t r;;T
=N! 4.UiC• `---�T------- ---------_-x---------------'
A Tf_v y (, i062f 3 i=,1.iv 4 /t1;, POM!Y INJURY
CJrDULED A U 'Ezr aersop �
:A+ _ _____________________...._--_--.,___-_.___-.-.__.
.-
_ D-- - -.
0 -
...;`w �h"..rz Fo- -u-- -------------------.
_ ;?'.'��.C• ., � :9f: R�.,_. �_� ,.i-t'i:: fid tl :,�' -i? �- -`
"t n 1r -
L..:
�N > IIA ER iUb208,92' J ,`
}.
Blz;NESS PROPERTY Al JOc SITE
I EhCu GCCUR''RENCE
,
DEaCd: - tN r PEKA :OtvS 17CAilsl�r:E 1CtESiSorr ht C - _...._ - --- - - - -.__._.. .. -- - .
A7, ;t; cri.RN A OPERATIONS, RE: JO:IYHAN 'ARK PHAS ADC".TONAL
u- C D f L L-,'� f
r�7 t.: 't :.NSEM(: .jtTACn):D ' l�(1 ,. t "7(1 a qb 21,fD 9_'1. ;0„11'i 7r.
t SUBRJaAT'GNI ENDORSEMENT ATTACHED FOR
i
t
I- CEBT F%GATE �DLDE .._--__ ___ _.-_____ _ .. __=-=_ ___.:__= CAIi"CE:!V,Oti'
? SHO?'LKAT!Y (fir 'E ABOVE D rEC M .0 E PAZE,tED BEFORE T�(E ;
{ THE -ti PEi 'M, E'PIRAIAMIN DATE THEREOF, +fic TS5!(I% (CCUIMOANY NIItXYENiEAVIRMS
IGCJ9 1_ORRE ndFNUE 1 MAIL 30 DAYS WRITTEN NDTICE TO THE CFRTIF.7.-lTE P NA,4ED TC 7i,, ;
I CUPERTINO, CALIFCRNIA 9501.9 1 LEFT 1NIXIAIKNAEXIIYNAIKXXSNENXXNNIItE SNAKKXIN1111 t9311IBAIIINXII
I €tAR�KIIYXtAxANxY,ClkBXN�ANXINEXt9gRAIQYYXIIIXA6[AISXNiEXRFtAE.EIIIAifYE51` 1
A;:Ti!OR!ZT_D REPRESENTATIVE
-- -- - --
POLICY NUMBER: 0206208920 COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANCES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED -® OWNERS, LESSEES OR
CONTRACTORS (FORM B)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
SCHEDULE
Name of Person or Organization:
THE CITY OF CUPERTINO AND ITS DIRECTORS, OFFICERS., ENGINEERS,
AGENTS AND EMPLOYEES
PROJECT: JOLLYMAN PARK PHASE II
(If no entry appears above,information required to complete this endorsement will be shown in the Declarations
as applicable to this endorsement.)
WHO IS AN IN;�+URED(Section II)is amended to include as an insured the person or organization shown in the
Schedule, but only with respect to liability arising out of 'your work"for that insured by or for you.
PRIMARY CLAUSE: IT IS FURTHER UNDERSTOOD AND AGREED THAT THE INSURANCE
AFFORDED BY THIS POLICY SHALL, BE CONSIDERED PRIMARY INSURANCE AS RESPECTS
ANY OTHER VALID AND COLLECTIBLE INSURANCE THE ADDITIONAL INSUREDS) MAY
POSSESS, AND ANY OTHER INSURANCE THE ADDITIONAL INSUREDS) DOES POSSESS
SHALL BE CONSIDERED EXCESS INSURANCE ONLY AND NOT CONTRIBUTORY INSURANCE
AS PER POLICY FORM CG0001, CONDITION IV.
CG 2010 1185 Copyright, Insurance Services Office, Inc., 1984 ❑
POLICY NUM13ER: 0 0206208920 COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANCES THE POLICY. PLEASE REAM IT CAREFULLY.
ADDITIONAL INSURED®
STATE OR POLITICAL SUBDIVISIONS-PERMITS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
SCHEDULE
State or Political Subdivision:
THE CITY OF CUPERTINO AND ITS DIRECTORS, OFFICERS, ENGINEERS, AGENTS AND
EMPLOYEES, AND ALL PUBLIC AGENCIES FROM WHO PERMITS WILL BE OBTAINED
AND THEIR DIRECTORS, OFFICERS, ENGINEERS, AGENTS AND EMPLOYEES
PROJECT: JOLLYMAN PARK. PHASE II
(If no entry appears above,information required to complete this endorsement will be shown in the Declarations
as applicable to this endorsement.)
WHO IS AN INSURED(Section II)is amended to include as an insured any state or political subdivision shown in
the Schedule, subject to the following provisions:
1. This insurance applies only with respect to operations performed by you or on your behalf for which the state
or political subdivision has issued a permit.
2. This insurance does not apply to:
a. "Bodily injury," ..property damage." "personal injury"or"advertising injury"arising out of operations
performed for the state or municipality;or
b. "Bodily injury" or "property damage" included within the "products-completed operations hazard."
CG 20 12 1185 Copyright, Insurance Services Offige, Inc.. 1984
11
C NA INSURANCE COMPANIES
THIS ENDORSEMENT CHANGES THE POLICY - PLEASE READ IT CAREFULLY
ADDITIONAL INSURED ENDORSEMENT
IF YOU ARE REQUIRED TO ADD ANOTHER PERSON OR ORGANIZATION AS AN ADDITIONAL INSURED ON
THIS POLICY UNDER A WRITTEN CONTRACT OR AGREEMENT CURRENTLY IN EFFECT OR BECOMING
EFFECTIVE DURING THE TERM OF THE POLICY AND A CERTIFICATE OF INSURANCE LISTING THAT
PERSON OR ORGANIZATION AS AN ADDITIONAL INSURED HAS BEEN ISSUED, THEN WHO IS AN INSURED
(SECTION II) IS AN AMENDED TO INCLUDE AS AN INSURED THAT PERSON OR ORGANIZATION (CALLED
"ADDITIONAL INSURED°") .
THE INSURANCE FOR THAT ADDITIONAL INSURED IS LIMITED AS FOLLOWS:
1. THAT PERSON OR ORGANIZATION IS ONLY AN ADDITIONAL INSURED FOR ITS LIABILITY
ARISING OUT OF PREMISES YOU OWN, RENT, LEASE, OR OCCUPY, OR FOR "YOUR WORK" FOR
OR ON BEHALF OF THE ADDITIONAL INSURED; AND
2. THE LIMITS OF LIABILITY FOR THE ADDITIONAL INSURED ARE THOSE SPECIFIED IN THE
WRITTEN CONTRACT OR AGREEMENT, OR IN THIS POLICY, WHICHEVER 1S LESS. THESE
LIMITS ARE INCLUSIVE OF AND ARE NOT IN ADDITION TO THE LIMITS OF INSURANCE SHOWN
IN THE DECLARATIONS; AND
3. ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED.
THIS ENDORSEMENT AND ANY COVERAGE PROVIDED HEREIN APPLY ONLY TO THE POLICY TO WHICH IT
IS ATTACHED. THE COVERAGE PROVIDED BY THIS ENDORSEMENT IS NOT EXTENDED TO ANY OTHER
POLICY ISSUED TO THE INSURED UNLESS SUCH POLICY IS SPECIFICALLY ENDORSED.
PREMIUM S INCLUDED
This endorsement is a part of your policy and takes effect on the effective date of your
policy, unless another effective date is shown below.
Must Be Completed Complete Only When This Endorsement Is Not Prepared with
the Policy Or Is Not to be Effective with the Policy
ENDT. NO. POLICY NO. ISSUED TO EFFECTIVE DATE ON THIS ENDORSEMENT
CO 20 6208920 E & B LANDSCAPING CONTRAVfORS, ET AL 9-1-92
G-39543-8
UGL-474 Countersigned by
EN38110.000 Authorized Representative
CNA
For All the Cummtlmenu Yuu Make
THIS ENDORSEMENT CHANCES THE POLICY. PLEASE READ IT CAREFULLY.
CHANGES - NOTICE OF CANCELLATION OR MATERIAL
COVERAGE CHANGE
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
LIQUOR LIABILITY COVERAGE PART
OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART
POLLUTION LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
RAILROAD PROTECTIVE LIABILITY COVERAGE PART
In the event of cancellation or material Change that reduces or restricts the insurance afforded by this
Coverage Part(other than the reduction Of aggregate limits through payment of claims), we agree to mail
prior written notice of cancellation or material change to:
SCMEDULE
1. Name: THE CITY OF CUPERTINO PROJECT: JOLLYMAN PARK PHASE II .
2. Address: 10300 TORRE AVENUE
CUPERTINO, CA 95014
3. Number of days advance notice: 30
EXCEPTION: IN THE EVENT OF CANCELLATION FOR NON-PAYMENT OF PREHUM-NMER OF
DAYS ADVANCE NOTICE IS 10 DAYS.
This endorsement is a part of your policy and takes effect on the effective date of your policy,unless another effective
date Is shown below.
� CornyJtre Osrly Wi�as 7'9�Ead .�t'*Aror Prepreed with�ht/bUry
M&W of Cbffl~ Or u NO:tag be wah ft AXky'
ENO'[NO. POUF cY—Q 135MTO EFFW"VE SATE OF
TNtS ENSONSEMBW
0206208920 4/5/93
Authwked Reponentatim
cm
OYvAtltLrgrtwOtl�wat80he[Rriw•
O.1t}19�.q
POLICY NUMBER: 0020620$920 COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
AMEND %'.ENT OF LIMITS OF INSURANCE
(DESIGNATED PROJECT OR PREMISES)
This endorsemert mod-Tars insurance provided under the following:
COMMERCIAL GEUERAL LIABILITY COVERAGE PART.
C•WNERS AND CONTRACTORS PROTECTIVE LIABILITY COVEP.AGE PART
SCHEDULE
Umits of insurance
General Aggregate Limit $ _►Z,�n n�0 0 0
Products-Completer!Operations Aggregate Limit $ 1 O()O ,0 0 0
Personal&Advertising Injury Limit $ -
Each Occurrence Limit . $ 1 ,000 ,2 0 0
Fire Damage Limit b 0
0 0.0 OAny One Fire
Medical Expense Limit $. Any One Person
Designation of Project or Premises
'.� JOL•LYMAN PARK PHASE II
'► ^�' (if no entry appesrs stove.information required to Complete this endorsement will be shown in the Declarations
as applicable to this endo•wrriont.)
•i
9
The Limits of insurance shown in the Declarations are replaced by the limits designated in the Schedule with
respect to the project Of premises entered some.These limits are inclusive of and are not in addition to the limits
being replaced.
r , CG 25 011185 Copyright.insurance_Services Office,Inc..1
page 41
s
CNA
r4,A!1%W(;Q=M1 7Mft"y"UAW
ADDITIONAL INSURED
This endorsement modifies Insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
GARAGE COVERAGE FORD
TRUCKERS COVERAGE FORM
SCHEDULE
Name of organization THE CITY OF CUPERTIN(M
WHO IS AN INSURED (SECTION 11) is amended td include as an insured the organization shown in the schedule.
but only with respect to the operation of vehicles owned by the named insured and operated on behalf of the
named insured. This endorsement does not apply to any operations for other than the named insured.
The additional insured is not required to pay for any premiums stated in the policy or earned from the policy.
Any return premium and any dividend, if applicable, declared by us shall be paid to you.
You are authorized to act for the additional insured in all matters pertaining to this insurance.
We will mail the additional insured notice of anv cancellation of this policy. If the cancellation is by us, we
will give ten days notice to the additional 'insured.
The additional insured will retain any right,of recovery as a claimant under this policy.
IT IS FURTHER UNDERSTOOD AND AGREED THAT THE INSURANCE AFFORDED BY THIS
POLICY SHALL BE CONSIDERED PRIMARY INSURANCE AS RESPECTS ANY OTHER VALID
AND COLLECTIBLE INSURANCE THE ADDITIONAL INSURED MAY POSSESS, AND ANY
OTHER INSURANCE THE ADDITIONAL INSURED DOES POSSESS SHALL BE CONSIDERED
EXCESS INSURANCE ONLY AND NOT CONTRIBUTORY INSURANCE AS PER POLICY FORM
CA 00 01 01/87
THIS ENDORSEMENT IS A PART OF YOUR POLICY AND-TAKES EFFECT ON THE EFFECTIVE DATE OF YOUR
POLICY UNLESS ANOTHER EFFECTIVE DATE IS SHOWN BELOW.
POLICY CHANGE NO. EFFECTIVE DATE OF THIS POLICY CHANGE
4/5/93
COUNTERSIGNEO DATE AUTHORIZED REPRESENTATIVE
_�tzl
el
UCA258
CDMMACT FOR PUBLIC WORKS (continued)
WArM OF SUMMATION ENDORSEMBU
WORKER'S COMPENSATION INSURANCE
In consideration of the policy premium and notwithstanding any in='I-
sistent statement in the policy to which this Endorsement is attached or any
other Endorsement attached thereto, it is agreed as follows:
It is agreed that with respect to such insurance as is afforded by the
policy, the Insurance Ccnpany waives any right of subrogation it may acquire
against the City of Cupertino, and each of its Directors, Officers, agents,
consultants and employees by reason of any payment made on account of injury,
including death resulting therefrom, sustained by any employee of the
insured, arising out of the performance of the above-referenced Contract.
POLICY INFORMATION
1. Insurance Company: FREMONT COMPENSATION INS. COMPANY
2. Insurance Policy Number: WP 9 3-4 9 3 5 0 4-0 4
3. Effective Date of this Endorsement: A P R I L 5 , 19 93 .
4. Insured. B & B LANDSCAPE CONTRACTORS, INC.
All notices herein provided to be given by the Insurance Conpany to the
City in connection with this policy and this Additional Insured Endorsement,
shall be mailed to or delivered to the City at 10300 Torre Avenue, Cupertino,
California, 95014.
I, JACK W. HERRON (print/type name)
warrant that I have authority to bind the below listed Insurance Company and
by my signature hereon do so bind this Company.
Signature of Authorized Representative: rr � .
(Original signature required on all Endor6mnents furnished to the Distri�
Names of WILLOW GLEN INS. AGENT
Agent/Agency: Title:
Address, 1631 WILLOW ST. #105 Telephone: ( 408 ) 266-2900
SAN JOSE, CA 95125 Facsimile: ( 408 ) 2::7-5076
Subrogation Endorsement Page 1 of 1
00MRACT FOR PUBLIC WORKS (continued)
ENDORSEMENT OF PRIMARY TNSURANCE
In consideration of the policy premium and notwithstanding any incon-
sistent statement in the policy to which this Endorsement is attached or any
other En dcrsement attached thereto, it is agreed as follows:
The insurance afforded by this policy is primary insurance, and no
additional insurance held or owned by the designated additional insured(s)
shall be called upon to cover a loss under said additional policy.
POLICY INFORMATION
1. Insurance Company: 1 . ) CNA- TRANSCONTINENTAL CO. 2 . ) CNA - TRANSPOR-
TATION CO.
2. Insurance Policy Number: .1 . ) 0206208920 2 . ) 00620892.1
3. Effective Date of this Endorsement: 4/5/9 3 , 19
4. Insured: B & B LANDSCAPE CONTRACTORS, INC.
All notices herein provided to be given by the Insurance Company to the
City in connection with this policy and this Additional Insured Endorsement,
shall be mailed to or delivered to the City at 10300 Torre Avenue, Cupertino,
California, 95014.
I, JACK W. HERRON (pry/type )
warrant that I have authority to bind the below listed Insurance Conpany and
by my signature hereon do so bind this Company.
Signature of Authorized Representative: ; „ / _I f
(Original signature required on all En dor nts furnished to the District)
Names of WILLOW GLEN INS. AGENT
Agent/Agency: Title:
Address: 1631 WILLOW S`i'. #105 Telephone: ( 408 )266-2900
SAN JOSE, CA 95125 Facsimile: ( 408 ) 267-5076
Primary Endorsement Page 1 of 1
r
aMRACT FOR PUBLIC WO (Z (continued)
amPREHENSIVE GENERAL LIABnXIY/
COMMERCIAL GENERAL LIABILITY
ENDORSEMENT OF AGGRDGATE LIMITS OF
INSURANCE PER PRQTEICT
In consideration of the policy premium and notwithstanding any incon-
sistent statement in the policy to which this Endorsement is attached or any
other Endorsement attached thereto, it is agreed as follows:
This Endorsement modifies the insurance provided under the General
Liability Coverage part of the below-referenced policy of insurance.
The gem-al aggregate limit under LIMITS OF INSURANCE applies separately
to the project described as JOLJIYMAN PARK PHASE II
PER ENDORSEMENT CG2 5 01 11 8 5
POLICY INFORMATION
1. Insurance Cag3any: CNA - TRANSCONTINENTAL C.O.
2. Insurance Policy Mmd3er: #0 2 0 6 2 0 8 9 2 0
3. Effective Date of this Endorsement: 4/5/9 3 19
4. Insured: B & B LANDSCAPE CONTRACTORS, INC.
5. Additional Insured: City of Cupertino, its Directors, Officers, agents
and employees.
All notices herein provided to be given by the Insurance Company to the
City in connection with this policy and this Additional Insured Endorsement,
agall be mailed to or delivered to the City at 10300 Torre Avenue, Cupertino,
California, 95014.
I, JACK W. HERRON (print/type name)
warrant that I have authority to bind the below listed Insurance Company and
by my signature hereon do so bind this Company.
Signature of Authorized Representative: ), " t+,� (', t ?
(Original signature required on all Endorsements furnished to the District)
Names of
Agent/Agency: WILLOW GLEN INS. Title: AGENT
Address: 1631 WILLOW S T. #10 5 Telephone: _( 4 0 8 )2 6 6-2. O Q
SAN JOSE, CA 95125 Facsimile: 408 267-5Q76
Aggregate Limits Endorsement Page 1 of 1
STATE OF C ORMA
County of
On 1 before me,
re insert lame and title of the officer),
(1'w o cer), personally appeared _
r _
personally known to me (or proved to me on the basis of satisfactory evidence) to the person($)whose names?
iq/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/
her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the
entity upon behalf of which the person acted,executed the instrument.
WITNESS my hand and official seat
0iCwt SEAL
Signature t >G i, CHARiESM- i^ rir (Seal)
NoNlyP ial
t �•3'�� !ly�� �.E,N,te_a..pt.2�',1�93 '�
ALL-PURPOS E ACtCt11OWLE®tt°i GENT NO 2M
State of_ CALIFORNIA CAPACITY CLAIMED BY SIGNER
County of_ SANTA CLARA ❑ INDIVIDUAL(S)
® CORPORATE President
Oni 4/6/93 before me, Pam Cagle, Notary Public OFFICER(S)_�
DATE NAME TITLE OF OFFICER-E-G.,'JANE DOE,NOTARY PUBLIC" TITLE(S)
❑ PARTNER(S)
personally appeared_ George Brunn _ ❑ ATTORNEY-IN-FACT
NAME(S)OF SIGNER(S) ❑ TRUSTEE(S)
® personally known to me-OR- ❑proved to me on the basis of satisfactory evidence ❑ SUBSCRIBING WITNESS
to be the person(s) whose name(s) istare
subscribed to the within instrument and ac- ❑ GUARDIAN/CONSERVATOR
knowledged to me that he/she/they executed ❑ OTHER:
the same in his/her/their authorized _
c�occ�ix�cc� � ,c�trot��cc�cc�c��ec1, capacity(ies), and that by his/her/their
0'17FICiA1, ;F;A11 c signature(s)on the instrument the person(s),
CAGLE
ce':' Nc:, :, ;,, �,;_,tF(-);r�gf IlA orthe entity upon behalf of which the person(s) SIGNER IS REPRESENTING:
acted,exeCUted the Instrument. NAME OF PERSONIS)OR ENTITY(IES)
/
SA1�TA (=LARA COUNTY 1TY B & B Landscape
a
U My Commission Expires July 19, 1993 G Witness my hand and official seal. —
`c�a��a�a:�t.u�.T.^cNa:acv�•,:cw�a��ra�>arx;
Contra tors, Inc
L
SIGNATURE OF N10YARY
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 Faithful Performance Bond
MUST BE ATTACHED Number of Pa e3 1' Date of Document 4/6/9 3
TO THE DOCUMENT g
DESCRIBED AT RIGHT: Signer(s)Other Than Named Above
O 1991 NATIONAL NOTARY ASSOCIATION•=6 Rei met Ave.-P.O.Box 7164-Canepa Park CA 91304.7184
it
EXECUTED IN TRIPLICATE BOND NO. 123 90 62
FAJ7HM, PERX1ORWCE BOND PREMIUM: $563.00
KNOW ALL MEV BY THESE PRFSERr:
THAT WE, B & B LANDSCAPE CONTRACTORS, INC. as
Principal, (contractor's name)
and INSURANCE. COMPANY of THE WEST as
Surety, (bonding coat any's rem)
are held and f irmly bound unto the City of G1j.;ertino, State of California, in
the stun of TWENTY TWO THOUSAND FIVE HUNDRED THIRTY SEVEN & NO%100-------lawful
money of the United States, for the payment of which will and truly to be
made, we bind ourselves, our heirs, executors, successors and assigns,
jointly and severally, firmly by these presents.
