HomeMy WebLinkAbout93-013 Pavement Restoration Project 93-105 93-013 PAVEMENT RESTORATION 1 of 3
PROJECT 93-105
s -
H200PAsE14g5
VERIFICATION
I have reviewed this Certificate of Completion and to the best of my knowledge, the
information contained herein is true and complete.
I verify.under penalty of perjury under the laws of the State of California that the
foregoiug,'is=true,and correct.
Exe&#ed on.�Zt.Z MJA,<� /.3, 1993,at Cupertino,California.
Deputy. City &r
Cit4 of Cuperti"o
10300 Torre Avenue
Cupertino,CA 95014-3255
Telephone: (408)252-4505
FAX: (408)252-0753
DEPARTMENT OF THE CITY CLERK
June 24, 1993
Wattis Construction Company, Inc.
964 Stockton Avenue
San Jose, California 95110
CONTRACT FOR PUBLIC WORKS-PAVEMENT RESTORATION, PROJECT 93-
105
Enclosed is one (1) copy of the Contract for Public Works between the City of Cupertino
and Wattis Construction Co., Inc. which has been fully executed by City c:f icials. This
contract was awarded to you on June 7, 1993.
Enclosed please find your bid bond.
Sincerely,
CS
DOROTHY CLELIUS, CMC
CITY CLERK
DClcs
Encl.
cc: Department of Public Works
RESOLUTION NO. 8956
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CUPERTINO
APPROVING CONTRACT CHANGE ORDER NO. i FOR PAVEMENT
RESTORATION, PROJECT 93-105 AND REQUESTING APPROPRIATION
RESOLVED by the City Council of the City of Cupertino, California, that Change
Order No. I for final quantity adjustment which has been approved by the Director of
Public Works and this day presented to this Council, be, and it is hereby approved in
conjunction with the project known as
PAVEMENT RESTORATION, PROJECT 93-105
BE IT FURTHER RESOLVED that an appropriation from the Gas Tax Fund in
the amount of$6,764.80 is hereby approved to cover this Change Order.
PASSED AND ADOPTED at a regular meeting of the City Council of the City of
Cupertino this 7thday of September , 1993, by the following vote:
Vote Members of the City Council
AYES: Dean, Goldman, Koppel, Sorensen, Szabo
NOES: None
ABSENT: None
ABSTAIN: None
APPROVED:
Is/ Nick Szabo
Mayor,City of Cupertino
ATTEST:
is/ Kim M. Smith
City Clerk
M999PAGE I S I 1210 -1e
NO FEE IN ACCORDANCE i 11 : ; : u r, 1-- 4 . 0
et irP ',o: WrrH 60V CODE 6103 ,. T REQUE e CIF
cf .wit ' ✓ i _ .� 1� jIf4L
s City of Cupertino
CZiP(t` `T ov, CA 95014 i
3 + JNT Y
CERTIFICATE OF COMPLETION
AND
NOTICE OF ACCEPTANCE OF COMPLE i ION SEP 1 3 1993
PAVEMENT RESTORATION
PROJECT 93-1.05
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 WATTIS CONSTRUCTION
on JUNE 24, 1993 , in accordapce with the plans and specifications for said work,
were completed to my satisfaction on SEPTEMBER 7, 1993 and acceptance of
completion was ordered by the City Council of said City.
That said work and improvements consisted of furnishing labor, materials, tools
and equipment required to complete said project, all as more particularly described in the
plans and specifications for said project.
irector of YCityof
and
City Enginepertino
Date: September 8, 1993
F Aftn U FA
31RJORSEMENT
e
VERMCATION
I have reviewed this Certificate of Completion and to the best of my knowledge, the
information contained herein is true and complete.
I verify under penalty of penury under the laws of the State of California that the
foregoing is true and correct.
Executes on 1993, at Cupertino,California -0
v c�
Deputy City Clerk r-n
E. C ONPRACT FUR PUBLIC WORKS
This CONPRACT made on June 24, 1993 by the CITY OF CUPER171M, a
municipal corporation of the State of California, hereinafter called CITY,
and VkrM CO14MMUCITCH CO., 1W., hereinafter called CONTRACTOR.
