Loading...
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