THE CONDITION of the foregoing obligation is such that,
WHEREAS, the Principal has entered into a contract with the City
dated ,19 with the Obligee to do and perform the
followin—work to-�rit:
JOLLYMAN PARK - PHASE II, PROJECT 93-9.101
NOW, TAF.REFURE, if the said principal shall well and truly perform the
work contracted to be performed under said contract, then this obligation
shall be void; otherwise to remain in full force and effect.
IN WITNESS WHEREOF, this instrument has been duly executed by Principal
4. and Surety this 6TH day of APRIL , 19 93.
(To be signed by Principal and Surety. Notary acknowledgments required)
CON'I'RACIOR B &/B LANDSCAPE CONTRACTORS, INC.
J•' c t / (11L L c
l•'c yic' �c..
Principal
n
1NSURANCL COMPANY OF THE WEST
surety
By: RAN PITAG A
Attorney-In-
The above bond is accepted and approved this — day of ,19
Faithful Performance Page 1 of 1
• EXECUTED IN TRIPLICATE
CONTRACT FOR PUBLIC WORKS (continued)
IABOR AND MATERIAL, BM BOND NO. 123 90 62
KNOW ALL MEN BY THESE PRESENT: tt
WMM.AB, the City of 04x-xtino, State of California, and
B & B LANDSCAPE CONTRACTORS, 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 JO1 T YMAN`}ARK - PHASF IT- PRO-TFICT 9'1-91 frl
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
subcontractors, sha?_1 fail to pay for 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, B & B LANDSCAPE CONTRACTORS, INC. as Principal,
(contractor's name)
and INSURANCE COMPANY OF THE WEST r as Surety,
(Bonding Ca%3any's name)
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 about the
performance 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 TWENTY TWO THOUSAND FIVE HUNDRED
THIRTY SEVEN & N0/I00 DOLLARS-----------------------------------------------------
THE ODNDITION OF THIS OBLIGATION IS SLUJ THAT if said principal, his or
its subcontractors, heirs, executors, administrators, successors or assigns,
shall fail to pay for any materials, provisions, provender or other supplies
or teams used in, upon, for or about the performance of the work contracted
to be done, or for any work or labor thereon of any kind, or for amounts due
under the Unemployment Insurance .Act with respect to such work or labor, or
any and all damages arising under the original contxact, 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 cvart.
This bond shall insure to the benefit of any and all persons, ecepanies,
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.
Labor and Material Page 1 of 2
ALL-PURPOSE ACKNOWLEDGMENT NO209
State of ____CALIFORNIA--- CAPACITY CLAIMED BY SIGNER
County of S I NTA C-L!�RA_ ❑ INDIVIDUAL(S) f
- ` - President
® CORPORATE -
On 4/6/9.3 before me._ Pam Cagle , Notary Public OFFICER(S)- _
---- - ----. T1"I.E45�
i-At1 NAME 'it.E C4(El tt:FR EG--JANrU(L N, 1AR' P')BI,
f1 ❑ PARTNER(S)
y; personally appeared George Brunn` ATTORNEY-IN-FACT
NAMEIS�OI StGNER(S) ❑ TRUSTEE(S)
n ® personally known to me- OR- ❑ proved to me en the basis of satisfactory evidence � SUBSCRIBING WITNESS
to be the person(s) whose name(s) is/are
subscribed to the within instrument and ac- ❑ GUARDIAN/CONSERVATOR
knowledged to me that he/she/they executed ❑ OTHER:
y � c��c�cccoc<�ccacnl the same in his/her/their authorized
ial-'F1CIA1, ShAL capacity(ies), and that by his/her/their �~
PAM CAGLE signature(s)on the instrument the person(s), --
M1a or the Entity upon behalf of which the person(s) SIGNER IS REPRESENTING:
jy:.r+!�,r• NOTARY PUBLIC-GAIIFORNiA
NAME OF PERSON(3)OR ENTITY(IESI �}
SANTA CLARA COUNTY � acted. executed the instrument. r(
My Commission Expires July t9, t993 Witness my hand and official seal. _B & B Landscape
(�7 �GT�W�7t;J�C.)JGT:.'LY�IiJ:l i.t:1 U):7G7:d(;i2G�?G�G7::
SIGNATURE OF NOTAR'
t
ATTENTION NOTARY:Although the information requested below is OPTIONAL.,R could prevent fraudulent attachment of this certificate to unauthorized document.
THIS CERTIFICATE Title or Type of Document Labor and Material Bond_ _
MUST BE ATTACHED 4/6/93
TO THE DOCUMENT Number of Pages 2 Date of Document
is DESCRIBED AT RIGHT: Signer(s) Other Than Named Above -
4=1991 NATIONA_NOT 4RY ASSOCIATION-8236 Remmet Ave •P 0 Box 7184•Canoga Park,CA 91304 7184
STATE OF CALIFOItNIA
SANTA C
County of LARA ss •
On.L — before me, CHARLES M. GRISWOLD, NOTARY PUBLIC _
(here inse name and title of the officer), personally appeared FRAN PITAGARA
personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s)
Ware subscribed to the within instrument and aclmowledged to me that helshe/they executed the same in his/
her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the
entity upon behalf of which the person(,%) acted, executed-the instrument.
r
WITNESS my hand and official seal.
OMCK,sFat Yl
Signature f 5 Ji
NOTARY PUBLIC STATE OF C,
rt,
SAN A C_MA i 1 Y
--— t� My comm.L�,Pites
aWMCr FUR PUMC WOM (Continued) EXECUTED IN TRIPLICATE
And the said Surety, for value received, hereby stipulates, and agrees
that no c tkvW, 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,
alteration or addition to the terms of the contract or to the work or to the
specifications.
IN WrINESS WFERE)DF, this instnunent has been duly executed by the
Principal and Surety this 6TH day of APRIL , 199-1-.
(To be signed by Principal and Surety. Notary acknowledgments required)
CONPRACIOR
B & B LANDSCAPE CONTRACTORS INC.
t�7E �s
Principal
INSURANCE COMPANY OF THE WEST
Surety
�cc
BY: F?UAXN PITAGARA
Attcsrney-In-Fa
Mie above bord is accepted and approved this day of ,19
Labor and Material Page 2 of 2
INSURANCE COMPANY OF THE NEST
• HOME OFFICE: SAN DIEGO, CALIFORNIA
Certified Copy of
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That INSURANCE COMPANY OF THE WEST, a Corporation duly
authorized and existing under the lows of the State of California and having its principal
office in the City of San Diego, California, does hereby nominate, constitute and appoint:
Fran Pitagara
its true and lawful Attorneys)-in-Fact, with full power and authority hereby conferred in
its name,, place and stead, to execute, seal, acknowledge and deliver city and all bonds,
undertakings, recognizances or other written obligations in the nature thereof.
This Power of Attorney is granted and is signed and sealed by facsimile under and by the
authority of the following Resolution adopted by the Board of Directors of INSURANCE
COMPANY OF THE WEST at a meeting duly called and held on the Sixth day of February, 1973,
which said ' Re olution has not been amended or rescinded and of which the following is a
true, full, and complete copy:
"RESOLVED: That'the President or Secretary may from time to time appoint Attorneys-in-
Fact to represent and act for and on behalf of the Company, and eit"er the President or
Secretary, the Board of Directors or Executive Committee 7-ay at any time remove s;!.:h
Attorneys-in-Fact and revoke the Power of Attorney given him or her; and be it further
RESOLVED: That the Attorney-in-Fact may be given full power to execute for and in the
name of and on behalf of the Company any and all bonds and undertakings as the business of
the Company may require, and any such bonds or undertakings executed by any such Attorney-
in-Fact shall be as binding upon the Company as if signed by the President and secled and
attested by the'Secretary."
IN WITNESS WHEREOF, INSURANCE COMPANY OF THE WEST has caused its official seal to be here-
unto affixed and these presents to be signed by its duly authorized officers this
19th day of November, 1990 INSURANCE COMPANY OF THE WEST
JAPA.Yro`
v i
N
�' y'•�'•`'� ` reszaent
STATE OF CALIFORNIA SS.-
COUNTY OF SAC: DIEGO
On this 19th day of November, 1990 before the subscriber, a Notary Public of the State
of California, in and for the County of Son Diego, duly commiss'_or.ed and qualified, came
BERNARD M. FeLDMAN, President of INSURANCE COMPANY OF THE WEST, to me personally known to
be the individual and officer described in and who executed the pr�7cadin.g instrur..ent, and
he acknowledged the execution of the same, and being by me duly sworn, deposeth and with,
that he is the said officer of the Corporation ofore:said, and that the seal affixed to the
preceding instrument is the Corporate Seal of the said Carporat'_cn, and that t:1e said
Corporate Seal and his signature as such officer were duly affixed and subscribed to the
said instrument by the authority and direction of the said Corporation.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City
of San Diego, the day and year first above written.
OFFICIAL SEAL
✓ tt\•: NORMA FORTE,A
Notary Puatic-Catilamia t Z
SAN OIEGO COUNTY
"`tyy my Comm.Pao.Jan.8.1992 Notaryub is
STATE OF CALIFORNIA
COUNTY OF SAN DIEGO SS:
I, th•T undersigned, .TAME! W. AUSTIN, III, Secretary of INSURANCE COMPANY OF TIIE 'HEST, do
hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a full, true
and correct copy, is in full force and effect, and has not been revoked.
itJ WITNESS WHEREOF, I have .13reunto +' tribed my .me s S ratcry, nd of,fixed. the
Corporate Seal of the Corporation, this Z,X day of
`.�pi�PANrO
�,9w04►ip r1 / r7 ^r
n s t�Ci
=.4 CAL. 37(REV. 5/»7) +3 '`'•ea�,,�%`'t
ecretory
Cit4 of Cuperfi"o
10300 Torre Avenue
Cupertino,CA 95014-3:55
Telephone:(408)252-4505
FAX:(408)252-0753
DEPARTMENT OF THE CITY CLERK
April 28, 1993
B& B Landscape Contractors, Inc.
312 Brokaw Road
Santa Clara,California 95050
JOLLYMAN PARK- PHASE II, PROJECT 93-9101
Enclosed for your files is one(1)copy of the Contract for Public Works by and between
the City of Cupertino and B& B Landscape Contractors, Inc., which has been fully
executed by City officials.
Also enclosed is your bid bond. If you have any questions,please the Department of
Public Works.
Sincerely,
A-I. A tiv— � GS
DOROTHY CORNELIUS, CMC
CITY CLERIC
DC/cs
cc: Department of Public Works
so
Cft4 of Cap►ertf"o
10300 Torre Avenue
Cupertino,CA 95014-3255
Telephone: (408)252-4505
FAX:(408)252-0753
DEPARTMENT OF THE CITY CLERK
May 25, 1993
Laurie Kane
Santa Clara County Recorder
70 West Hedding Street
San Jose, CA 95110
DOCUMENTS FOR RECORDATION
We are enclosing for recordation an original and one copy for fast endorsement of the
following:
I. Certificate of Completion and Notice of Acceptance of Completion,Jollyman
Park, Phase II, Project 93-9101.
Thank you for your cooperation.
Sincerely,
e.S
DOROTHY �ORNELIUS
CITY CLERK
DC/cs
PROJECT JOLLYMAN PARK-PHASE II CITY OF CUPERTINO DEPARTMENT OF PUBLIC WORKS
FILE N0............ 92,030.01
BID OPENING DATE.... MARCH 23,1993
I:OCATION CUPERT NO
ENGINEER'S EST. B&B LANDSCAPE RMT LANDSCAPE AA.S.INC
DESCRIPTION QUANTITY UNIT UNIT PRIC AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT
1.INSTALL LANDSCAPE 1 LS $25,715.00 525,715.00 521,817.00 S21 a17.0ri $24 46100 $24 467.00 S24 21.00 $24 21.00
ALT.1 1 IS $0.00 $720.00 $720.00 $.Q00.o0 5500.00 $300.00 $300.00
ALT.2 1 LS $0.00 $325.00 S325.00 $378.00 $378.00 S360.00 $360.00
TOTAL BID WITH ALTERNATES $25,715.00 $22,862.00 525,340.00 $25181.00
PERMA GREEN COLLISHAW CONST.
HYDROSEEDING
DESCRIPTION QUANTITY UNIT UNIT PRIC AMOUNT UNIT PRICE AMOUNT UNTI PRICE AMOUNT UNIT PRICE AMOUNT
1.INSTALL LANDSCAPE 1 LS $29,714.00 $29,714.00 $32,4W.00 $32,4W.00
ALT.1 1 IS $450.00 U50.00 5400.00 5400.00
ALT.2 1 IS $1,400.00 $1,400.00 $900.00 $900.00
TOTAL BID WITH ALTERNATES 531,564.00 $33,700.00
• BID i'40SAL
JUMM PARK - III
FlUalEr 93-9101
TO: TIM DIRECIM OF PUBLIC WORKS, CITY OF CUPERTIM, STATE OF CALIFORdIA
Dear Six:
In eatgpl.iance with the Plans and Specifications furnished for the work of
the Jollyman Park Improvements in the City of Q4)ertino, Project 93-9101,
the undersigned, hereby declare that I have read the prcly requirement,
visited the sites, and exatained 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
txanspoartation costs.
I, the undersigned, also understand that the quantitiess shown below are
estimates only, being given as a basis for comparison of bids. The City
of 04xrtino does not state that the actual amount of work will correspond
but yes the right to increase or decrease the anmmt of any class or
portion of, the work or to omit items or portions of work deemed
umvxwsa:ry 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, marhinerf and material required to complete the Jollyman Park
Improvements, Project 93-9101 as described in the Special i�rovisions.
I, the undersigned, shall diligently pate the work to completion as
scheduled. I further understand that I shall pay to the City of Cupertino
the stun of One Bzdred Fifty Dollars ($150.00) per day, for each and every
day services are not completed as scheduled and/or specified.
BASE BID PRICE:
1. BID ITEM NO. 1: For all the Landscape Work shown and described on the
Plans and Specifications exert the Add Alternate.
Item No. 1: The sum of
,, '•'�"'-"'-i",`r f.`dc /llc'Lst'112�,..1 �i..id�zt !'{ii./n.L'.�✓t ..( ...
S ek"get. -t 1-ta.. Dollars, ($ It e 17, ,
ADD ALTERNATE NO. 1:
Refer to Drawings: EKtard wood barrier (2) 6-foot units and replace
brokeai end Post as sham for the total unit price of -
- ��"4 Dollars, —
AM ALTERNATE NO. 2:
Refer to Drawings: Rotor header as shown and specified for the total unit
price of `'r�� F.-e Dollars, ($ JZ6; i1y ) .
SAL PAGE 1 OF 7
I, the undersigned agree that if this prowl is accepted, I will
enter into a contract with the City of. 44xwtino to provide all necessary
madune y, tools, apparatus, and other means of oonstru£tion and to do all
the wzx specified in the contract in the aaanner and time specified.
I, the undersigned declare that this bid is made withmit eoraction
with any person, firm, or corporation making a bid for the same work, and
is in all rests fair, and without collusion or fraud.
I, the undersigned recogmze that the Director of Public Works of the
City of Cupertino will rove the right to establish the priority of one
job over another and each starting date why conflict of construction
schedales occur.
Attached hereto is the required certified dick or bid bared in the
Bidder's Bond
amount of $ 10% of bid as required by law and the Notice to Bidder'.
(10% per bid amount)
Fraposal Page 2 of 7
BMM QMLIMMUM ICM
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 20 years.
Our experience in work curable with that required by the proposed
contract is 20 years operating under the following different
name(s) .
B & B Landscape Contractors
B & B Landscape Contractors, Inc.
M.i California Contractor's License Number is 352633
The classification of my Contractor's License is C-27 - a
The expiraticn date for my Contractor's License is 1/31/94
***************************************************************************
* (1his Section for City use Only)
* The above information has been verified by
on
* Contractors State License Board (800) 321-2752 or (408 277-1244.
Mere federal funds are involved, no bid submitted shall be
invalidated by the failure of the bidder to be licensed in with
the laws of the State of California, hhoraever, at the time the contract is
awarded the contractor shall be properly liensed.
Proposal Page 3 of 7
ffi
HYLXM IUSRW OF W=
n-,e following is an exanple of work similar in charactex to that reed
in the proposed contract which our organization or personnel in our
organization has leted within the past three (3) years.
Whom Phone
Year Location Class For Performed Number Amount
1993 El Pescadero Park, City of Tracy - Landscape and Irrigation C-27,A
City of Tracy - Contract $279,459.00
1992 Holly Community Center, City of Union City - Landscape and Irrigation C-27
City of Union City - Contract $125,000.00
1992 Palomares Hills Park Ballfield Relocation and Development
Hayward Area Recreation & Development - Landscape and Irrigation C-27
Contract - $103,912.00
1992 Harder School Ballfield Development - Landscape and Irrigation C• 27
Havward Area Recreation & Development - Contract $66,019.00
1992 Terra. Bay -- Hillside Blvd. Widening and Linear Park - So. San Francisco, CA
W. W. Dean and Associatrs Builder and Developer - Contract $365,298.00 - C-27
1992 San Francisco Kaiser Medical Center - Landscape and Irrigation - C-27
Hospital Building Equipment Co. - Contract $114,623.00
1991-1990 Mt. View Civic Center & Theatre - Landscape and Irrigation - C-27
City of Mt. View and Perini. Corporation - Contract
1990 Creekbridge - Salinas, CA - Landscape and Irrigation - C-2.7
City of Salinas and Thrust TIV, mt. View, CK
1987 Median Landscape and Irrigation, Hellyer Avenue, Fontanoso and
Branham - City of San Jose, CA - lEandecape and Irrigation - -
Contract Amount - $538,000.00
Proposal Page 4 of 7
SectionThe subcontractor(s) , as def ined in the General
•. California Business • ProfessionsProvisions that I
propose - • hire to perform 71 of the wcrk for this project in cim amount
in exc*ss of one-half of one percent (0.5%) of the t,.7tal bid are listed
below. Only those listed below shall perform work an this project and
each of them has been pro;vided with a full and couplete, set of plans ard
specifications for this project by the bidder.
1. Name NONE
Adktress
Work to be Performed
2.
k
Name
Address
Work to be Performed
3. .rll'
. Address
Work to be Performed
4. Name
Address
AddressWork to be Performed
5. Nam
Work to •.- - •1 II' •
Address6. Nam
NCHCOKIMMM VW TO ME EXECUM EW EIIeM Alm
BM
State of California ss.
County of Santa Clara
George Brunn _, being first duly sworn, and Says that he
%=91he i8 President of B & B Land.Cont.Inctbe party making the
fa,=9u bid that the bid not made in the Est of, or on behalf
of, any undisclosed perm, Far tner xp, copany, association,
organization, or omjx aticn; that the bid is genuine and not collusive cr
sham; that the bidder has not directly or indirectly iru bxmd or solicittmd
any other bidder to put in a false or sham bid, and has not directly or
indirectly colluded, oormpired, oannived, or aid with any bidder or
anyone else to glut in a Shaun bid, or that anyone shall refrain from
bidding; that the bidder has not in any mmuier, directly or indirectly,
sought by art, , cr conference with anyone to fix the
bid price of the bidder or any other bidder, or to fiat any overhead,
profit, or cost element of the bid price, or of that of any other bid,
or to secure any advantage agauist the public body awarding the contract
of anyone inter sd in the proposed contract; that all statements
contained in the bid are true; and, further, that the bidder has not,
directly or indirectly, submitted his or her Id price or any breaIodown
thereof, or the contents thereof, or divulged information or data relative
thereto, or paid, and will not pay, any fee to any corporation,
partnership, company associaticn, organization, bid depwitory, or to any
member or agent thereof to effectuate a collusive or sham bid.
Name and Signature of Bidder:
B & B LANDSCAPE CONTRACTORS, INC.