IT IS HEREBY AGREED by CITY and CONTRACTOR as follows:
1. TW C M?rRACT DOCUMENTS. The complete contract consists of the
following contract documents:
a. Notice to Contractors, Proposal, Time for Completion, Estimates
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 PAVE �@i, PROJECT 93-105
d. Faithful Performance Bond and Materials Bond.
e. Irtsurance 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 Com4)ensation Insurance and Notice of Policy Cancellation
Endorsement.
f. 7.his Contract for Public Works.
All of the above documents are intended to cooperate so that any work called
for in one and not mentioned in the other, or vice versa, is to be executed
the same as if mentioned in all of said documents. The documents comprising
the complete contract are sometimes hereinafter referred to as the Contract
Documents. In case of conflict between the Plans and the Specifications on
the one hand, and this Contract on the other, the Plans and Specifications
shall prevail.
2. 7W WCO2R. CONTRACTOR agrees to furnish all of the tools, equipment,
apparatus, facilities, labor, transportation and materials necessary to
perform and complete in a good and working order, the work of PAVEiV
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,
PAVsTP , 711 -P 93-105 and which Plans and Specifications are
identifiers by the signatures of the parties to this Contract. It is
understood and agreed that said tools, equipment, apparatus, facilities,
la bar, 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 COTTTRACIOR, 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.
E C E.
Contract Page 1 of 6 ` ' ' iC1 l
of
I t
•rjra � E �, � � ,� _
CONTRACT FOR PLMMC WORKS (continued)
3. CCNWPCI' PRICE. CM agrees to pay, and CONTRACMR agrees to accept,
in full payment for the work above agreed to be done, the sum of CNE HUMMM
RIGMT Sid 7HOOSRM CNE EKIKIM TRIM SEVEN DQUAItS AM 7ERD CENTS
($187,137.00) subject to additions and/or deductions as glided in the
Contract Doculrents, per F hibit A attached hereto.
4. DISPUMS PEIZM ICNG TO PAS FUR Wes. Should ary dispute arise
respecting the true value of the work done, or any work cutitted, or of any
extra work which CONTRACIQR may be rewired to do, or respecting the size of
any payment to CUMAC." during tha 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 10fe' of the General Provisions.
5. PATS, 0014UPLUM= 6I I IM. C6NTRACIIOR shall obtain and bear all
expense for all necessary permits, licenses and easements for the
construction of the project, give all necessary notices, pay all fees
required by law, and comply with the laws, ordinances and regulations
restating to the work and to the preservation of the public health and safety.
6. INSPBC UM BY TM CITY. CONTRACrOR 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 CrW, be uncovered for examination at CONTRACMR'S
expense.
7. EXM CR A®I'1'ICML 6CRK AND CKNRGES. Should CITY at any time during
the progress of the work require any alterations, deviations, additions or
c missions from the Plans or Specifications or the Contract Documents, CI'I'Y
shall have the right to do so, and the same shall in no way affect or make
void the Contract, but the cast or value thereof will be added to, or
deducted fraam, the amt=it 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 fram CM, 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. C2994M TO PEW I sa, Tl'S. CITY shall have the right
to make changes in this Contract during the course of construction to brim
the ci---%pleted improvements into compliance with environmental requirements or
standan As established by State and Federal statutes and regulations after the
Contract has been awarded or entered into. CONTR LMR shall be paid for such
changes either by reference to the Unit Prices bid, if applicable, or in
accordance with the agreement of the parties.
I ` iCr
Contract Page 2 of 6
CONTRACT FOR PUBIJC WOWS (continued)
9. 0 AMEMISM OR FICMC K. This Om*xact may be
tennirated, amended or modified, with the mutual consent of the parties. The
cc p nation payable, if any, for such termination, amendmtent or
modification, shall be determined either by reference to the Unit Price bid,
if applicable, the Standrxd Specifications, or in accordance with the
agreement of tee parties.