(Print)
(Signature) Ceor;e Brunn, President
Date: March 23, 1993
PVQPOsal Page 6 of 7
BIMMIS SMMWM PUM
IF YOU ARE AN INDIVMUAL, SO STATE. IF YOU ARE A MANY OR A
ad-PARTNERSHIP, STATE UX QlVANY NAME AND LIST ME NAMES OF ALL
INDIVIDUAL CD-PARKS CCOR)OSIM THE 03WANY. IF YOU ARE A 00MCRAMN,
STATE 7HE LWAL NAME OF ` M OOFdM TION AND THE NAMES OF ME PFWMENT,
SD Y-THE AND )MUM. ME 03MRATlE SEAL, MUST BE AFF CED ID
THIS POW. EWM ME NAM OF YOM BUSINESS CK MM LINE OPPOSITE THE
APPROPRIATE BUSINESS TYPE.
TM OF li & B LANDSCAPE CONTRACTORS, INBLSI1NESS OF BUSINESS
ORATION: B & B LANDSCAPE CONTRACTORS. INC. - George Brunn - President
Reinhold Brunn - Sec./Treasurer
Oa-PAXCNERSH3--P:
INDIVIDUAL:
JOINT VE``tI[M:
OTFm:
(Describe)
Name and Signature of Bidder: B & B LANDSCAPE CONTRACTORS, INC.
(Pruett or type name)
George Bru n, President
Date: March 23, 1993
Address (mailirig & location) : 312 Brokaw Road
Santa Clara, CA 95050
Ze11e Number: (408 ) 980-8244
Acknowle t of all received is rw.airad by circling each
addercbm nxzher.
1 2 3 4 5 6 7 8 9 10
Pr posal Page 7 of 7
BID PRMOSAL
JO;i3lM PARK - FHAM II
FIMM= 93-9101
TO: THE DIRWrON OF PUBLIC WORKS, CITY OF GUPFWM, SMTE OF CALIFOWIA
Dear Sir:
In co plianoe with the Plans and Specifications furnished for the work of
the Jollyman Park In ovments in the City of Cuxertino, Project 93--9101,
the undersigned, hereby declare that I have read the proposal requirement,
visited tin sites, and examined the specifications. I, the undersigned,
hereby propose to do all work required to coWlete the work in accordance
with the Plans and Specifications for the prices sQt forth in the
following schedule. I father understand that said prices include all
Costs including, but not limited to, local, state and federal taxes, and
transportation costs.
I, the undersigned, also tmderstand that the quantities shown below are
estimates only, being given as a psis for oagpariscn 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 its or portions of work deemed
unnecessary by the Engineer.
The City of Cupertino reserves the right to unilaterally determine and
award the contract to any qualified bids based on the most ach antageous
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 oauplete the Jollymaun Park
liqprovements, Project 93-9101 as described in the Special Provisions.
I, the undersigned, shall diligently prosecute the work to oompletian as
scheduled. I further understand that I shall pay to the City of 0 pertino
the sum of One Hundred Fifty Dollars ($150.00) per day, for each and every
day services are not Meted as scheduled and/or specified.
BASE BID PRICE:
1. BID ITEM NO. 1: For all the Landscape Work shown and described an the
Plans and Specifications except the Add Alternate.
Item No. 1: The simt of —T rmT't 7(,�r llk,)SOY) FOOL
Dollars, ( 3 , �(,D )
ADD ALTEFOMTE NO. 1:
Refer to Drawings: EXte nd wood barrier (2) 6-foot units and replace
broken end post as shown for the total umt price of ft,V t uor n
Dollars, ($ [X� )
ADD ALTERNME NO. 2:
Refer to Drawings: Rotor heads as stern and specified Dollars,
f thetotal unit
Price of ui&)� uU k0 U-h _
PROP06A►L PAGE 1 OF 7
I, the mxIersigned agree that if this proposal is aooq*.ed, I will
mter into a contract with the City of 04mrtim to provide all neoessary
machinery, tools, apparatus, and other means of ommtraction and to do all
the work specified in the contract in the manner arid tim specif ied.
I, the undersigned declare that this bid is without connection
with any person, firm, •L. !•I -•'•l •. il. • • • •1. the ...Ili.- work,
is in all respects fair, and without collusion or ft-aud.
I, the undersigned recognize that the Directcr of Public Works of the
CitY Of 04m-tam will reserve the right to establish the ]priority of Cm
job over another and each starting date vdwe conflict of construL-ucn
schedules occur.
amount of $ 10% as re*dx8d bY law and the Notice to Bidders.
1 per • • amount)
1
G ,
Proposal Page 2 of 7
n.
..a.. m
BE3 FCM
In further compliance with the specifications furnish iC, I, the
undersigned, submit the following stags as to my experience and
qualifications to perform this work as a part of this ptcposal.
We have been in business under the present nmme for 91 years.
our experience in work comparable with that required by the proposed
contract is 9 j years operating under the following different
names) .
COLLISHAW CONSTRUCTION, INC.
My California Contractor's License Number is 449324
The classif ication of my Contractor's License is A.B.C 2 7
The expiration date for my Contractor's License is 11/95
lk�rieie*�!*it**�rdt�t�ir�t�rkt.#�rinlry;##**********st**�ktk�Rttk�k+(tdt�lktk�ktk**st*�Ar�!#��nkitlt�lrtlt*tk�IktRiFs*tRinklk**
* (This Section for City use Only)
* Me 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 --- --dance with
the laws of the State of Califcrtua, hoer, at the time the contract is
awarded the contractor shall be properly liensed.
Proposal Page 3 of 7
i r _
BM30ER MUM OF WCOK
The following is an examle of work similar in duu-act� to that required
o:
in the prcposed contract which cur arganizaticn or perscnnel in aur
Whom Phcm
Year locaticn clam Fbr Performed Numter Amount
PLEASE SEE ATTACHED
t :,
i
COLLI8NAM CONSTRUCTION, INC. �
MAJOR JOBS COMYL11TED WITHIN LAST 3 YEARS
TBAIt job ttANE I;R/®!<NWh t:Ot1 RACT FOUNT �
1987 BUTISR HILL RAIICR 03102000.00
1981 NENARK MEN. 111.98 NEWARK BCH. DIRT. 1272,000.00
1981 CARDIN AT11. I1 QttY OF BAH JOBe 417614915.00
1981 ALVARADO NtDDLI OCR. He* RAVEN BCH. DIRT. $418,590.00
tool 11AiRin 8tR1 al CITY OF SAN JOSE 0420,700.00
1901 HILLSDALB/UNION CITY OF BAN .108E 1160,190.00
1990 11LLP11A8 SPORTS O4R. CITY 0E "tLPIYAB 1bbS�160.00
loss AYDSH PA1ut 11191.E71 PACMRD 1234,i24.00'
1988 IPARK PLAZA RSDEVBLOPHZN ' BAN JOSE /2,014300.00
1969 1118t "Mat OtREBt CITY Or RAN Juan 0233,131.00
1980 IT. JAME$ PARK CITY OF BAN JOBS 1735.000.00
1989 BLOCK 2 80. W. BAN OERNANDO
ASSOCIATION 4163,131.00
1989 ATRIIRTBCAPB CITY OF BAN JOSR 0327.000.00
1989 11EWLST? PACRARD DLD®. °4 RUDOLP" 6 BLETTER 02030660.00
1989 ARD1HMOD TOR8911 CITY OF FREMONT $1.212.190.00
1989 SUN MALI JR. 9109 OCR. CITY OF BUNNVVALR 4191,630.00
loco 019ORT S COUNTRY OLUB PARR BAN kA110N 0494,635.00
1990 DUBLIN RICH ICl1OOL DUBLIN $157,010.00
1999 WATRR 4RUIMNT ILMt /2 ALAHtDA WAIER DIRT. 41,134,930.00
1990 pAAR PLATOROU D SgUIP. R6NC®. CITY OF MILPITAS 0333,290.00
1990 CORi►OPAYION tARO CITY OF BAN RAMON 0428,986.00
_ 1
1991 .IOLLtIM IA11R CtTT OF CUP➢1RTINO 1931,390.00
1991 LION. MILL _ CITY Of BAHIA CLARA $103660050.00
1991 ROD. Cl.A8/R00111 PAST 9109 UNION BCH,
DISTRICT 0345,655.00
1991 90. FIR81 STREET CtTY OF RAN J099 11,182,490.00
1991 ®11O11811RCR HILL PARR CITY or SAN JOBS 07990785.00
M MIN IS FMW
The suboontractor(s) , as defined in the c-er l Provisions and in
Section 7026 of the California Business and Professions Code, that I
propose to hire to perform any of the work for this project in an amount
in excess of one-half of one percent (0.5%) of the total bid are listen
below. Only those listed below shall perform work on this project and
each of them has been provided with a full and ocapiete set of plans and
specifications for this project by the bier.
1. Name /1 L k)L
Address
Work to be Performed
2. Name
Address
Work to be Performed
3. Name
Address
Work to be Performed -
4. Name
Address
t
Work to be Performed
5. Name
Address
Work to be Performed
5. Name
Address
Work to be Performed —
proposal Page 5 of 7
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No.5193
State of— '�- _ OPTIONAL SECTION
CAPACITY CLAIMED BY SIGNER
County of Though statute does not require the Notary to
fill in the data below,doing so may prove
invaluable to persons relying on the document.
On 9 before me, 7(��jc e �(e e0 `� �- �� ❑INDIVIDUAL
DAT5 NAME.TITLE OF OFFICER-E.G.,-JANE DOE.NOTARY P LIC"
C063 ORATE OFFICER(S)
personally appeared L 5 i--h e r- C U f< <S k A':
NAME(S)OF SIGNER(S) TITLE(S)
personally known to me-OR-❑ proved to me on the basis of satisfactory evidence ❑
PARTNER(S) LIMITED
to be the person(s) whose name(s) is/are GENERAL
subscribed to the within instrument and ac- ❑ATTORNEY-IN-FACT
knowledged to me that he/she/they executed TRUSTEF{S)
the same in his/her/their authorized GUARDIANICONSERVATOR
;3 H},- •'s: AL :pacity(ies), and that by his/her/their
""'` •+ I';,`7'` �:iCf_1_LCY ❑OTHER:
k �;o� -,',c ✓alltw}ict signature(s) on the instrument the person(s),
S4`tlrl +•i:aCOtJ"dri! or the entity upon behalf of which the
My CommiWon Explles person(s)acted, executed the instrument. — -
Wrch 27, 1994 SIGNER IS REPRESENTING:
NAME OF PERSONS)OR ENTITY(IES)
� WITNESS my hand and official seal. �
T V S1GNgTURE OF NOTARY �~u `^
OPTIONAL SECTION
THIS CERTIFICATE MUST BE ATTACHED TO TITLE OR TYPE OF DOCUMENT
THE DOCUMENT DESCRIBED AT RIGHT:
- NUMBER OF PAGES DATE OF DOCUMENT
Though the data requested here is not required by law,
it could prevent fraudulent reattachment of this form SIGNER(S)OTHER THAN NAMED ABOVE
01992 NATIONAL NOTARY ASSOCIATION-8236 Rernmel Ave.,P.O.Box 7;84•Canoga Park,CA 91309.7184
SUMUTMi BID
State of California ss.
County Of Santa Clara
Esther Collishaw being first doily saora, domes and says that he
or she is rftesident of nn-,trurri Mr.ty making the
foregoing bid that the bid is not ma<3ein the interest of, or on behalf
Of, any uidisclosed person, par tr=L M-LAI p, Gaily, associatiCdlI
organization, or corporation; that the bid is genuane and not collusive or
sham; that the bidder has not directly or indirectly induced or solicited
any other biddy to put in a false or shave bid, and has not directly or
indirectly colluded, oonspired, calived, or agreed with any bidder or
anyone else to put in a sham bid, or that anyone shall refrain from
bidding; that the bidder has rx* in any mainyer, directly or indirectly,
smolt by agreement, acmumtication, or conference with anyone to fix the
bid price of the bidder or any t*kA r bidder, or to fix airy 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 .wardu ig the contract,
of anyone interested in the posed contract; that all statements
contained in the bid are true; and, further, that the bidder:' has not,
directly or indirectly, submitted his or her id prig or any br akkn n
thereof, or the contents thereof, or divulged information or data relative
thereto, or paid, and will not pay, any fee to any corporation,
partnership, omgmny association, organization, bid depository, or to any
mexWoer or agent thereof to effectuate a collusive or share bid.
Name and Signature of Bidder:
ESTHER COLLSSHAW
(Print)
C-
(Signature)
Date: 3/23/93
Proposal Page 6 of 7
93-011 JOLLYMAN PARK-PHASE II 2 of 3
PROJECT 93-9101
BDEMIS smmwm ECM
IF YOU ARE AN rHDIVIDUAL, SO STATE. IF YOU ARE A OOMANY CR A
CD-PARINERFAIP, S'TAr-E THE OOMANY NAME AND LYST 'IM NAMES OF ALL
INDIVIDUAL OD-PAR3NERS COMPOSING UW 03KPANY. IF YOU AREA CEWGRMON,
STATE THE LBOAL NAME OF 7HE CORU)CRMON AND THE NAMES OF THE PRFSIDENr,
SEXPXIARY-TREASURER AND MAYS. 51E OORPORATE SEAL MUST BE AFFMW TO
'.LDS F'?M. ERTE R THE NAME OF YOUR BUSINESS C N DM LINE OPPOSITE 'I4�
APPROPRIATE BUSINESS TYPE.
TYPE OF
BUSINESS NAME OF BUSINESS
OORPORATION: COLLISHAW CONSTRUCTION, INC.
OD-PAPZ4EFtSFIIP:
IM VIDt]AL:
JOINT VENItW:
C►imm:
( ibe)
Name and Signature of Bidder: COLLISHAW CONSTRUCTION, INC.
�^ (Print or type name)
ESTHER COLLISHAW
Date: 3/23/93
Address (mailing & location) : 1125 MABURY ROAD, SAN JOSE 95133
P.O. BOX 61i718, SAN JOSE 95161 1718
Tv-1uphone Ntmber: ( 408) 995 3404
Acknowledgment of all addenda received is required by circling each
addendum number.
1 2 3 4 5 6 7 B 9 10
I°/'es /�fv sr'h�f cell-.s /� a ✓
S � G - ..u�..� a( L� a�l.•s /e�c,
y h Px�a�l Page 7 of 7
�'o� � 5 TEE i^
DEPARnOW OF PUKJC WCM
i r r WPHhSE II
Ri :r' 1
Ii •' a t '
Tuesday
•1 • n
A � .
: aW J. VISNNICH, f' a : •1' OF :4 it`d;
CM HML
r�.
10300 AVENUE
95014 _
92,030.01
t1
4='
MIKE OF CKNIUMM
COMMMDOCUKENTS
Notim to contractors
2.j
PrIOPOSal
B. t'' I.,.1.. , .11=
of standard specif ications
1. Adoption
2. Headings and Citations
3. {_ •... Of Term .
4. Prosecution and Progress
5. Control of the W=k
to the Public
6. Legal Relations and PASPOnSibilities
7. ProposalandAward of Contract
01000 Spwial Provisions
Division2. - tf
I _c•q •s._• Granite Paving
{ irrigation
-
02900
A. am mamsm
NDE= To cminumcom
City of Cupertino
10300 Torre Avenue
Cupertino, California 95014
The City of Cupertino, Santa Clara Qxnity, California, invites sealed
proposals for the lion of the work as delineated on the Plans
and/or in the Specifications, entitled, JaUMM PARK - FEM 11, PXIMM=
93-9101.
Contract DoctmeaYts, consisting of Notice to 'tors, Proposal,
Time for Coepleticn, Estimated Quantities, Naatoollusicn Affidavit, Bidder
Qualification Florm, Subombmctors Form, Signatise Form, Standard
Specifications, General Provisions, Special Provisicrs and Plans, Faithful
Performance Bond, labor and Material Bond, DI%wwm Mrtific ates and
contract for Public Works, may be reviewed and copies of same may be
obtained at the office of the City Engineer, City of Cupertino, 10300
Rbrre Avenue, Cupertino, CA 95014, at no cost to the bidder. Special
attention of bidder is directed to Section 7, Proposal and Award of
contract, of the General Provisions for full diiutias as to bidding.
Sealed proposals will be received at the office of the Public Works
Department., City Hall, City of Oqm tiro, 10300 Torre Avenue, Cupertino,
CA 95014 until 2:00 p.m. on 11 1 23, 2993, at which time they will be
publicly aWxxed and the cxeparative totals read.
All proposals or bids shall be a anied by cash, a cashier's Eck
or certified check payable to the arder of the City of Cupertino, in the
amount of teat percent (10%) of the bid, or by a band in said amount
payable to the City of Cupertino. Said board shall be signed by the bidder
and a corporate surety, or by the bidder and two (2) sureties who shall
justify before any officer c upe ent to administer an oath, in double said
amount and over and above all statutory exemptions. Said cash or check
shall be forfeited or said bond shall beoame payable to the City in case
the bidder depositing the same does not enter into a contract with the
City within ten (10) days after written notice that the Contra.
fi r has
been awarded the contract.
All bids shall be oc pared using the estimated quantities prepared by
the Engineer and the Unit Prices submitted. No inconplete nor
interlineated proposal or bid will be accepted. Bidders are required to
bid on all items of the proposal.
No federal funds are involved in this project, therefore, bids
submitted shall be invalidated by the failure of the bidder to be licensed
in accordance with the laws of the State of California.
No bids will be awarded to a contractor who is not licensed in
acao--dance with the provisiana of Division 3 of Qaaptrer 9, "Contracts" of
the Business and Professions code of the State of California. Zlte
contract shall not be awarded to any bidder who does not possess a Class
C27 cc C34 or General Rgineering Contractor's License.
Page 1 of 2
• • :..•.: _• •3 tea.•t 3•. a ll�: I� • �.la�t •
.. - =wry:•'•'.'ti. �'�;t '1: � - a.l •.•��-. - lid,:..' _.•..: - .'
-•r
iu�
BID
JCLLYMM PARR - PEASE U
PRm2= 93-9101
TO: THE DUUMR OF PUBLIC 6OMS, MY OF aJPER2'YNO, STATE OF allZFMe IA
Dear Sir:
In compliance with the Plans and Specifications furnished for the work of
the Jollyman Park Improvements in the City of a4xxtino, Project 93-9101,
the undersigned, hereby declare that I have read the proposal ,
Visited the Sites, and examined the specifications. I, the undersigned,
hereby propose to do all work required to ocaplete the work in accordance
with the Plans and Specifications for the prices set forth in the
following ale. 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 aor'tions of wank dew
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, madginery and material required to caWlete the Jollyman Park
Juprovements, Project 93-9101 as described in the Special Provisions.
I, the undersigned, shall diligently prosecute the work to cowletion as
scheduled. I further understand that I shall pay to the City of Cupercinc
the sum of One Hundred Fifty Dollars ($150.00) per day, for each and every
day services are not completed as scheduled and/or specified.
BASE BID PRICE:
1. BID ITEM NO. 1: For all the Landscape Work shown and described on the
Plans and Specifications exert the Adu Alternate.
Item No. 1: The sum of
ADD ALTERNATE NO. 1:
Refer to Drawings: Extend wood barrier (2) 6-foot units and _replace
broken end post as shown for the total unit price Of � �
Ilia. Dollars, ($
ADD ALTERNATE NO. 2:
Refer to Dra : Rotor, heads as ran and specified for the total unit
price Of Dollars, ($ )
PROPOSAL PAGE 1 OF 7
I, the undersigned agree that if this proposal is accepted, I will
enter mVto a contract with the City of Oxpertino to provide all necessary
machinery, tm.1s, q4exubm, and cther means of cuts z%wticn and to do all
the work specif:Ud in the contract in the mannw and tine specif ied
I, the wxUrsigned declare that this bid is without ommiection
with any person, ll' •7. ••;)p c.•)' -sP making a • • far thesamework, 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 Q*erUno will reserve the right to establiah the piriwity of cm
job over another and each starting date utiere conflict of construction
schedules occur.
Attached hersto is the required cert-Lf led check or bid bond 3n the
MACIUnt Of $ as required by law and the Notice to BiWers.
Propose .,•'G of
EOMIM NOR
In further ccuplianoe- with the specifications furnished, I, the
undersigned, submit the fallowing statements as to my experience and
qualifications to perform this work as a part of this pa,Vosal.
r
We have been in business under the went name for years.
our experience in work cacparable with that required by the pmcnpose i
contract is years operating under the following different
name(s)
Iy California Contractor-s License Number is
The classif icaticn of nay Contractor°s License is
The expiration date for my Contractor Is License is
* (This Section for City use Only)
* The above information has been verified by
on
* Cmitractors 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 ao- -rdanoe with
the laws of the State of Califarrnia, however, at the tii.te the contract is
awarded the contracts shall be properly liensed.
Pf poasal Page 3 of 7
A
JOLLYMAN PARK IMPROVEMENTS
CITY OF CUPERTINO 02810-1
SECTION 02810
IRRIGATION
PART 1 - GENERAL
1 .01 DESCRIPTION
A. Install irrigation system complete as shown and as
specified.
1.02 QUALITY ASSURANCE
A. Manufacturer's Specifications: Follow manufacturer's
current printed specifications and drawings in all cases
where the manufacturers of articles used in the Contract
furnish directions covering points not specified or shown
in the Drawings.
B. Ordinances and Regulations: All local, municipal and
state laws, codes and regulations governing or relating to
all portions of this work are hereby incorporated into and
made a part of these Specifications. Anything contained
in these Specifications shall not be construed to conflict
with any of the above codes, regulations or requirements
of the same. However, when these Specifications and
Drawings call for or describe materials, workmanship or
construction of a better quality, higher standard, or
larger size than is required by the above codes and
regulations, the provisions of these Specifications and
Drawings shall take precedence.
C. Explanation of Drawings:
1 . Due to the scale of the Drawings, it is not possible
to indicate all offsets, fittings, sleeves, etc. ,
which may be required. Carefully investigate the
conditions affecting all of the work and plan accord-
ingly, and furnish all required fittings. Install
system in such a manner to avoid conflicts with
planting, utilities and architectural features.
2. Do not install the irrigation system as shown on on
the Drawings when it is obvious in the field that
obstructions, grade differences or discrepancies in
arc dimensions exist that might not have been consid-
ered in engineering. Bring such obstructions or
differences to the attention of the Engineer. In the
event this notification is not given, the Contractor
shall assume full responsibility for any revision
necessary.
e
JOLLYM.AN PARK IMPROVEMENTS
CITY OF CUPERTINO 02810-2
1 .03 SUBMITTALS
A. Materials List:
1. Within ten ( 10) days after the award of the Contract,
submit three (3) copies of the complete lists of
materials proposed for installation, and obtain the
City's written approval thereof before proceeding.
Use only accepted materials and items of equipment.
2. List all materials by manufacturer's name and model
number.
B. Record Drawings:
1. Dimension the location of the following ite ,,ls from
two (2) permanent points of reference such :s build-
ing corners, sidewalk, road intersections, etc:
a. Connection to existing water lines.
b. Connection to elactricai power.
C. Gate valves.
d. Routing of sprinkler pressure lines.
e. Remote control valves.
f. Routing of control valve.
g. Quick coupling valves.
h. All sleeva locations.
i. Routing of all control wiring.
J . Include all invert elevations below 12" .
2. Deliver a reproducible Record Drawing to the City
within seven (7) working days before the date of
Final Review. Delivery of the record drawings shall
not relieve the Contractor of the responsibility of
furnishing required information in the future.
1.04 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Furnish and deliver materials in manufacturer's packaging,
bearing original legible labeling.
B. Handle and store all equipment in accordance with
manufacturer's current printed specifications.
JOLLYMAN PARK IMPROVEMENTS
CITY OF CUPERTINO 02810-3
1.05 SEQUENCING AND SCHEDULING
A. Acceptance: Do not install main line trenching prior to
acceptance by Owner' s Representative of rough grades com-
pleted under another Section.
B. Coordination: Coordinate with the work of other sections
to insure the following sequence of events:
1. Sleeves and Conduits: Installation of all sleeves
and conduits to be located under paving and through
walls prior to placement of those materials.
2. Bubbler Heads: Install after placement of tree, but
prior to backfili with planter soil mix.
1.06 WARRANTY
A. In addition to manufacturer's guarantees or warranties,
work shall be warranted for one ( 1) year from the date of
workmanship. Warranty shall also cover repair of damage
to any part of the premises resulting from leaks or other
defects in materials, equipment and workmanship to the
satisfaction of the Owner.
1.07 OPERATION
A. Routine: Inspect and adjust all heads and control valves
including raising or lowering of head heights to accommo-
date plant growth, to achieve uniform irrigation at all
times. Verify correct operating pressure.
B. Controller: Inspect regularly for power interruption and
re-set clock as required. Adjust station timing to accom-
modate changes in plant growth and weather conditions.
Coordinate work with Parks Maintenance personnel.
C. System Failure: Perform all repairs within one ( 1 )
operating period. Replacements to match removed products
and materials in all respects. Report prompt.y all damage
not resulting from Contractor's operations. Repair all
damage caused by Contractor at no expense to Owner.
PART 2 - PRODUCTS
2.01 PIPE
A. Pressure Main Line Pipe and Fittings: All PVC fittings
shall bear the manufacturer's trademark name, material
designation, size, applicable I.P.S. schedule and NSF seal
of approval.
JOLLYMAN PARK IMPROVEMENTS
CITY OF CUPERTINO 02810-4
1. PVC pressure rate pipe: ASTM D2241 NSF approved Type
I, Grade I, PVC. All pipe must meet Federal
Specifications PS-22-70, with an appropriate standard
dimension ration (S.D.R. ) .
2. PVC scheduled pipe: ASTM D1785 NSF approved Type I,
Grade I, PVC. All pipe must meet Federal
Specifications PS-21-70.
3. PVC solvent-weld fittings: ASTM D2466 Schedule 40,
1-2, II-I NSF approved.
4. Solvent cement and primer for PVC solvent-weld pipe
and fittings: Type and installation methods pre-
scribed by the manufacturer.
5. Connections between main lines and RCVS: Schedule 80
PVC (threaded both ends) nipples and fittings.
B. PVC Non-Pressure Lateral Line Piping and Sleeving:
1. PVC pressure rated pipe: ASTM D2241 NSF approved
Type I, Grade I, PVC and Federal Specifications
PS-22-70, with an appropriate standard dimension.
ratio (S.D.R. ) .
2. PVC solvent-weld fittings: ASTM D2466 Schedule 40,
1-2, II-I NSF approved.
2.02 CONTROL WIRES
A. Type: Copper with UL approcL-d foy• direct burial, size
14-1. Common ground wire with white insulating jacket;
individual control wires with insulating jacket of color
other than white.
B. Splices: Splice-Kote, Dura-Seal heat shrink nylon wire
connectors or 'DBY' by 3M.
2.03 BOXES FOR REMOTE CONTROL VALVES
A. Carson No. 14192B (green), or approved equal.
2.04 GATE VALVES
A. Up to 3" in size: 125-1b. bronze construction, non-rising
stem type, sized to line. Crane #438, NIBCO #113, Kennedy
#527, or approved equal.
2.05 GATE VALVE BOXES
A. In planted areas to be round high-density reinforced con-
crete with non-settling shoulder and concrete lid. Brooks
9-series, Christy #F14, or equal.
JOLLYMAN PARK IMPROVEMENTS
CITY OF CUPERTINO 02810-5
2.06 MISCELLANEOUS INSTALLATION MATERIALS
A. Solvent cement and primers for solvent weld joints: Make
and type approved by manufacturer(s) of pipe and
fittings. Maintain cement proper consistency throughout
use.
B. Pipe joint compound: Permatex 51. Do not use on
sprinkler inlet port.
2.07 NON-POTABLE WATER TAPE: "Non potable water" tape and
quick coupler caps with non-potable water label.
2.08 MISCELLANEOUS EQUIPMENT/ACCESSORIES
A. Concrete Pads: Poured-in-Place Concrete Boxes and Vaults,
Thrust Blocks: See Concrete Section of Specifications.
2.09 OTHER EQUIPMENT: As shown on Drawings.
PART 3 - EXECUTION
3.01 EXAMINATION
A. Sleeves and Conduits: Verify that all installed sleeving
and conduits are undisturbed and are free of defects or
errors introduced by the work of other sections.
B. Stub-outs: Verify that all pipe and wire stub outs to be
provided under another contract are correctly sized, lo-
cated and installed as noted on Drawings.
C. Notification: Submit written notification to Owner' s
Representative within ten ( 10) working days of above
inspections describing all acceptable and non-acceptable
-,ite conditions.
3.02 INSTALLATION
A. Conduits and Sleeves:
�. Coordination:
a. Sleeving will be existing only when installed
under another subcontract. Inspect as specified
above.
B. Excavating and Trenching:
1 . Dig trenches wide enough to allow a minimum of 3
inches between parallel pipe lines. Provide a
minimum cover from finish grade as follows:
JOLLYMAN PARK IMPROVEMENTS
CITY OF CUPERTINO 02b1O-6
a. 24 inches Deep: Over pipe on pressure side of
irrigation control valve, control wires and
quick-coupling valves, except 18-inches deep in
existing tree grove.
b. 18 inches Deep: Over pipe on non-pressure side
of irrigation control valve.
C. Pipe Line Assembly:
1. General:
a. Install pipe and fittings in accordance with
manufacturer's current printed Specifications.
b. Clean all pipes and fittings of dirt, scales and
moisture before assembly.
2. Solvent-Welded Joints for PVC Pipes:
a. Solvents: Use solvents and methods specified by
pipe manufacturer.
b. Curing Period: Minimum of 1 hour before
applying any external stress on the piping and
at least 24 hours before placing the joint under
water pressure.
3. Threaded Joints for Plastic Pipes:
a. Quick coupler valve swing joint assembly: Use
non-hardening pipe joint compound.
b. Use Permatex on other threaded PVC fittings.
4. Laying of Pipe:
a. Bedding On-grade: Remove from trench all rocks
or clods. Bed pipes in at least 2 inches of
soil excavated from trench. Backfill on all
sides of piping to provide a uniform bearing.
b. Snaking: Snake pipe from side to side of trench
bottom to allow for expansion and contraction.
Minimum allowance for snaking is one ( 1 ) addi-
tional foot per 100 ft. of pipe.
C. Moisture Restrictions: Do not lay PVC pipe when
there is water in the trench. Do not assemble
PVC pipe unless the pipe is dry.
5. Install "Non-potable Water" tape on mainline pipe
prior to backfill.
JOLLYMAN PARK IMPROVEMENTS
CITY OF CUPERTINO 02810-7
D' Control Valves:
1 . Install in valve boxes where shown on Drawings and
group together where practical. Install box flush
with finish grade, not necessarily level.
2. Where two or more valves are installed adjacent to
each other, provide at least six (6) inches separa-
tjon,. Align boxes in a row.
3. Permanently mark valve wires in box with valve number
and controller letter.
E. Sprinkler Head Installation:
1. Rotary Pop-up Heads:
a. Places all full-circle rotary pop-up sprinkler
heads flush with top of heads.
b. Place part-circle rotary pop-up sprinkler heads
6 inches from edge of and flush with top of ad-
jacent walks, header boards, curbs or paved
areas.
2. Bubblers:
a. Coordination: Coordinate installation with
planting contractor to insure timely and proper
placement of heads at new planting.
2. Connection to Valves: Connect remote control valves
to controller in sequence to correspond with station
setting.
3. Irrigation Diagram: Modify existing copy of
irrigation diagram on cabinet door with waterproof
marker as approved by Engineer.
F. Control Wiring:
1. General: Install control wires in common trenches
with sprinkler mains and laterals wherever possible.
Lay to the bottom side of pipe line. Provide looped
slack at valves. Snake wires in trench to allow for
contraction of wires. Tie wires in bundles at 10 ft.
intervals.
2. Extra Length: Provide 30 inches extra control wire
at each remote control valve splice to facilitate the
removal of the remote control bonnet to finish grade
without cutting wires.
JOLLYMAN PARK IMPROVEMENTS
CITY OF CUPERTINO 02810-8
3. Size: Minimum size of wire is to be determined
strictly by the manufacturer's current printed
Specifications for remote control valves, but not
smaller than #14.
4. Splicing: Crimp control wire splices at remote con-
trol valves. Seal with specified splicing materials.
In-line splices will be allowed only on runs exceed-
Jng 2500 feet and only in junction boxes.
G. Closing of Pipe and Flushing of Lines:
1. Capping: Cap or plug all openings as soon as lines
have been installed to prevent entrance of materials
that would obstruct the pipe. Leave in place until
removal is necessary for completion of installation.
2. Flushing: Thoroughly flush out all water lines
before installing heads, valves and other hydrants.
3.03 FIELD QUALITY CONTROL
A. Testing of Irrigation System:
1. Make hydrostatic tests with risers capped when welded
PVC joints have cured at least 24 hours. Center load
piping with backfill to prevent pipe from moving
under pressure. Keep all couplings and fittings
exposed.
2. Install pressure gauge and pump system up to a mini-
mum of 125 psi the day preceding the scheduled test
and verify that pressure is holding. Inspect system
early following day and immediately notify Owner's
Representative if the test confirmation must be
postponed.
3. Apply continuous static water pressure of 125 psi in
accordance with Caltrans Standard Specifications Sec-
tion 20-5.03G, except after a drop in pressure ( 5 psi
maximum), then the pressure must stabilize and remain
stable for a one ( 1 ) hour minimum period before ac-
ceptance of the test.
4. Leaks resulting from tests shall be repaired and test
repeated until system passes tests.
B. Adjustment of the System:
1. Flush and adjust all sprinkler heads for optimum per-
formance and to prevent overspray onto walks, road-
ways and buildings.
JOLLYMAN PARK IMPROVEMENTS
CITY OF CUPERTINO 02810-9
2. Set all sprinkler heads perpendicular to finished
grades unless otherwise noted on the Drawings.
3. When the landscape sprinkler system is completed,
perform a coverage test in the presence of the Engi-
neer to determine if the water coverage for planting
areas is adequate.
4. Test valves with controller individually in the pres-
ence of the Engineer. Demonstrate that all control
valves operate electrically.
5. Demonstrate to Owner' s Representative that irrigation
scheduling programmed into controller is adequate for
plant requirements without causing runoff, and that
scheduling capacities of controller are utilized.
3.04 BACKFILL AND COMPACTING
A. General: After system is operating and required tests and
reviews have been made, backfill excavations and trenches
with clean soil, free of debris.
B. Backfill for All Trenches: Regardless of the type of pipe
covered, compact to minimum 95 percent density under
pavements, and 85 percent under planted areas.
C. Compacting: Compact trenches only in areas to be planted
by thoroughly flooding the backfill. Jetting process may
be used in those areas.
D. Finishing: Dress off all areas to finish grades.
3.05 MAINTENANCE
A. The entire sprinkler irrigation system shall be under full
automatic operation for a period of two ( 2 ) days prior to
any planting.
B. The City reserves the right to waive or shorten the opera-
tion period.
C. Maintain/repair system for full duration of plant mainte-
nance period.
3.06 REVIEWS PRIOR TO ACCEPTANCE
A. Notify the Landscape Architect in advance for the follow-
ing reviews, according to the time indicated:
1. Pre-construction conference - 7 days.
JOLLYMAN PARK IMPROVEMENTS
CITY OF CUPERTINO 02810-10
2. Supply line pressure test and control wire installa-
tion - 72 hours.
3. Coverage and controller test - 72 hours.
4. Final inspection - 7 days.
B. No reviews will commence without record drawings, without
completing previously noted corrections, or without pre-
paring the system for review.
3.07 FINAL REVIEW
A. Operate each system in its entirety for the Engineer at
time of final review. Any items deemed not acceptable by
the Engineer shall be reworked to the complete satisfac-
tion of the Engineer.
B. Provide evidence to the Engineer that the Owner has re-
ceived all accessories and equipment as required before
final review can occur.
C. Final acceptance and start of warranty period will occur
no later than the end of the plant maintenance period.
*** END OF SECTION ***
JOLLYMAN PARK IMPROVEMENTS
CITY OF CUPERTINO 02900-1
SECTION 02900
PLANTING
PART 1 - GENERAL
1.01 DESCRIPTION
A. Furnish labor, material, and equipment for the installation
of the planting work and the maintenance as shown on the
drawings and as specified.
1.02 RELATED SECTIONS
A. Section 02810, IRRIGATION
B. Section 02200, EARTHWORK
1.03 QUALITY ASSURANCE
A. Qualifications:
1. Experience: Assign a full-time employee to the job as
foreman for the duration of the Contract with a mini-
mum of four ( 4) years experience in landscape install-
ation and maintenance supervision, with experience or
training in turf management, entomology, pest control,
soils, fertilizers and plant identification.
2. Labor Force: Provide a landscape installation and
maintenance force thoroughly familiar with, and
trained in, the work to be accomplished to perform the
task in a compentent, efficient manner acceptable to
the Owner.
B. Requirements:
1 . Supervision: The foreman shall directly supervise the
work force at all times and be present during the
entire installation. Notify Owner of all changes in
supervision. Supervisor must be able to speak and
read English.
2. Identification: Provide proper identification at all
times for landscape maintenance firm' s vehicles and a
labor force uniformly dressed in a manner satisfactory
to Owner.
C. Reference Standards:
1 . Manufacturer' s recommendations.
2. "Sunset Western Garden Book, " Lane Publishing Co. ,
Menlo Park, California; current edition.
JOLLYMAN PARK IMPROVEMENTS
CITY OF CUPERTINO 02900-2
3. "American Standards for Nursery Stock, " American Asso-
ciation of Nurserymen, 230 Southern Building,
Washington, D.C. 20005.
D. Plant Material Standards
1. Quality and Size of Plants: Conform to the State of
California Grading Code of Nursery Stock, No. 1
grade. Use only nursery-grown stock which is free
from insect pests and diseases.
2. Comply with Federal and State laws requiring
inspection for plant diseases and infestations. Sub-
mit inspection certificates required by law with each
shipment of plants, and deliver certificates to the
Owner. Obtain clearance from the County Agricultural
Commissioner as required by law, before planting
plants delivered from outside the County in which
planted.
1.04 SUBMITTALS
A. Product Data: Manufacturer's current catalog cuts and
specifications of the following:
1. Fertilizers.
2. Herbicide.
3. Tree Tie and Stake.
4. Iron Sulfate.
B. Samples:
1. Plants: Submit typical sample of each variety to site
for approval by Engineer.
2. Rock Mulch: Submit 1-pint sample(s) .
C. Certificate of Compliance for the following:
1 . Soil Amsndment.
1 .05 PROJECT/SITE CONDITIONS
A. Site Visit: At beginning of work,, visit and walk the site
with the Owner's Representative to clarify scope of work
and understand existing project/site conditions.
PART 2 - PRODUCTS
2.01 PLANTS FURNISHED BY CITY AND INSTALLED BY CONTRACTOR
A. See Plant List on drawing.
JOLLYMAN PARK IMPROVEMENTS
CITY OF CUPERTINO 02900-3
2. 02 PLANTS FURNISHED BY CONTRACTOR
A. Plant the variety, quantity and size indicated. The total
quantities tabulated are considered approximate and
furnished for convenience only.
B. Tag plants of the type or name indicated and in accordance
with the standard practice recommended by the American As-
sociation of Nurserymen.
C. Install healthy, shapely and well-rooted plants with no ev-
idence of having been rootbound, restricted or deformed.
D. In case the sample plants reviewed are found to be defec-
tive, the Engineer reserves the right to reject the entire
lot( s) of plants represented by the defective samples.
Remove unsuitable plants and immediately dispose of off the
site.
E. Take necessary precautions to insure that the plants will
arrive at the site in proper condition for successful
growth. Protect plants in transit from windburn and
sunburn. Protect and maintain plants on site by proper
storage and watering.
F. Substitutions will not be permitted, except as follows:
1. If proof is submitted to the Landscape Architec-t that
any plant specified is not obtainable, a proposal will
be considered for use of nearest equivalent size or
variety with an equitable adjustment of Contract
price.
2. Substantiate and submit proof, in writing to the Engi-
neer within 10 days after the effective date of Notice
to Proceed.
G. Measure plants with branches in normal position. Height
and spread dimensions indicated refer to the main body of
the plant, and not from branch tip to tip.
2.03 FERTILIZERS
A. Commercial fertilizer, pelleted or granular form, conform
to the requirements of Chapter 7, Article 2, of the Agri-
cultural Code of the State of California for fertilizing
materials as follows:
Type A: 6% Nitrogen, 20% Phosphoric Acid and 20%
Potash ( 6-20-20) .
Type B: 21 gram planting tablets 20% Nitrogen, 10%
Phosphoric Acid and 5% Potash ( 20-10-5 tablets) avail-
able from Agriform.
Type C: Complete fertilizer 21% Nitrogen, 7%
Phosphoric Acid and 14% Potash ( 21-7-14) .
JOLLYMAN PARR IMPROVEMENTS
CITY OF CUPERTINO 02900-4
If commercial fertilizer having this analysis is not
obtainable, other similar commercial fertilizer may be used
providing it meets the approval of the Landscape Architect.
Submit all fertilizer delivery tags to Owner for approval
prior to incorporation.
B. Maintenance Fertilizer: Type C.
2.04 SOIL AMENDMENT:
A. Shredded redwood sawdust or shredded fir and/or pine bark
with the following properties:
Percent Passing Sieve Designation
100 9. 51 mm 3/8"
95-100 6.35 mm 1/4"
80-100 4.76 mm Mo. 4
60-100 2.38 mm No. 8 8 mesh
20-70 1.00 mm No. 18 16 mesh
0-30 500 micron No. 35 32 mesh
Redwood Sawdust
1. Dry bulk density, lbs. per cii. yd. 270-370
2. Nitrogen stabilized - dry weight basis, min. 0.4%
Fir and/or Pine Bark
1 . Dry bulk density, lbs. per cu. yd. , 450-580
2. Nitrogen stabilized - dry weight basis, min. 0. 5%
B. Salinity (ECe) : 4.0 maximum
C. Organic Content: 90% minimum
D. Reaction (pH) : 4.0 minimum.
E. Submit sample to the Landscape Architect within two weeks
after award of Contract with Laboratory organic amendment
analysis report to include above information and iron con-
tent.
2.05 IRON SULFATE: Dry form.
2.06 PLANT BACKFILL: Use a mixture of 2 parts soil from the
hole, and 1 part soil amendment with iron, added at the
following rates:
1 gallon can plants - iron, 1/4 cup
5 gallon can plants - iron, 1/3 cup
15 gallon can plants - iron, 1/2 cup
Mix the iron, amendment and soil thoroughly.
JOLLYMAN PARK IMPROVEMENTS
CITY OF CUPERTINO 02900-5
2.07 MULCH:
A. Organic Mulch: Fir or pine bark chips, dark in color and
gradation up to one-inch ( 1" ) size. "Walk-on" or "Forest
Floor" type.
B. Rock Mulch Driveway: Gold color rock to match existing ad-
jacent to residence at Tuscany Place.
C. Submit sample of bark and rock mulch to the Engineer for
approval within two weeks of award of Contract.
2.08 TREE SUPPORT POLES: Peeled, lodge pole pine logs, clean,
smooth, new, and sized as follows:
A. Two-inch ( 2" ) diameter by eight feet ( 81 ) long for trees
less than 8 ' high and 1" caliper.
B. Three-inch (3" ) diameter by eight feet (8' ) long for trees
greater than 8' high and 1" caliper.
2.09 TIES: Rubber strap, 24-inch minimum length without sharp
edges adjacent to trunk, V.I.T. cinch-tie, or approved
equal.
2. 10 TOPSOIL ( PLANTING SOIL ) : See EARTHWORK, Section 02200.
2. 11 PRE-EMERGENCE WEED KILLER: Clean, non-staining as recom-
mended by a licensed pest control specialist.
PART 3 - EXECUTION
3.01 FINE GRADING AND SOIL PREPARATION
A. Planting Soil Placement: Refer to Section 02200 EARTHWORK.
B. Rip and scarify planting areas to a minimum depth of 12
inches prior to installing planting soil and/or soil amend-
ments.
C. Thoroughly wat down the planting areas and confirm
sprinkler coverage and operation. Allow soil to dry so as
to be workable.
D. Drag to a smooth, even surface. Grade to form all swales,
pitch to catch basins, streets, curbs, etc. , to insure uni-
form surface drainage. Areas requiring grading include ad-
jacent transition areas which shall be uniformly level or
sloped between finish elevations.
E. Hold finish grade and/or mulch surface in planting areas
1/2-inch below adjacent pavement surfaces, tops of curbs,
manholes, etc.
JOLLYMAN PARK IMPROVEMENTS
CITY OF CUPERTINO 02900-6
F. Spread soil amendment, iron, and Type A fertilizer evenly
over all planting areas, including ground cover and shrub
areas ( after the initial ripping and breakdown of the large
clods ) at the following rates:
1 . Soil Amendment: 6 cubic yards per 1,000 square feet.
2. Iron Sulfate: 10 lbs. per 1,000 square feet.
3. Fertilizer: Type A ( 6-20-20) at 20 lbs. per 1,000
square feet.
Rototill above additives into soil 6 to 8 inches deep.
Keep Iron Sulfate off pavement and other surfaces to pre-
vent rust staining. Correct all rust stain damage to work.
G. After the rototill work, float areas to a smooth, uniform
grade as indicated on the drawings. Slope all planting
areas to drain. Roll, scarify, rake and level as necessary
to obtain true, even planting surfaces. Remove rocks,
sticks and debris 4 inches or larger in shrub and ground
cover areas. Secure approval of the grade by the Engineer
before any planting.
H. Scarify all planting areas that become compacted prior to
planting.
3.02 TREE AND SHRUB PLANTING
A. Mark tree and shrub locations on site using stakes, gypsum
or similar approved means and secure location approval by
the Engineer before plant holes are dug. Adjust as neces-
sary prior to planting.
B. Excavate container grown tree, shrub and vine pits as
follows:
Excavation for. Width Depth
Canned Trees Can + 18" Can + 12"
Canned Shrubs/Vines Can + 1.2" Can + 12"
C. Break and loosen the sides and bottom of the pit to insure
root penetration. Fill holes with water; any retention of
water in the plant pits for more than 24 hours shall be
brought to the attention of the Landscape Architect before
planting proceeds.
D. Backfill plant holes with mix as specified, free from
rocks, clods or lumpy material. Backfill native soil free
of soil amendments under rootball and foot tamp to prevent
settlement. Backfill remaining 1/2 of the hole with soil
mix and place plant tablets (Type B fertilizer) 3 inches
below surface of rootball and 1/2-inch from roots at the
following rates:
JOLLYMAN PARK IMPROVEMENTS
CITY OF CUPERTINO 02900-7
1 gallon can plant - 1 tablet
5 gallon can plant - 3 tablets
15 gallon can plant - 6 tablets
E. Carefully remove and set plants without damaging the
rootball . Superficially cut edge roots on three sides
using a knife..
F. Set plants in backfill with top of the rootball 2 inches
above finished grade. Backfill remainder of hole and soak
thoroughly by jetting with a hose and pipe section. Water
backfill until saturated the full depth of the hole.
G. Build 6" high watering basin borms around trees and shrubs
to drain through rootball.
H. Stake trees as detailed. Drive stake until solid and
remove excess stake protruding above top tree tie to pre-
vent rubbing against branches.
I. Mulch basins with organic mulch to 3-inch (3" ) depth and
thoroughly water.
3.03 GROUND COVER PLANTING: Plant in neat, straight, parallel
and staggered rows as indicated on plan. Plant first row
one-half required ground cover spacing behind adjacent
curbs, structures, or other plant bed limits. Plant ground
cover to edge of water basins of adjacent trees and shrubs.
A. Mulch: Mulch all shrub and ground cover areas with organic
mulch to a 2-inch depth.
B. Install rock mulch in driveway area at Tuscany Place in ac-
cordance with DECOMPOSED GRANITE PAVING Specifiction. Com-
pact subgrade to 90% relative compaction.
3.04 PRE-EMERGENCE WEED KILLER: Apply pre-emergence weed killer
in all planting areas. Work shall be done by a pest con-
trol specialist, licensed by the State of California. Ob-
tain approval of the finish grades prior to applying weed
killer and coordinate planting and watering with the pest
control specialist prior to planting. Guarantee the work
against weed growth for a period of 4 months after applica-
tion.
3.05 WATERING: Water all trees, shrubs and ground cover immedi-
ately after planting. Apply water to all plants as often
and in sufficient amount as conditions may require to keep
the plants in a healthy vigorous growing condition until
completion of the Contract. Do supplemental hand watering
of trees and shrubs during the first 3 weeks of plant es-
tablishment.
JOLLYMAN PARK IMPROVEMENTS
CITY OF CUPERTINO 02900-8
3.06 MAINTENANCE OF PLANTING: Maintain plants from time of
delivery to site until final acceptance of landscape in-
stallation.
3.07 PRE-MAINTENANCE PERIOD REVIEW AND APPROVAL OF PLANTING
A. Receive approval of the installed planting prior to com-
mencement of planting establishment maintenance period.
Notify the Engineer a minimum of seven (7) days prior to
requested review. Before the review, complete the follow-
ing:
1. Complete all construction work.
2. Present all planted areas neat and clean with all
weeds removed and all plants installed and appearing
healthy.
3. Plumb all tree stakes.
4. No partial approvals will be given.
3.08 PLANTING ESTABLISHMENT MAINTENANCE
A. General Requirements
1. The planting establishment maintenance period required
shall be 30 calendar days after all planting is com-
plete and installation approved. A longer period may
be required if the plant material is not acceptably
maintained during the maintenance period. The mainte-
nance period may be suspended at any time upon written
notice to the Contractor that the landscaping is not
being acceptably maintained, and the day count
suspended until the landscape is brought up to accept-
able standards as determined by the Engineer.
2. Planting establishment maintenance immediately
follows, coincides with, and is continuous with the
planting operations, and after all planting is com-
plete and accepted, or longer where necessary to es-
tablish acceptable stands of thriving plants.
3. Protect all areas against damage, including erosion
and trespass, and provide proper safeguards. Maintain
and keep all temporary barriers erected to prevent
trespass.
4. Keep all walks and paved areas clean. Keep the site
clear of debris resulting from landscape work or main-
tenance.
JOLLYMAN PARK IMPROVEMENTS
CITY OF CUPERTINO 02900-9
5. Repair all damaged planted areas, and replace plants
immediately upon discovery of damage or loss.
6. Check sprinkler systems at each watering; adjust
coverage and clean heads immediately. Adjust timing
of sprinkler controller to prevent flooding.
7. Maintain adequate moisture depth in soil to insure
vigorous growth. Check rootball of trees and shrubs
independent of surrounding soils and hand water as
required.
8. Keep Contract areas free from weeds by cultivating,
hoeing or hand pulling. Use of chemical weed killers
will not relieve the Contractor of the responsibility
of keeping areas free of weeds over 1-inch high at all
times.
B. Tree, Shrub and Ground Cover Maintenance
1. Maintain during the entire establishment period by
regular watering, cultivating, weeding, repair of
stakes and ties and spray for insect pests. Prune
when requested by the Landscape Architect.
2. Keep watering basins in good condition and weed free
at all times.
3. Replace all damaged, unhealthy or dead trees, shrubs,
vines and ground covers with new stock immediately;
size as indicated on the drawings.
C. Fertilizing
1 . Upon approval and after submitting fertilizer delivery
tags, fertilize all ground cover areas by broadcasting
Type C (21-7-14) fertilizer at the rate of 5 lbs. per
1,000 square feet evenly throughout and reapply every
thirty (30) days until acceptable.
3.09 FINAL PLANTING REVIEW AND ACCEPTANCE
A. At the conclusion of the planting establishment period,
schedule a final review. On such date, all project im-
provements and all corrective work shall have been com-
pleted. If all project improvements and corrective work
are not completed, continue the planting establishment at
no additional cost to the Owner, until all work has been
completed. This condition will be waived by the Owner
under such circumstances wherein the Owner has granted an
extension of time to permit the completion of a particular
portion of the work beyond the time of completion set forth
in the Agreement.
jOLLYMAN PARK IMPROVEMENTS
CITY OF CUPERTINO 02900-10
B. SubmiL written notice requesting review at least 10 days
before the anticipated review.
C. Prior to review, weed and rake all planted areas, repair
plant basins, plumb tree stakes, clear the site of all de-
bris and present in a neat, orderly condition.
3. 10 WARRANTY AND REPLACEMENT
A. Warrant all plants and planting to be in a healthy thriving
condition until the end of the maintenance period; and
deciduous trees beyond that time until active growth is ev-
ident.
B. Replace all dead plants, and plants not in a vigorous con-
dition immediately as directed by the Engineer at Contrac-
tor's expense. Install replacement plants before the final
acceptance at the size specified.
C. Warrant all plant material for a period of one year after
final acceptance of the maintenance work against defects in
the plant prior to installation.
D. Warrant plant installation and maintenance by Contractor
against defects for a period of one year.
*** END OF SECTION ***
Y -
Sol
••-..w •1 ►r 11 .•• •1. w l - u n
- t^1 1. • `.•i �u-V1- So,_ V: _ •' .1 -ice .} '•.•Y �I1.` • it-..
.. -r 1 _•-.- '.:c• •: '+ 1---• ? �;•1: ill' �� ••1 Gf6� • "••1
41
gra
II INS: 7
a •., 11-
t
1
.1
COMRACT FOR PUBLIC WORKS (continued)
3. CjOtMACT PRICE. CITY agrees to Pay, and C10MRACTM agrees to accept, in
full payment for the work above agreed to be done, the sum of
, subject to additions and/
dons as provided in the Contract Per Dduibit A attad-,ed
hereto.
4. DISFUI To PAYMERr FUR WOM. Should any dispute arise
resting the true value of the work done, or any work omitted, or of any
extra work which CONTRArCIM may be requited to do, or respecting the size of
any payment to 03RMACZCR during the per fcct nance of this Contract, said
disputes shall be determined either by refer to the Gait Prides bid, if
applicable, or in accardance with agreement of prices, if applicable, of in
aaeordartee with the agreement of the parties, or in acoaniance with Section
6, paragraph "f" of the General Provisions.
5. PEW MS, CCBGWANCE WrM LAW. COUMMOR shall obtain and bear all
expense for all ivuMssary permits, licensee and easements for the
suction of the project, give all necessary notices, pay all fees
required by law, and c uply with the laws, ordinances and regulations
relating to the work and to the preservation of the public health and safety.
6. n4SPBMC r BY THE CITY. CWTRAL'iM shall at all times maintain proper
facilities and provide safe access for by MY to all parts of the
work, and to the sups wherein the work is in preparation. Where the
Specifications tequ xe work to be specially tested or approved, it shall not
be tested or covered up without timely notice to CM of its readiness for
inspection and without the approval thereof or consent thereto by C;.ITY.
Should any such work be covered up without such notice, approval, or consent,
it must, if required by CITY, be uncovered for moninaticn at C IMMACTOR I S
7. Ma RA CR ADDITIC NAL, WCM AND CWCM. Should CITY at any time during the
prods of the work require any alterations, deviations, additions or
omissiotr fr the Plans or Specifications or the (contract Documents, MY
small 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
ducted from, the amount of the Contract price, as the case may be, by a
fair and reasonable valuation, which shall be determined either by reference '
to the *.flit Prices bid, if applicable, the Standard Specifications, or in
accordance with the agreement of the parties. No extra work shall be
performed or change be made emoept by a written order front Ci'lY, duly
authorized by resolution of the City Council, and by all agencies whose
approval is required by law, stating that the extra work or change is
authorized, and no claim for an addition to the Contract sum shall be valid
unless so ordered.
8. comm To mm awnmaim Reaunws S. CITY shall have the right to
make changes in this Contract during the course of construction to brim the
coWleted improve ants into eonplianoe with estvi ue®steal or
standards established by State and Federal statutes and regulations after the
Contract has been awarded or entered into. 02l1itAOM shall be paid for such
changes either by reference to the Chit Prices bid, if applicable, or in
accordance with the agreement of the parties.
Contract Pam 2 of 6
•-. '- •!' -..•. = i' M •1` - =1.r'} ♦ - - •r.- - •�:'- 1. •.0 • -
Ili- _.« t•'-- . 1:1.� �:. , - •I_.••I, •" - ��
Yt.: - • R-- -1 i•• �r J •.�- - •.•. w' it • _Y-- N n.=, -.•.._
.. .•�. .• • - N :•. •-. • - - • - • • =1' .�, i.- •1' it
••_ r: •I •..�_ •. •vn'ir=: •_ .•_,, •r a :.— -cr ._.• � •.; a 1
••'- �' '•�` =1 =•, • - '6= 7• - sue. r- •Y •.._► - •r
�sr - - - - - • - •1 ,• _ I' :• ram•.r._. _.111..= -
yr �•.. • •. �=1' _�. •l � ��- - � - • ••. � �:': _.. .j. - •r -
•! • - •.- •" •1 • •.�••_ •. .Ili' - 1' _• - II. 1 •_-•
1
trip
' 1 •;' r • _ •1 .,_•.11- it -' � � r -• � ', ,._ .- .__ •I =• •' ••: 1•. y;' ,
• •1 •I nl e;•1 • •: •! ETv
.. •1 •i �Y•r - air.- •1 •. :hl- •' rl: •:,4 =f` c �a- �•�^ r. • = n. _ :r
oft
. •f - ••C(•.� - •� ' -+. -1 -•., • Ij 1.1_• • -=1 - • _' 1. _ :••c •r •
7 •• 1� ' •:• III.• •: �:II• • =1 •! _ •p..• - K .-•1
_•. • •*-r '�r� _ •I _ _ Ili
J _' =-11-• • w. (. � ,`...• III• • -:_.�: •• J _'• •- -•! •..
Q.
=.�. _.• •' - f: • • •f•"^ .11i ..r • it i � •.' • .1--.
�r •. - •• - •� •^' �fr .• 'r`ri• •. -- -• it •:'•.�_ - -
1 •'_l - - • -•t-•c 1• z. •-� :•:. •mil iC. - •_ • - .. - • _ _.
st
•`.'J:...••1'- • - • �:9 FA
..•I• - 11 P. max. ='�' i' 1.1: •1. ■ -
• - .-•'I- - 1 i- _ r _.i •1 '•- .:Ill: f_'- • • - J' •1' - - •
op
•1. .III'-I. �.J '•_ J : - •'1-. - 1 •::_- •:Il!'=:�'-.
- ■•.. L w. •. .•� •<-. is - :.•.•_.+ ..-
01
4
• -. -�•1' �'1 ._•: .:1 • �;,•._. V.. is j. • -
• 1- it_• •. �'� ' ft.' I.' +'•.' •I 'il - - ,• '..•= v_ • - •r
Q
C
•- PUBLIC WOM ,
duplicate, the day and year f irst hereinabove written.
cowntwom
F .
RI
Attest: . City Clerk Notary acknowl ';1 1" is re*dxW. If a
'a
--g-wation, corporate seal and Corpomte
notiarY acknowledgment are required
Date:
City Clerk
APFRWW AS 70 RM AM Contract Amount:
'l CEDM
Account Number:
Purchase Order Number:
AttcmrjBy
' r
s
OMt .
M
{
• a•" - - '.=.-i ;.:uv •. _ • •s_ -- p �.• !•r • Wit' yf _
,.."�' �•..11,.•.. •.. •1 1 �•..-mot = - -- r -:fir _ ••:•r"�._ `�:- - •rs •, c •
. , ram.•.•_ • ••.ii:• _ �:•�- �•t: •� • - - ' •J •••11..n=.
Via:-' A`"� � •1 -• _ _ �.•a �._ :}:1- = Y::' `•C. J _ •vfl,;•- - !.
•-• t1V1. c.:= •f • �-t _ :Ilii w •• iti.�:=1 •' =:,v •::� u- �•
Wet
ti
61
' - � f.mil'. ,V. � �._. •'_ I `• •a "■ ., ' •I. (. '• =1- ,3. •.• � �_ .� •1,. t _..
sell* - v
ti
r •J 1.11 11..1 .'.=.i ••c # •'c
Ir
y
t
OMURAcr FOR PUBLIC WUS (continued)
Public Liability - either combined single limit of 1.0 million
oommercial general liability per occurrexnoe; $2.0 million in the
or caqprehensive general liability; aggregate.
incltxiing provisions for contractual
liability, personal injury,
independent contractors and
property doge coverages-
Builder's all Risk. Amount equal to 100% of the contract
price bid; $25,000 deductible is
allowed.
Automobile Liability - couprehensive Combined single limit of $500,000.00
covering owned, non-owned and hired per office.
autambiles.
By:
(Contractor's Name)
Dated; 19
Irmwance Agreement Page 2 of 2
•O. •• PUMLIC WCWS .•n _.
CERrIFICATE OF INSLMANCE
To In CITY OF CXXqWD0
This certif ies to the City of a4pertim that the following i bed policies
have been issued to the insured namped below and are in force at this time.
Insured:
Address:
- -
Liabilityand/or numter, if any) :
WO10CERS CIUMEWSATION *Statutory Kim.
(name' •- insurer)
'-
COMPREHENSIVE GENERAL LIABIL1TY
applicable)
COwners, Contractors
Protective Aggregate
Cmtractual for specific
contract Persoral Injury
Products Liability
Hazaxxb
Broad Florm P.D. Fire Dmmp (any
Severability of Interest one fire)
sClaAPerscnal Injury with Medical Mqmm
or
COMMERCIAL HEN GENFRAL LIABILITY - •(nme of insurer)
RatingBest s Policy No. Expiration Date '
COMIRACr FOR RMMC WOWS (continued)
AU MMIVE/VEILCLE rTnwrr= BODILY LNUM OA1�CE
commercial Form Each Peron Each Accident
Liability Coverage
S S
Each Acc dent
(name of insurer)
$ or
Combined Single Limit $
Best Is Rating Policy No. Expiration Date
BE11 DER'S RIM "ALL RISK"
This is to certify that the following policy has been issued by the below-
stated company in conformance with the requirements of Section 8-1 of the
General Provi.sicns and is in farce at this time:
(name of insurer)
POLICY EXPIRATION IMIM OF DEDUCrESLE
NMMM DATE Y T31ATT:P'1'V
A copy of all &dorsements to the policy(ies) which in any way
(ageri.Is Wort) limit the above--listed types of coverage are attached to this
Certificate of Insurance.
This Cartif irate of Inmzancei is not an insurance policy and does not emend,
extend or alter the coverage afforded by the policies listed herein.
NcAtwrithstanding any requirement, tin, or ccmUtien of any contract or any
other document with respect to which this Certificate of Insurance may be
issued ar may pertain, the insurance affarded by the policies described
here an is subject to all the terms, awlus3ienm and editions of such
policies.
I°P IS HEFUM CERMP that the above policy(ies) provide liability insurance
as required by the Agreement bra the City and the insured.
By: Dated: 19
Attach motif irate of Insurance and Additional Insured End on cony
farms.
Certificate of Insurance Page 2 of 2
-• 1. _:
•r •- .In-
- - - •J: • :• _ •'c •.. _ _� _ a" •= •ill•_ s ..
•Y �. _ •1:.._ •. 1 = '�.. ;.J �( .: - y. •..mot .._Ir=:`. _ 1.. c _:r •. _ ) -._�
1.
I
•... -_may♦a. • •..•a ...- i y' •• 1. •7 _ ♦:1- ti.. •
l
N:. ♦r 1
•i a- .lir-
e'
a
i �•
•C 1
•
_ •7. - .'L . I. �...:. �• ., :�. •;w �^"a_ _ [ :• . _ � =:r
COMrRACr FOR PUBLIC WORKS (continued)
WAIVER OF SUBROGATICN
in ocrisideration of the policy premium and notwithstanding any incon-
sistent, statement in the policy to wtuch this is attached or any
other attached thereto, it is agreeid as follows:
It is agreed that with respect to sudh insuranoe as is afforded by the
.. policy, InsuranceCompwry e_ any r4ft
of
•1 •fir. •' it mayf•: _
-tim, and each of its Direwft-mars, officers, agents,
against the city of 04m
consultants and eMloyew by reason of any payment cn account. of injury,
includiM death readtiM therefram, sustained by any eMloyee of the
imnmd, wisiM out of the perfdrmance of the above-refererxmd Contract.
POUCY . •.-rO •. . -
1. Insurance Coup any:
2. Insurance Policy111 •e.
4. Insured:
All notices hwein provided to be given by the Insurrame Omparry to the
city in connecticn with this policy and this Additicnal Iroured :•'•1 =-(r
s all be mailed to cw delivered to the City at 10300 Tcrre Avenue,
California, •
(print/type nme)
warrant that I have authority to bind the below listed Y�- ce: CaqwW and
by my signature herean do so bird this Comparry.
ZMMFL
(Original signature re*xired an all rurnisk-Ad to the DgEirct)
Names of
Aqent/Ager=y: Title:
Facsimile:
. •7 •• • •.•I III_y _ t._ • _
r
L'F:1 J.'�•: • V •G Vill
J e'I" --1+. •1" it '� a:_
. .. II_. C a 1. ._....-. f ._.'.�. ..c:_ C:• ":._.Y. '�-_�r_,. • 7,. : • _ M • ta- ,.• ,.
:f
••it
LLI
•I i 1' - • rl - el - -
s•.
►_ it ..
a
y
61. 1,. ..
.•1 :tea:�',M =•: -•. •- •._I- •i If"=• I- �.;J. • ••.� �� - - _ ��♦ •..
It
.i
.. y
COIF MCT FOR P'JMJC WORKS (caritinu ed)
LABOR AND MATERIAL BMM
KW W AIL MEN BY 'IMM P'RESERr:
WHEREAS, the City of Cupertino, Stag of California, and
hereinafter designated as have entered into or are about to enter
into a contract providing for the installation, omwtructicn, and action by
Principal of
more partiailarly de ibed in said cmitr t; and incmTnwated xuerein by
reference.
wHEFM%s, said Principal is required to furnish a bond _= oovr- tion with
said contract, providing that if said Principal, or any of his or its
shall fail to pay far materials, provisions, prwF_nder or
other supplies or teams used in, upon, fcr or about the per armance of the
work contracted to be done, or for any work or labor done thereon of any
kind, the Surety on said bard shall pay the saw to the went hmmunafter
set forth;
NCW, UMF. WZ, WE, as Principal,
(ma's nine)
and , as Surety,
(fig CmWW's name)
firmly bind ourselves, our executors, administrators, successors and assigns,
jointly and severally, unto the City of Nino, and any and all
materialmen, persons, ca panies, or car xraticns furnishing materials,
provisions, provender or other supplies used in, upon, for or abut the
performance of the aforesaid work contracted to be executed or performed
under the contract hereinabove mentioned, and incorporated herein by
reference, and all perscm, voa anies or corporations lending or hiring
teams, implements or machinery, for or contributing to said .=k to ire clone,
and all pee:som who perform work or laborr upon the same, and all persons who
supply both work and materials, wd>ose claim has not heart paid by Principal or
by any other person, in the just and full sue of
THE m6I' m of Tms C uc-Ancu %S sucH THAT if said prf n cipal, his or
its sub=trac , heirs, executors, , successors or assigns,
shall fail to pay for any materials, provisions, provender cur other supplies
or temras used in, upset, for or about the performancs of time work contracted
to be done, or for any work or labor thereon of any kind, or for amxtu its due
under the thwVloyment Insurance Act with regwct to such work or labor, or
any and all damages arising under the original contract,act, then said blaety
will pay the sane and also will pay in case suit is brought upon this band,
such reasonable attcrney's fee as shall be fixed by the court.
7 his bond shall insure to the benefit of any and all persons, companies,
and corporations entitled to file claimer under Section 1184.1 of the Code of
Civil Procedure, so as to alive a right of action to them ar their assigns in
any suit brcumjtt upon this band.
Lam and Material Page 1 of 2
awrRACT FOR PuBuc Wows (om*dm)ed)
And the said suety, for value received, hereby stipulates, and agt+ees
that no c3wge, wMension of time, alteration or addition to the terms of the
contract as to the wcark to be performed thereurdw or the specificatiom
acc zgwVing the saw shall in any wise affect its obligations on this bawd,
and it dog hereby waive notice of any such ctmulp, extemion of time,
alteration or addition to the terms of the =*Tact or to the work or to the
specifications.
IN WITNESS WHEREOF, this iaetriment has duly awcuted by the
Principal and sty this day of , 19
(7o be signed by Principal and Suety. Notary ado-awle*pmts required)
COMMMM
PFIRMW
By:
Att Trey-In-Fact
The above board is accepted and approved this � day of ,19
Labor and Haterial Page 2 of 2
f:.
Approved by: Faviewed by:
a .,• r, u 7 t ,
• tf Public •a - •r EWinleeeriM
r i- PAGE 1 OF
r _
M-
BM30IR HL9MM OF W=
,,be following is an exagple, of work similar in character to that required
in the proposed contract which our cxxjanization or personnel in our
organization has cagpleted within the past three (3) Years.
MnPhone
Year Location Class For Performed Number Amount
Iv I IA,
UJI,
:,5y
qj k-,
-2 51
Proposal Page 4 of 7
is FM
7he suboontractor(s), as defined in the Gomwal Provisions and in
Section 7026 of the California Business and Professions Code, that I
p n to hire to perform any of the work far this project in an amount
in excess of one-half of one percent (0.51%) of the total bid are listed
below. Cnly those listed below shall perform work on this project and
each of tkgm has been provided with a full ard oceplete set of plans and
specifications for this project by the bidder.
1. Name
Address
Work to be Performed
2. Name
Adcbmss
•.! to • •e- - •1 11-•
3. Name
Address
Wcxrk to be Perfanned
4. Name
r -
Address
s
Work to be Perfcrved
5.
u-
•s) w
%lark to be Performed
.. .11P-
`.•1/ _`
Work to be Plerfctmed
w
y
4
a:•.•...� .J" + ..
Sumarm W'hA M
State of Calif arnmi ss.
county of
being first duly sworn, deposes and says that he
Or Of _ the party making the
foregoing bid that the bid 1 t is not mad@ o UiFsiast of, or on behalf
of, any tundi5cloead person, partnership, cowry, association,
organization, = corrat% that the bid is gat and not collusive or
sham; that the bidder has not directly or indirectly i ndLumd or solicited
any other bidder to put in a false or sham bid, and has not directly or
indirectly colluded, mired, ocrnived, or agreed with any bidder or
anyone else to put in a sham bid, cc that anyone shall refrain f_r m
bidding; that the bidder has not in any manner, directly or indirectly,
sought by agreement, communication, or conference with anyone to fix the
bid price of the bidder or any other bidder, or to fix any oval,
profit, or cost element of the bid price, or of that of any other bidder,
or to sere any advantage against the public body awarding the contract
of anyone interested in the proposed contract; that all statements
contained in the bid are true; and, further, that the bidder has not,
directly or indivctly, submitted his or her id price or any breakdown
thereof, or the contents thereof, or divulged information or data relative
thereto, or paid, and will not pay, any fee to any corporation,
partnei°ship, vcepany associatiant organization, bid depository, or to auly
member or agent thereof to effectuate a collusive or sham bid.
Name and Signature of Bidder:
int)
(Signature)
Date:
Proposal Page 6 of 7
eS
IF YOU ARE AN INIDr4MX AL, SO SPATE. IF YOU ARE A OOMANY OR A
OC>-PARDMRSW,
S�T�A� E 7M CM4*t�iX /N�/�ry ��A/AND 1JSr THE a ASS OF ALL
I NDI v MDUAU �PAKliY�[47 TM COMPANY.i. IF O AIM A �Vl!I
SSPATE ME LMAL NAM OF����/s����f ON AND 7M�N UM O�F� 7[�M� � 4DpEt�Tf,
UCn.i�iiiSs[�i AM i aCY�9S�l. 7LM SEAL MST Aid A r J CED TO
THIS FXM. ENTER THE NAM OF YOM BUSINESS CN THE LINE OPPOSM MM
MATE BUSINESS TYPE.
TYPE OF I
BUSINESS (� "y+ NAM OF BUSINESS
n '
OORPOPATICK: ! -
OD—P .
INDIVIDUAL:
.JOINT VENTURE:
OTHER:
Name and Signature of Bidder:
(Print o' er nam)
Address
(mailing & location) :
Telephone Number:
of all addenda received is required by circling each
addendum mmber.
1 2 3 4 5 6 7 8 9 10
Pagosal Page 7 of 7
•
- - 0.-
onom to - •
'• =.`L •" _ •• �' mil. IT �.•. ,r �1 '• �- ••.' .A' •l
1 _
.' . !•1. /q' 11 1 a..•1 C.' - r�l •1
•..•_.. .•1 11 I( M •!' it ;•7 • :• - •,
•
el
1
. • u
•1 •• 'r' •'•r ill=+. _ '•t it do I
lz
747
ai'
GENERAL PROVISIONS(Continued)
a. Hazardous Materials (continued)
In the event the Contractor ergs on the site asbestos cc a
hazardous substance that has not been disclosed in the Bid or Contract,
Documents, and the asbestos or hazardous substance has riot been rendered
harmless, the Contractor may Continue work in unaffected areas reasonably
believed to be safe, and shall immediately care work on the area affected
and report the conditions to the owner, or the owner's representative, or
architect in writing.
b. Noise Omitrol
Grading, constructicn and d®olition activities shall be allowed to
exceed the noise limits of Section 10.48.040 of the 04pertino MUnicipaal Code
during daytime hours provided that the equipmW7t Ut i�' � has hied quality
noise muffler and abatement devices installed and in good condition and the
activity meets one of the following criteria:
1) No individual device produces a noise level more than eighty-
nine(89) dBA at a distance of twentyfive(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
constr> cticn or underground utility work within seven bz%ked fifty(750) feet
cf a residential area on Saturdays, Sumdays, Holidays and during the
nighttime period except as provided in Section 10.48.030, emergency
exception. Grading, icn or demolition occurring during nighttime
periods shall riot be allowed unless they met the nighttime standards of
Section 10.48.040, daytime and nighttime maxiMUM noise levels.
c. Progress of the Work
The contractor shall begin work within f ifteen(15) days after receiving
notice that the contract has been approved, or upon receipt of notice to
proceed, and shall diligently and continuously prOSewte the scene to
cmpletion within the rntmober of working or calendar days as shown in the
Special Provisions.
d. Reccmcd Da'awirags
The amitraactc.-, upon elation of this project, shall furai gh and
submit a set of a=urate "Record Drawing" plans to the Ott of R blie
Works. Five(5) sets of "Electrical S aatiw" of the traffic signal cabinet
and service equipment enclosure shall be provided by the Ourtractar an
projects where traffic signals are constructed or modified in any way. 'here
plans shall show all contract change order work and all variations in the
construction from tha plans provided to the Contractor by the City.
e. ELght of Way
The right of way for the work to be constructed will be Provided by the
City. The C itsactor shall make arrangements and pay all expenses for
additional area required outside of the limits of right of way-
General Provisions page 2 of 15
4
• •,�. -J =�- >1•i�-•- • � •�...- _J �` » •11 • � _) .r •�: -
IA
MU
GL
••Ili• •' - .rl • - - _:.• - •1' .•, =,r • - �'r N -.•i
oil-
,. • 11 '•1 �.,ll• • • • _• /=III= • -
1
•1�.. • -_F �J' l 1._'•. 7 • _I '•• 111 •,� ••'ll f -
•. !• . rl •`� - -' III - •). _
•' •- `� .mil •� '•!. - _.• • �1 � •)
- U•_� • - '.1.Ill:••mil • • •I."w M- .
1
1 r,
g. Time of Completion and Liquidated Damages (conti )
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 became due to the Contractor under the contract.
It is further agreed that in case the work called for under the omytract is
not finished and completed in all parts and requirements within the number of
days specifieri, the E1ginew shall have the right to increase the number of
days or not, as may be deemed in the best interpst of the city. If the
E ntlineer decides to increase the said number of days, the city shall further
have the right to dumVe to the Off, the OMV=actor's heirs, assigns
or sties the actual -S t of engineering, inspection, a inter, and
other overriead eqpenses which are directly chargeable to the contract, and
which accrue during the period of such icn. The cost of final surveys
and Preparation of final estimate shall not be included in such charges.
The cmitractior will be granted an extension of time and will not be
asses with liquidated da®ges 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 Oontzaeter shall notify
the E ngrineer in writing of the causes of delay within f if teen(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 stage of
materials unless the Contractor &Tnishes to the Engineer documentary proof
that every effort has been merle to obtain such materials from all known
sources within reasonable reach of the work in a diligent and timely manrmr.
Further thew proof in the farm of supplementary rrogress soles, as required in
Section 8-1.04 of the State Standard Specifications ("Progress Schedule") ,
that the inability to obtain such materials when originally planned did in
fact cause a delay in the final completion of the entire work, which cautd
not be ooapensated for by reprising the sequence of the Contractor's
operations, shall be required. The term "d=tage of materials," as used in
this section, shall apply only to materials, articles, parts or equipment
which are standard items and are to be incaa poratded in the work. The term
"sue of materials," shall not apply to materials, parts, articles or
equipment which are processed, made, constructed, fabricated or manufactured
to meet the speicifiC of the oontraet. Only the physical shertage
of material will be considered under these provisions as a cause for
extension of time. Delays in obtaining materials due to priority in filling
enders will not constitute a dwrtagn of materials.
If the contractor is delayed in completion of the work by reason of
charges 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, or
by any act of the city, not earht.®plated by the contract, an extension of
tine o=enstaate with the delay in ecapletien of the work thus caused will
be granted and the Contractor shall be relieved from any claim for liquidated
dameges, or engineering and inspection charges or other penalties for the
period covered by such extension of time.
General Provisions page 4 of 15
93-011 JOLLYMAN PARK-PHASE II 3 of 3
PROJECT 93-9101
.f - �••, r _ it .•- - `J. . tom. - •" - r - •
•c
f.•: r: A•..- _ •"-.� �. _ •• r _ : •t _ - �rs. li rr r_t71—,.- •1
? cr �• a "••$I _Ir,.;. •-' it� •1 •� :•f •�..
c. Inspection (oontimm)
Inspection costs for any work done before 8:00 a.m. or after 5:00 p.m.
on a regular work day or an Saturdays, Sundays, or Holidays, shall be paid
for by the Contractor at a rate of thirty-five dyollars($35.00) per tom, or
latest rate awed by the City Council, swept 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 Fublic works or the State
Agency involved. (Sera State Standard Specifications Sectine 5-1.08.]
d. Monutumtation
the Contractor shall properly guard, protect and preserve all street and
highway mamnwnts, all property corner and property line monuments and all
U.S.G. & G. s. mounts in their prrcoper places until their reel is
authorized by the Engineer. Any mmuments that have been moved with
proper authority shall be replaced at the ma's fie.
e. Samples and Tests
nie source of supply of each of the materials to be used an the project
shall be approved by the Engineer before delivery is started and before such
material is used in the worm. Representative preliminary samples of the
character and duality proscribed shall be submitted by the Contractor or
producer of all materials to be used in the work for testing ore inatioci
as desired by the Engineer.
i e Contractor shall fun sh such samples of materials as are requested
by the Engineer, without atarde. 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 stwxULrds of national organizations, and
such special methods and tests as are prescribed in the Special Provisions.
f. Utilities
It is the OmA rac:tor's reeponsibility to verify the location of all
existing utilities. The Cont*.acGor shall have all of the utilities,
der mains, and services that may conflict with the project field
located. The Contractor shall contact Mderground Services Alert (ice) forty-
eight(48) hours in acbranoe of any work at (800) 642-1444.
Due caution shall be exercised to irmim that UAW&a irrigation
systems, electrical systems, and other utilities an private property are not
damaged during constacion of the project. During excavation, appropriate
techniques shall be employed which safeguard all existing utilities and
underqMznd facilities. Damage to such utilities and end facilities
shall be repaired at the Contractor's ewe.
General Provisions page 6 of 15
tw kzT.to WV
Al
•1 11::' =1" .1 — E.OsEi = I r`.1. =11— 1 _• J •.a I1� •-
• •III! -
•Y •i`. _ •..III '.• • _ [I — — _ • =O' J.If T _ •-" •
IJ
-•.•�I1. Y: •:' Gl J '�: • !{_ •__ - - •.._III: 1 �'
!' •III'• .•� .. _ ._:. 1 -: ':•;1 '. _•. cal...: '. c �•a.:;, '.• . _... _ � _r •,a=` •� _ :•I
Oil ::• 1. •._! • yU. •;.' •. _ i. •. Fl 1 —
r.l)I.-:.r':.= •1 11.= •1.' •...III-:•.-...'
1 •_
•.:J v_-. — -•!. - >.�t �- ..Ili.' •.� ,t1..._I.. • �.: ►=- '"1 �'
,.. ... ,.•i. .', u +
I do
00 •'_
•.l ll'i - 14Y li it—v 1"•1 '• 111 _ 11• ❑Z •1- _ •w:G • -
i •.•1 • Y 1 =1.' •r 1.
e. Prevailing Wages
The Contractor shall keep fully informed of all exi t i-nig and future
state and federal laws and City ordinances and regulations which in arty
manner affect those engaged or employed in the work. Me OxAxactor shall
conform to the provisions of Sections 7-1.01A argl 7-1.01B of the: Starxk .a,
specifications. Copies of the prevailing rate of per diem warms are cn file
at the office of the Director of Public Works, City of Cupertino.
f. 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 riot apply to any claimms resulting
from a contract between a contractor and the City warn the City has elected
to resolve any disputes pursuant to Article 7.1 (esammencingr with Section
,.,'240) of OkVter 1 of part 2 of the Public Contract C7ode.
This section applies only to contracts entered into an or after January
1, 1991. As stated in subdivision (c) of Section 20104 of the Public Contract
Code:, any contract entered into between Jaaxrary 1, 1991 and January 1, 1994,
whiff is subject to this section shall i �orparate this section. Th 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 derand 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 om*ract for a public work and
payment of which is nut otherwise expressly prodded for or the claimant is
not otherwise entitled to, or (3) an amount the payment of which is diluted
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 darts
necessary to substantiate the claim. c:aims must be filed on or before the
date of final payment. Nothing in this section is intwded to extend the time
limit or supersede notice otherwise provided by eft for the
filing of claims.
2. (a) Fbr claims of less than fifty thousand collars($50,000.00) , the
City shall respond in writing to any written claim within fom ty-five(45) days
of receipt, of the claim, or may west, in writing, within thirty(30) days
of receipt of the claim, ,any additional dtation the claim or
relating to defenses to the claim 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.
General Provisions page 9 of 15
f. Resolution of Construction Claims (continued)
3. (a) For claims of over fifty thousand dollars($50,000.00) and less
than or equal to three hundred severity-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 clans, any additional documentation supporting the claim or
relating to defenses to the claim 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 cj"Aim, as further ,
shall be submitted to the claimant within thirty(30) 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 infoctmatioh or requested
documentation, whirl 4er is greater.
4. If the claimant disputes the City's written ruse, or the City
fails to respce within the time gibed, 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 gibed, r ctively, and demand an 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) clays for
settlement of the dispute.
5. Following the meet and infer conference, if the claim or any
portion remains; in dispute, the claimant may file a claim as provided in
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 Goverruient Oode. 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 that claim is
denied, as a result of the meet and confer pars, including arty period of
time utilized by the meet and confer process.
6. This article does riot apply to tort claim and nothing in this
article is interded nor shall be consWimd to charge the time periods for
filing toast claims or action specified by Chapter 1 (commencing with Section
900) and Chapter 2 (ommehcirg with Section 910) of Part 3 of Division 3.6 of
Title 1 of the Government ode.
Tha following procedures are established for all civil actions filed to
resolve claims subject to this section:
1. Within sixty(60) days, but no earlier than thirty(30) days, following
the filing or reepcnsive pleadings, the court shall suit the matter to
nonbinding mediation unless waived by mutual won of both parties. Tw
mediation process shall provide for the selection within fifteen(15) days by
both parties of a disinterested third person as mediator, shall be coed
within thirty(30) days of the mAmittal, and shall be ooahcluded within
fiftean(15) days fru the oaesteanoement of the mediation unless a time
requirement is extended upon a goal cause showing to the court or by
stipulation of bath parties. If the parties fail to select a mediator within
the fifteen(15) day period, any party may petition the cant to appoint the
mediator.
General Provisions page 10 of 15
• • •i •Ilk a •.. TI. .mil •. - (I• • •. i -
.02
art
_ 7
Oil
n:"�r •t
2• }:Il' '_• '•.'_T 1 •.i"'fa • - .'it •1 •I' 1" al •._,Ill • �' • •'.
• •- .•• '".. - T i•1 .a '- •.. - i:.. •' •'1' '_it •._'IL��• _ • _ • • •i ♦'•.,=;1
It-
I oil Ella 0
•.•= -. •' •I'- y iif •="i 1_ _ _:•�- .=.1 •'11 •1 •il ___ •- - il � �I
It.- •=. • _ r- - - �1'. �11= �t. i =1.li .'• _._ _ •i- '__ • � .' J:-� •':� ii:•. _
7. �.. i .T. _ 1 ..•.- •11 'f .11.=. ! 11.� •.`_.•1..11:. •1. - •
:./ •'
1 -
i
• - •� •. .::•• •: ..III'•. is '� •' •. -il.,- •-.
-• J, _:• • ':r. Ili ::• s. '-• 11 - •'. _
• •t =:1' - 4•n.=r '�. •' • I Win. .•-no -• � _ �- '
"-• ( :�' •l _ mil• ♦ - - ►•. •:I' 111. -. • - •I. •: •. • � •.. ,
- '•Intl:+ •' - •. '.11- + - .�1' ••.• •i •.�- - 1.':�If-• •: UO - -.
�• •:• �I _ - L• • •.•jl is _ _ _ •�•�-1 • ✓. • •1 Il _
•al •:.i- 1-�: •„� *. • `II'.'• _ •• 1� cut � a..
•i
. O7 --
• 11'-
a a'.1114t-.Mak�..10MR.Afte 0A 01. U'06
is
lic- le-
1' "- a •.=1 •�: 1>�. • - :Ilr• I • - _. • f
• •7 _ - •_. - ��� 'N' •7 - • : •.. Gil.. : J..
/ • - Ili'. • 1 � - �': �1- .:• J'� "III J �v._ _
a - `:. •1' 'f. •=1 `:u'-:= err•- •: •i :•.ram `.� •:
' .• - '.::Ill• L K • •/ -�kl G .•'.::� • 1 1 •
♦'- •I :...a.t - •'i-lip 1:_ _ _ _ =1: • _.•
•�5 w •r c •r L1 • •7 1 - • it l 1•, r •. - - •11
11 II 'Ill • •:. • Via:-'�w •� - •'••�.5 •'•.=1' •- K •'- �- •7 II. �
r �
• Il •1. •_ 'r- J- • - III=Jlr.I .• _•.-. NIK• �._ ••1- - • :'r il.-11.\:^l •
�• •J •.•:'.I I• - •. _•1l1 � �J _ _ •'- .• - III-• I" • •' J'.- ,:
•l '' Ili •• •1 fl -:rl•_• �•,6 •;�:Y -:1' �': • •1' •1 •.•:(. •1 .=:1' •� l
I". 1. � •►• i' :1 11:. •• � r }1 ,_*:: v -
_' ••J • • ".� ••I •1 JY:•I �.. :ill _.••�:1 • ".•- •: i..:;.. _. :• r.h ..+�. •♦ � ._:
n
'J? •ice
,1 1. •• 5/ �
WO
Cam• / / -CS .- f/ M :Y', ♦. '�
1 u.)5 Loy
4k 1� 1' A / 6✓:
61
13:
r,
JOLLYMAN PARK IMPROVEMENTS
CITY OF CUPERTINO 01000-1
SECTION 01000
SPECIAL PROVISIONS
1 .01 GENERAL: The General Provisions and Special Provisions
shall apply to all work in all Divisions and Sections of
the Technical Specifications,
1.02 TIME OF COMPLETION AND LIQUIDATED DAMAGED
A. Work shall commence within 15 calendar days from the award
of the Contract and/or upon receipt of the Notice to Pro-
ceed, and shall be completed within 45 calendar days. The
30 calendar days maintenance period shall be separate from
the work days to complete the installation.
B. The Contractor shall pay liquidated damages in the sum of
One Hundred Fifty Dollars ( $150.00) for each working day
in excess of the Contract time for the installation of
work of 45 calendar days.
1.03 INVESTIGATION OF CONDITIONS
A. The Contractor shall visit the site, examine all documents
and make known to himself the nature and character of the
project site; its general and particular location, the
physical and contractural conditions and requirements, and
the limitations and various other aspects relative to the
project.
B. The Owner or Architect will not consider any claims
whatsoever on account of Contractor' s failure to fully
investigate or determine his requirements in advance of
commencing the work.
1 .04 LAYOUT OF WORK: Work sha.Ll conform 'Zo the lines and
grades as shown on the plan.
1.05 ELECTRICAL POWER: Will not be available to the Contractor
from the Owner's facilities. Electrical power needed for
construction purposes shall be provided by the Contractor,
at his expense.
1 .O6 WATER: Except for irrigation of planting, the Contractor
shall furnish all non-potable water for construction, make
arrangements and pay all costs for all water required for
construction purposes, and provide all means of conveyance
to work areas.
1 .07 VANDALISM: The Contractor shall be responsible for
repairs or replacements of damage due to any vandalism
prior to acceptance of the work.
JOLLYMAN PARK IMPROVEMENTS
CITY OF CUPERTINO 01000-2
1 .08 DUST CONTROL
A. Work shall consist of applying non-potable water for the
prevention of dust nuisance.
B. Water shall be applied without additives and in con-
formance with applicable provision of Section 17 of the
State Specifications, or as directed by the Engineer.
1.09 AS-BUILT DRAWINGS
A. The Contractor shall maintain as-built drawings of all
work continuously as the job progresses. A separate set
of prints, for this purpose only, shall be kept at the job
site at all times. It shall be required that these
drawings be up-to-date.
B. Upon completion of the work, these drawings will be turned
over to the Owner.
C. The up-to-date status of the data and its transmission to
the Owner shall be conditions required for certifications
of progress payments and last payment before release of
retention.
1.10 DEFINITIONS
A. The Architect, City Engineer, Owner and Landscape
Architect are treated throughout the Contract Documents as
if each were of the singular number and masculine gender.
B. Standard Specifications: Any material specified by refer-
ence to the number, symbol or title of a specific stan-
dard, such as State of California Standard, CalTrans
Specifications, latest edition, American Society for
Testing Materials (ASTM), Commercial Standard, a Federal
Specification, a trade association standard, or other sim-
ilar standard, shall comply with the requirements in the
latest revision thereof and any amendments or supplement
thereto in effect on the date of Invitation for Bids, ex-
cept as limited to type, class or grade, or modified in
such reference.
The standard reference to City Standards, except as modi-
fied in the Specifications, shall have full force and ef-
fect as though printed in these Specifications. These
standards are not furnished to bidders, since manufac-
turers and trades involved are assumed to be familiar with
their requirements.
C. Manufacturers' Instructions: Where required in the
Specifications that materials, products, processes, equip-
ment or the like to be installed or applied in accordance
with manufacturer's instructions, directions or
JOLLYMAN PARK IMPROVEMENTS
CITY OF CUPERTINO 01000-3
specifications, or words to this effect, it shall be con-
strued to mean that said application or installation shall
be in strict accordance with printed instruction furnished
by the manufacturer of the material for jse under condi-
tions similar to those at the job site. Two (2) copies of
instructions shall be furnished to the Engineer and his
approval thereof obtained before work is begun.
D. The term "Owner" , where used herein, shall mean the City
of Cupertino.
E. The term "Landscape Architect" , where used herein, shall
mean the City of Cupertino, or its authorized representa-
tive.
F. The term "approved" , where used herein, shall mean
approved in writing by the Engineer.
G. The term "equal", where used herein, shall mean equal in
the opinion of the Engineer and approved.
H. The terms "if ( 'when' or 'as' ) directed", where used here-
in, shall mean if (when or as) directed by the Engineer.
I. The terms "if ( 'when' or 'as' ) required", where used
herein, shall mean if (when or as) required by the best
building practice in the opinion of the Engineer.
J. The term "as selected", where used herein, shall mean as
selected by the Engineer.
K. The term "provide" , where used herein, shall mean furnish
and install complete.
L. The term "Contract Documents" , where used herein, shall
include the Bid Documents, General Provisions, Administra-
tive Provisions, Special Provisions, Technical
Specifications and Drawings.
1. 11 TESTING AND INSPECTION
A. The Owner, if deemed necessary by the Owner, will engage
and pay for the services of a Soils Engineer and Testing
Laboratory to perform as follows:
1. Site visits for soil and excavation inspections.
2. Soil compaction tests.
3. Other tests as may be required by the Owner.
B. The Contractor shall be responsible for and pay for tests
and services as follows:
3OLLYMAN PARK IMPROVEMENTS
CITY OF CUPERTINO 01000-4
1. The scheduling and coordination of required soil and
compaction tests. If a required test is scheduled by
the Contractor, and upon arrival at the site it is
determined that the work is not ready for testing,
the Contractor shall pay for all rescheduled trips.
2. All cost for retesting items ( failed tests) that did
not meet the specified requirements.
1. 12 PRE-CONSTRUCTION MEETING AND PROGRESS SCHEDULE: On or
about the first work day of the Contract, the Owner will
schedule a pre-construction meeting to review the project
with the Contractor, and all parties responsible for the
execution of the work. At the time of the meeting, the
Contractor shall furnish the Owner, for review and ap-
proval, 4 copies of a bar graph schedule covering various
phases of the operations. The approved progress schedule
shall be adhered to throughout the Contract period.
1. 13 NOTIFICATION FOR REVIEW: In cases where review of the
work is required and/or where portions of the work are
specified to be performed under the direction and/or
inspection of the Owner, the Contractor shall notify the
Owner at least 24 hours in advance of the time such
inspection and/or direction is required.
1. 14 CLOSING IN OF UNINSPECTED WORK: Do not allow nor cause
any work to be covered or enclosed until it has been
tested as required and has been reviewed and approved by
the Owner. Any work enclosed or covered before such
testing and review shall be uncovered. After review,
make all repairs necessary to restore work to required or
original condition. Protect public from open trenches
with City approved barriers.
1 . 15 FINAL ACCEPTANCE
A. Notice that the work is ready for final review shall con-
sist of a written statement to the effect that the Con-
tractor has carefully inspected all portions of the work
and that all conditions of the Contract Documents have
been fulfilled. Submit in triplicate to the Owner.
B. Upon acceptance of notice that the work is ready for final
review, the Engineer and the Owner, together with the Con-
tractor, shall make a joint review of the work. If there
are no deficiencies, or when deficiencies have been cor-
rected and the Owner finds the work acceptable under the
Contract fully performed, the Owner will formally accept
the work. Formal acceptance will in no way relieve the
Contractor from his remaining responsibilities relating to
landscape maintenance, guarantees, or other Contract
obligations.
*** END OF SECTION ***
JOLLYMAN PARK IMPROVEMENTS
CITY OF CUPERTINO 02100-1
SECTION 02100
DEMOLITION & SITE CLEARING
PART 1 - GENERAL
1.01 SCOPE: Provide all labor, materials and equipment for
demolition and site clearing shown on the drawings and
specified.
1 .02 PROTECTION
A. Protection of Existing Improvements
1. Provide barricades, coverings, or other types of pro-
tection necessary to prevent damage to existing im-
provements indicated to remain in place. Protect im-
provements on adjoining properties. Repair damaged
existing improvements to original condition as
approved by authority having jurisdiction.
B. Tree Protection
1. Protect existing trees with substantial barricades to
prevent damage. Obtain Engineer's approval for bar-
ricade construction and location.
2. Replace trees cut or severely damaged. Replace in
cash value of $5,000.00 each.
3. Be aware that a qualified tree surgeon will be re-
tained by the Owner, as established for Testing Labo-
ratories in General Conditions, to determine the con-
dition of trees in question as to their ability to
survive. Comply with recommendation to rehabilitate
or to replace in accordance with paragraph above.
4. Obtain specific instruction from Engineer for any
pruning of trees, or disturbance of soil within
spread of tree branches and for removal of 2" diame-
ter roots or larger.
5. Protect existing trees indicated to remain in place
against unnecessary cutting; breaking or skinning of
the roots; skinning and bruising of bark; smothering
of trees by stockpiling building or excavated
materials, or parking of vehicles, or allowing
vehicular traffic within drip line.
Obtain approval from Engineer for removal of tree
branches extending over construction roadway. Verify
method of removal.
JOLL`IMAN PARK IMPROVEMENTS
CITY OF CUPERTINO 02100-2
6. Provide non-potable watering of trees within Contract
limit as required to keep trees in thriving condition
during construction period.
7. Earth surface within. drip line of tree shall not be
changed except as shown and as approved by the Engi-
neer.
PART 2 - EXECUTION
2.01 CLEARING
A. Removal of Existing Vegetation: Remove existing shrubs,
grass, weeds, and other vegetation, trash, rock, concrete
and debris piles, sterilized soil, improvements, or
obstructions that interfere with the construction site
grading, and grading for paving as indicated on the
drawings.
B. Removal of Existing Improvements
1. Remove asphalt surfacing, concrete and other
pavements, and bases for pavement; concrete slabs,
curbs, gutters, sidewalks, concrete or wood headers,
valve boxes, and vaults; concrete and masonry walls;
pots, poles and fences, manhole frames and covers,
and catch basin grates; and other work as specifical-
ly indicated.
2. Remove at-grade and below-grade improvements neces-
sary to permit construction, and other work as
indicated.
3. The abandonment or removal of certain underground
pipe or conduits is included under work of those
sections. Removal of abandoned underground piping or
conduit interfering with construction is included
under this section.
2.02 TOPSOIL (PLANTING SOIL) : Provided by City.
2.03 DISPOSAL
A. Disposal of Materials: Remove all rubbish, and other
undesirable materials resulting from site clearing
operations, and dispose of off premises. Burning of
materials will not be permitted.
2.04 CLEANUP: Thoroughly clean the entire site to a neat and
acceptable condition. Remove all construction waste and
unused materials, loose rock and stones; roots, weeds, and
all debris resulting from this work. dose down and scrub
paved surfaces with non-potable water where necessary.
*** END OF SECTION ***
JOLLYMAN PARK IMPROVEMENTS
CITY OF CUPERTINO 02200-1
SECTION 02200
EARTHWORK
PART 1 - GENERAL
1.01 SCOPE: Furnish labor, materials, and equipment for
grading and construction work shown on the drawings and
specified.
1.02 REFERENCES 3ND STANDARDS
A. Work shall comply with the rules and regulations of the
Division of Industrial Safety and other local and State
agencies having jurisdiction. Nothing contained herein
shall be construed as permitting work that is contrary to
such rules, regulations and codes.
B. Work shall conform to local codes and regulations.
C. References to "Standard Specifications" shall mean the
Standard Specifications of the State of California,
Business and Transportation Agency, Department of
Transportation, CALTRANS.
D. ASTM Standards.
1.03 TESTING
A. The Owner will provide any pay for testing and inspection
during earthwork operations.
B. Where reference is made to relative compaction, it shall
be the in-place dry density of soil expressed as a
percentage of the maximum dry density of the same
material, determined by the ASTM D1557 laboratory test
procedure. Optimum moisture is the water content that
corresponds to the maximum dry density.
C. For structural fills under footings, slabs or pavements,
determine moisture-density relationships in accordance
with ASTM D155''.
D. For in-place structural fills under footings, slabs or
pavements, determine density using ASTM D1556.
1.04 PROJECT CONDITIONS
A. Protect excavations by shoring, bracing, sheeting,
underpinning, or other methods, as required to prevent
cave-ins or loose dirt from entering excavations.
Barricade open excavations and post warning lights at work
adjacent to public streets and walks.
�7
JOLLYMAN PARK IMPROVEMENTS
CITY OF CUPERTINO 02200-2
B. Underpin adjacent structure(s), including utility service
lines, which may be damaged by excavation operations.
C. Promptly repair damage to adjacent facilities caused by
earthwork operations. Cost of repair at Contractor' s
expense.
D. Promptly notify the Landscape Architect of unexpected
subsurface conditions.
1.05 EXISTING CONDITIONS: A topographic survey of the property
is shown on the Grading Plan. Upon beginning the earth-
work, Contractor represents that he has inspected the site
and satisfied himself as to actual grades and levels and the
true conditions under which the work is to be performed.
1.06 PROTECTION
A. Furnish, place and maintain all supports, shoring, and sheet
piling which may be required for the sides of the excavation
or for protection of adjacent existing improvements.
B. Maintain all bench marks, monuments, and other reference
points. If disturbed or destroyed; replace as directed.
C. Refer to Demolition and Site Clearing Section, Tree
Protection.
PART 2 - MATERIALS
2.01 FILL
A. Fill Materials: Inert subsoil material free of organic
matter, rubbish, debris, and rocks greater than 6" diameter.
2.02 PLANTING SOIL
A. Planting soil is defined as on-site surface soil and soil
imported by the City.
PART 3 - EXECUTION
3.01 PREPARATION
A. Establish extent of grading and excavation by area and
elevation. Designate and identify project engineering
reference points. Set required lines, levels, and
elevations.
B. Do not cover or enclose work of this Section before
obtaining required inspections, tests, approvals, and
location recording.
30LLYMAN PARK IMPROVEMENTS
CITY OF CUPERTINO 02200-3
3.02 EXISTING UTILITIES
A. Before starting grading and excavation, notify U.S.A. and
establish the location and extent of underground utilities
in the work area. Exercise care to protect existing
utilities during earthwork operations. Perform excavation
work near utilities by hand and provide necessary shoring,
sheeting, and supports as the work progresses.
B. Maintain, protect, relocate or extend as required existing
utility lines to remain which pass through the work area.
C. Protect active utility services uncovered by excavation.
D. Remove abandoned utility service lines from areas of
excavation. Cap, plug, or seal abandoned lines and identify
termination points at grade level with markers.
E. Accurately locate and record abandoned and active utility
lines rerouted or extended on project record documents.
3.03 SUBGRADE PREPARATION
A. Subgrade is that area on which pavement, surfacing, base,
subbase, or a layer of any other material which may be
specified is to be placed.
B. Water the loose earth in a uniform manner and quantity so
that the penetration will be at least 4" .
C. Harrow the earth to mix the wet earth with the dry beneath,
until the whole mass of loose material is at the proper
state of moisture for compaction.
D. The finished subgrade, immediately prior to placing
subsequent material thereon, shall be in accordance with the
Standard Specifications for Class II Aggregate Base.
E. The finished surface of the subgrade, at any point, shall
not vary more than 0.051 above or below the elevation
indicated on the drawings.
3.04 SITE GRADING
A. Perform finish grading within contract limits, including
adjacent transition areas, to new elevations, levels,
profiles, and contours indicated. Provide subgrade surfaces
parallel to fin,-,Aed surface grades. Provide uniform levels
and slopes between new elevations and existing grades.
Refer to PLANTING, Section 02900.
JOLLYMAN PARK IMPROVEMENTS
CITY OF CUPERTINO 02200-4
B. Grade surfaces to assure areas drain away from structures
and to prevent pording and pockets of surface drainage.
Provide subgrade surfaces free from irregular surface
changes and as follows:
1. Provide subgrade surface free of exposed boulders or
stones exceeding 4" in greatest dimension.
2. Decomposed Granite Paved Areas: Shape surface of
subgrade areas to line and grade with 1% cross slope.
Provide compacted subgrade suitable to receive
decomposed granite paving materials. Subgrade
tolerance plus 0, minus 1/2" .
3. Drainage Swales: Grade to profiles indicated.
C. Grading at existing trees to remain:
1. Perform grading, within branch spread of existing trees
to remain, by hand methods to limits indicated.
2. If roots are damaged, cut roots cleanly to depth 3"
below proposed finish grade.
3.05 DRAINAGE
A. Provide necessary pumps and drainage lines and maintain
excavations, including footings and pits, free from water,
during excavating and subsequent work operations.
B. Provide drainage of the working area at all times.
3.06 FILLING, BACKFILLING, AND COMPACTING
A. Obtain inspection and approval of subgrade surfaces by
Engineer prior to filling operations. Scarify, dry, and
compact soft and wet areas; remove and replace unsuitable
subgrade materials with an approved compacted fill material .
Take corrective measures before placing fill materials.
1. Compact soil under path to 95% relative compaction.
2. Rip all planting areas 12" deep prior to finish
grading. Scarification of any planting area which
cannot be accomplished with a tractor shall be
accomplished by an alternative method approved by the
Engineer to the specified depth to insure proper
drainage.
3. Do not work planting soil in a wet or muddy condition
or dump or spread in areas where subgrade is not in
proper condition. Coordinate importation of soil and
subgrade preparation.
JOLLYM.AN PARK IMPROVEMENTS
CITY OF CUPERTINO 02200-5
4. Water settling, puddling, and jetting of fill and back-
fill materials as a compaction method is not acceptable.
5. Maintain moisture content of materials, during
compaction operations within required moisture range to
obtain indicated compaction density.
6. Provide adequate equipment to achieve consistent and
uniform compaction of fill and backfill materials.
7. Finish Grading: Refer to Panting Section.
B. Maintenance:
1. Protect finish graded areas from traffic and erosion.
Keep free of trash and debris. Repair and reestab-
lish grades in settled, eroded, and damaged areas.
2. Where completes areas are disturbed by construction
operations or adverse weather, scarify, reshape, and
compact to required density.
3.07 FIELD QUALITY CONTROL:
A. City will provide field quality control soils testing and
inspection during earthwork operations. Any retesting shall
be paid by the Contractor.
B. Contractor shall provide adequate notice, cooperate with,
provide access to the work, obtain samples, and assist
testing agency and their representatives in execution of
their function.
C. When, during progress of work, field tests indicate that
installed compacted materials do not meet specified re-
quirements, provide additional compaction until specified
density is achieved, or remove and replace defective
materials with new materials as directed by the Engineer.
Cost of additional labor, materials, and testing to attain
specified density at Contractor's expense.
3.08 DISPOSAL OF WASTE MATERIALS
A. Stockpile, haul from site, and legally dispose of waste
materials, including excess excavated materials, rock, trash,
and debris.
B. Maintain disposal route clear, clean, and free of debris.
3.09 CLEANING: Upon completion of earthwork operation, clean
areas within contract limits, remove tools, and equipment.
Provide site clear, clean, free of debris, and suitable for
site work operations.
*** END OF SECTION *'t*
e
JOLLYMAN PARK IMPROVEMENTS
CITY OF CUPERTINO 02511--1
SECTION 02511
DECOMPOSED GRANITE PAVING & ROCK MULCH
PART 1 - GENERAL
1.01 SCOPE: Provide all labor, materials, and equipment for the lo
installation of decomposed granite paving as indicated on
the drawings.
1.02 REFERENCE
A. Perform all work in accordance with all applicable laws,
codes, and regulations required by the City of Cupertino.
B. Reference to "Standard Specifications" shall mean the Standard
Specifications of the State of California, Business and
Transportation Agency, Department of Transportation, CALTRANS.
PART 2 - MATERIALS
2.01 BASE: Conforming to Section "Subgrade Preparation and Base
Material" .
2.02 ROCK SURFACE: High quality crushed rock, well graded
between #4 and #200. Trader name "California Gold" to match
decomposed granite path near restroom building. Submit one
( 1 ) quart sample for approval before delivering material to
job site.
2.03 ROCK MULCH: Gold colored crushed rock to match adjacent
existing rock mulch.
PART 3 - EXECUTION
3.01 PREPARATION
A. Earthwork shall be complete.
B. Do any necessary finish grading and compaction in addition
to and performed in accordance with earthwork to bring
subgrades after final compaction to required grades and
sections as indicated.
3.02 INSTALLATION
A. Spread 2" depth of decomposed granite material and 3" depth
rock mulch in areas indicated on watered and rolled sub-
grade. Water and roll decomposed granite course to 952
compaction and smooth to grades required; free from
depressions and humps, and sloped as indicated on the
drawings. Spread 3" layer rock mulch over compacted sub-
grade and aroll to 90 compaction and smooth to grades
required.
JOLLYMAN PARK IMPROVEMENTS
CITY OF CUPERTINO 02511-2
B. Redress surface of walk and paved areas with fines as
necessary to correct any settlement which develops after
initial placement. Water and thoroughly roll surface until
uniformly compacted.
*** END OF SECTION ***
MPOSAL
y�yryyq7�{{�, O��A��L�y�� �y�
U'�t16li MAN - FSAM II
93-9101
T0: THE DIRECIIOR OF PUBLIC WMWS, CITY OF CtWER 3NO, SPATE OF CALIFORNIA
Dear Sir:
In compliance with the Plans and Specifications furnished for the work of
the Jollyman Park Improvments in the City of Cupertino, Project 93-9101,
the undersigned, hereby declare that I have read the Peal requirement,
visited the sites, and examined the specifications. I, the undersigned,
hereby propose to do all work required to cou plete 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, wt riot limited to, local, state and federal taxes, and
transportation costs.
I, the undersigned, also =%erstand 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 ama nt of work will ccrresponr
but reserves the right to increase or decrease the amount of any class or
portion of the work or to snit items or portions of 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 Jollyman Park
Improvements, Project 93-9101 as described in the Special Provisions.
I, the undersigned, shall diligently prosecute the work to completion as
scheduled. I further understand that I shall gay to the City of Cupertino
the sum of One Hundred Fifty Dollars ($150.00) per day, for each and every
clay services are not completed as scfieduled and/or specified.
BASE BID PRICE:
1. BID ITEIK NO. 1: For all the Landscape Work shown and described on the
Plans and Specifications except the Add Alternate.
Item No. 1: The sum of
Dollars, (5 r V- V-L- e ) .
ADD ALTERNATE NO. 1:
Refer to Drawings: Dctend wood barrier (2) 6-foot units and replace
broken end post as shown for the total unit price of
Dollars, ($ S Pe
ADD ALTERNATE NO. 2:
Refer to Drawings: Rotor heads,as shown and specified for the total unit
price of 7 5�i s' i ����1 c "/ e%C��T- Dollars, ($ 3 :z e'" 9�- )
PRoposAL PAGE 1 OF 7
I, the undersigned agree that if this proposal is accepted, I will
enter into a contract with the City of QVrtam to provide all n8OeSSarY
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, farm, or corporation making a bid for the same work, and
is an all respects fair, and without collusion or fraud.
I, the undersigned recognize that the Director of Public Works of the
City of Qupertino will reserve the right to establish the priority of one
job over another and each starting date where conflict of cionstruetion
schedules occur. _
Attached hereto is the required cert check heck c bid board the
amount of $ as required by law and the Notice to Bidders.
(10% per bid amount)
Proposal page 2 of 7
In further compliance with the specifications furnished, I, the
undersigned, subut 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 years.
Our experience in work comparable with that required by the proposed
contract is 16 years operating under the following different
name(s) .
RMT Landscape Contractors, Inc.
Poi California contractor's License Number is 3 7 2 8 6 9
The classification of my Contractor's License is C27 SA
The expiration date for my Contractor's License is 4/30/93
***************************************************************************
* (This Section for City use only)
* The above information has been verified by
on
* Contractors State License Hoard (800) 321-2752 or (408 277-1244.
Terre federal funds are involved, no bid submitted shall be
invalidated by the failure of the bidder to be licensed in aeoordance with
the laws of the State of California, however, at the time the contract is
awarded the contractor shall be properly liensed.
Proposal Page 3 of 7
BaTM HrSICW OF WM
The following is an example of work similar in character to that required
in the prod contract which our organization or personnel in our
organization has completed within the past three (3) years.
Whom Phone
Year tomtion Class For Performed Number Amount
1992 Fremont Landscape City of Fremont 790-6702 $330,000.00
Renovation of Central Park
1993 San Jose Landscape Alum Rock Elem School Dist.
_ ( 408 )258-4923 $271 ,000.00
Clyde Fisher Elementary School
1993 Sunnyvale Landscape City of Sunnyvale ( 408 ) 730-7605
Sunnyvale Middle School _$314,000 .00
Sunnyvale Saratoga Rd Medians $157 ,000 .00
1991 U.C. Berkeley Landscape (510 ) 642-6338 $225 ,000
Renovation of Evans Field
Proposal Page 4 of 7
IS FCM
the mabo intractor(s) , as defined in the General Provisions and in
Section 7026 of the Califarnia BUSineSS and Professions 00 de, that: I
propose to hire to perform any of the work for this project in an amount
in excess of one-half of one pert (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 Clete set of plans and
specifications for this project by the bidder.
1. Name
Address .
Work to be Performed
2. Name
Address
Work to be Performed
3. Name
Address
Work to be Performed
4. Name
Address
Work to be Performed
5. Name
Address
Work to be Performed
6. Name
Address
Work to be Performed
Proposal. Page 5 of 7
ALL-PURPOSE ACKNOWLEDGMENT NO M
-State of +. CAPACITY CLAIMED BY SIGNER
County of ❑ INDIVIDUAL(S)
_
Q CORPORATE
On before me, _ ' OFFICER(S) ..
DATE NAME,TITLE OF OFFICER-E G 'JANE DOE.NOTARY PUBLIC' TITLE(S)
❑ PARTNER(S)
personally appeared �' _ ❑ ATTORNEY-IN-FACT
NAME(S)OF SIGNER(S) ❑ TRUSTEE(S)
personally known to me- OR- ❑ proved to me on the basis of satisfactory evidence ❑ SUBSCRIBING WITNESS
to be the person(s� whose names) is/are
subscribed to the within instrument and ar ❑ GUARDIANicoNSERVATOF
knowledged to me that hel_%h6lthe}r executed ❑ OTHER:
•':' • "F' C't' the same in his/he'r/tbeir authorized
I' _
ELLA
Notary Pub�,r- C J capacity(tes), and that by his/her/thigir
ALAMEDA C )a% Y signature(s),,on the instrument the person(s).
IVh►Commission Expires orthe entity upon behalf of which the persons) SIGNER IS REPRESENTING:
acted, executed the instrument. NAME OF PERSON(S)OR EN71TY(IES)
LONG Witness my hand and official seal.
Notosry t -- — - .�
--` SIGNATURE 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
MUST BE ATTACHED Number of Pages Date of Document
TO THE DOCUMENT g �^
DESCRIBED AT RIGHT: Signer(s) Other Than Named Above
0 1991 NATIONAL NOTARY ASSOCIATION-8236 Rommel Ave.-P.O.Box 7184-Canoga Park,CA 91304-7184
TO BE ENECUBD BY BUEEM AND
sw III BID
State of California ss.
aunty of Alameda
Rick DeHerrera being first duly sworn, deposes and says that he
or she is President of RMI LaPdsj;aPq the ply mWdM the
foregoing bird that the bid is not mde in the interest of, or on behalf
of, any undisclosed person, partnership, cepany► association,
organization, or corporation; that the bid is genuine and not collusive or
sham; that the bidder has not directly or indirectly in&wed or solicited
any other bidder to put in a false or sin bid, and has riot directly or
indirectly colluded, ocnspised, connived, or agreed with any bidder or
anyone else to peat in a sham bid, or that anyone shall refrain from
bidding; that the bidder has not in any manner, directly or indirectly,
sought by agreement, oma3 mication, or aonferersce 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; that all statements
contained in the bid are true; and, further, that the bidder has not,
directly or indirectly, sut fitted his or her id prig or any breakdown
thereof, or the contents thereof, or divulged information or data relative
thereto, or paid, and will not pay, any fee to any corporation,
partnership, cowpany association, organization, bid depository, or to any
member or agent thereof to effectuate a collusive or shame bid.
Name and Signature of Bidder:
RMT Landscape Contractors, Tnc—
tLlre}
Rick DeHerrera, President
Date: March 23 , 1993
4r
Proposal Page 6 Of 7
BMWRIS SMMUM KIRK
IF YOU ARE AN IMIVIDUAL, SO STATE. IF YOU ARE A COMPANY CR A
CO-PARTNERSHIP, STATE um a2VANY NAM AND LIST 'TIC NAMES OF ALL
IWIVIDUAL OD-PARTNERS 0=70SING THE OCHPANY. IF YOU ARE A OORPORATION,
STATE THE LEGAL NAME OF THE OMW RATIC N AND THE NAMES OF ZHE PRESIDENT,
SEICREDUW-TREASURER AND MANAGER. THE COW)ORATE SEAL MUST BE AFETKM TO
THIS FOAM. ENTER THE NAME OF YOUR BUSINESS Old TfM LINE OPPOSITE THE
APPROPRIATE BUSINESS TYPE.
TYPE OF
BUSINESS NAME OF BUSINESS
CCRPORATION: RMT Landscape Contractors, Inc. a California Corporation
OD-PAS:
INDIVIDUAL:
JOINT VENTURE:
OTHER:
(Describe)
Name and Signature of Bidder: RMT Landscape Contractors, Inc.
{print or type name)
Rick DeHerrera, President
Troy DeHerrera, Vice President /
Mike DeHerrera, Secretary Ric errera, President
Date: March 23 , 1992
Address (mailing & location) • 520 Doolittle Drive
San Leandro, CA 94577
Telephone Number: ( 519 5 6 8-3 2 0 8
Ackwwledgment of all addenda received is required by circling each
addendum number.
1 2 3 4 5 6 7 8 9 10
Preposal Page 7 of 7
1
BID FAWOBAL
XUAM ME - Plum II
9
93-41®1
M: THE DIRECTOR OF PUBLIC WMWS, CM OF CUPERTINO, SPATE OF CALIFM-TIA
Dear Sir:
In compliance with the Plans and Specifications furnished for the work of
the Jollyman Park Improvements in the City of Cupertino, Project 93-9101,
the undersigned, hereby declare that I have read the proposal requirement,
visited the sites, and examined the specifications. I, the undersigned,
hereby propose to do all work required to eoaplete the work in accordance
with the Plans and Specifications for the prices set forth in the
following seed;'e. 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 oorrespand
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 work dewed
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 dome consists of furnishing all labor, methods of process,
tools, machinery and material required to ccuplete the Jollyman Park
Improvements, Project 93-9101 as described in the Special Provisions.
I, the undersigned, shall diligently prosecute the work to c oWletion as
scheduled. I further understand that I shall pay to the City of Q43ert1no
the sum of One Hundred Fifty Dollars ($150.00) per day, for each and every
day services are not eempleted as scneduled and/or specified.
BASE BID PRICE:
1. BID ITEiK NO. 1: For all the Landscape Work shown and described on the
Plans and Specifications omxpt the Add Alternate.
Item No. 1: The sum of
Dollars,
AM FiLi•MUM NO. 1:
Refer to Drawings: Extend wood barrier (2) 6-foot units and replace
broken gnd post as shown for the total unit price
inU lW Dollars, ($? j- ) • -
ADD ALTERNATE NO. 2:
Refer to Drawings: Rotor as shown and specified for the total unit
price of�Ce�'haaa�[1 YP :� . i ..� f f r7 ; �t Dollars,
PRDPOSAL PAGE 1 OF 7
I, the '.undersigned agree that if this proposal is ate, I will
enter into a fact with the City of CLgxwtim 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 cons—.ction
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 maize that the Director of Public mks of the
City of Cupertim will reserve the right to establish the priority of one
job over another and each starting date where conflict of construction
schedules occur.
Attached hereto is the required certified check or bid bo in the
amount of $ vJ as required by law and the Notice to Bidders.
(10% per bid amount)
Proposal Page 2 of 7
C1'IC� FORK
In further octapliance with the specifications furnished, I, the
undersigned, s ibmit the following statements as to my experiexx�e and
qualifications to perform this work as a part of this prowl.
We have been in business under the present name for years.
Our experience in work comparable with that required by the primed
contract is _ ( l years operating under the following different
name(s) .
/�.A
My California Contractor's License Number is q lG' IDI SG
The classification of my Contractor's License is C �Y1 L.
The expiration date for my Contractor's License is I^ 16
* (This section for City use Only)
* The above information has been verified by
on
* Contractors State License Hoard (800) 321-2752 or (408 277-1244.
*me federal funds are inwIved, 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 liensed.
proposal Page 3 of 7
The following is an exaWle of work similar in character to that required
in the proposed oQntxac . which cur organization or personnel in our
organization, has coWletsd within the past three (3) years.
Ubm Phone
Year Location Class Pbr Performs Number Amount
�-
e
�l �f� I�(� � 1`�_� �' ��t.-,�t 1 c��_E'! ,�% ��.1�Y%-�� I l-�-l'l l t I 1` a`Z�•i��i�%
Proposal Pace 4 of 7
MMOONnUMMMIS FMK
The subcontractor(s) , as defined in the moral Provisions and in
Section 7026 of the California Business and Professions Dade, that I
prose to hire to perform any of the work for this project in an caawu tt
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 theca has been provided with a full and complete set of plans and
specifications for this project by the bidder.
1. Name NG�'
Address
Work to be Performed
2. Name
Address
Work to be Performed
3. Name
Address
Work to be Performed
4. Name
Address
Work to be Performed
5. Name
Address
Work to be Performed
6. Name
Address
Work to be Performed
Proposal Page 5 of 7
State of California ss.
county of '5 Li
first dul soffit, deposes and says that he
or she is L Oa ! of A.A.�. , (ri C the party mWdM the
foregoing bid that Ate bad is not made in the URWxetst of, or on behalf
Of, my undisclosed person, partnership, company, association,
organization, or corporation; that the bid is genuine and not collusive or
sham; that the bidder has not directly or i.ndixectly iadtaced 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 biddy or
anyone else to put in a sham bid, or that anyone shall refrain from
bidding; that the bidder has not in any manner, directly or indirectly,
sought by agreement, comic ation, 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; that all statements
contained in the bid are true; and, further, that the bidder has not,
directly or indirectly, submitted his or her id price or any bream
thereof, or the contents thereof, or divulged information or data relative
thereto, or paid, and will not pay, any fee to any corporation,
partnership, any association, organization, bid depository, or to any
member or agent thereof to effectuate a collusive or sham bid.
Name and Signature of Bidder:
fir, :r t ` m 1 yl le
(Print)
(Signature)
Proposal Page 6 of 7
MMWt@S SMGMM FCM
IF YOU ARE AN INDIVIDUAL, SO SPATE. IF YOU ARE A OCMANY OR A
CD-P , STATE THE COMPANY NAME AND LIST THE NMES OF ALL
INDIVMIUAE, OD-PAMMS SING THE OOMANY. IF YOU AREA OMWaRATION,
STATE THE LPL MME OF THE CATION AND THE NNW OF THE PRESIDENT,
SEA awl AND Imo. THE CCOMM SEAL MUST BE AFFDW TO
THIS FCM. ENTER THE NAIL OF YOUR BUSINESS ON THE IXTE OPPOSITE THE
APPROPRIATE BUSINESS TYPE.
TYPE OF
BUSINESS NAME OF BUSINESS
OD-PAIZMFRSHIP: C ( VLL4 .
INDIVIDUAL:
JOINT VENTURE:
OTHER:
(Describe)
Name and Signature of Bidder:
(Print or type name) J
J4
Date:
Address (mailing & location) :
Telephone Number: (OC8) q q 45
Acknowledgment of all addenda received is required by circling each
addendum number.
1 2 3 4 5 6 7 8 9 10
Proposal Page 7 of 7