10. TIO FUR CCMLMCK. All work under this Contract shall be ccrpleted
in accordance with the Time for Completion section in the proposal and the
Specifications of this project. If OONTfRACIIOR shall be delayed in the work
by the acts or neglect of CITY, or its employees, or those under it by
contract or atherwise, or by changes ordered in the work, or by strikes,
lockouts by others, fire, unusual delay in transportation, unavoidable
casualties or any causes beyond CORMACTOR'S control, or by de-Lay authorized
by CITY, or by any cause which CITY shall determine justifies the delay, then
the time of coupletion shall be extended accordingly, This paragraph does
not exclude the recovery of damages for delay by either party under other
provisions in the Contract Documents.
11. YINEZOMCN AND TPST3M OF BLS. CONTRACTOR 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 CM may arran -
for mill, factory or laboratory inspection and testing of same.
12. CN FUR ENFACE CP 738C ENCY. If CONTRACIOR 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 ontractor should violate any of the provisions of
the Contract, CITY may serve written notice upon CONTRACTOR and CONTRACDOR'S
surety of its intention to terminate the Contract. Such notice shall contain
the reason: for CTTY'S intention to terminate the Contract, and unless within
ten(10) days after serving of such notice, such violation shall cease and
satisfactory arranganents 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, CM shall immediately serve notice thereof
upon CONTRACTOR'S surety and CONTRACTOR, and the surety shall have the right
to take over and perform the Contract; provided, however, 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 aver and perform
the Contract, or does not ccemmenee performance thereof within thirty(30) days
from the date of the serving of such notice, CITY may take over the work and
prosecute the same to eoupletion by contract, or by any other method it may
deem advisable, for the account and at the expense of CONTRACTOR, and
CONTRACTOR and C7 WrRACTOR°S surety shall be liable to CITY for any excess
cost occasioned by CZT'1' thereby, a--d in such event CITY may, without
liability for so doing, take possession of, and utilize in completing the
work, such materials, appliances, plant and other praper'.--y belonging to
CONTRACTOR as may be on the site of the work and necessary therefor.
13. TM CITY°S RMW TO WMHMD COMUN MUMS AND !TARS APPYZC MMN
In addition to amounts which CM may retain under other
provisions of the Specifications until final ccupletian and acceptance of all
work covered by the Contract, CITY may withhold from payment to CONTRACTOR
such an amount or amounts as in its judgement may be necessary to pay just
claims against CONTRACTOR or sub•-eontractors for labor and services rendered
and materials furnished in and about the work.
Contract Page 3 of 6
COUMCT FOR PUBLIC ATOMS (continued)
CITY may apply such withheld mount or amounts to the payment of such claims
in its discretion. In doing so, CITY shall be deemed the agent of COMA MOR,
and any payment so made by CITY shall be considered as a payment made under
the Contract by CITY to CMMACIOR, and CITY shall not be liable to
OXM:ACMR 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 CM to ensure performance of the Contract,
CONI'RACMR will be entitled to substitute securities as provided in Section
4590 of the California Government Cods as more fully descriL-9d in CITY'S
Notice to Contractors.
14. I1(71'IC E AND SMMC E THEREOF. 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 CM 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 CUP:. -11M, 10300 TOM MANUE, CUPERTIM, CA 95014,
postage prepaid and certified; (b) if the notice is given to CONIRACDOR,
either by personal delivery thereof to CON1'RACPOR, or to UONIRACI'OR'S duly
authorized representative at the site of the project, or by depositing same
in the United States mails, enclosed in a sealed envelope, addressed to 964
STOCRICN AVENUE, SAN JOSL, CA 95110, postage prepaid and certified; and (c)
if notice is given to CONTRACIOR'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 CONTRACMR'S surety or person, as the case may be, at the
address of CONrRACIOR'S surety or the address of the person last communicated
by such person to the party giving the notice, postage prepaid and certified.
15. ASSIQPTP 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. COMPLIANCE WITH FICATIMS OF NATERTAIS. Whenever in the
Specifications, any material or process is indicated or specified by patent
or proprietary name, at, by name of manufacturer, such Specifications must be
met by CONIRACMR, unless CITY agrees in writing to some other material,
process or article offered by CORMCIOR which is equal in all respects to
the one specified. It shall be CONTRACICR'S responsibility to prove equality
of any such material, process or article offered as a substitution to the
one(s) specified.
17. WORKER"S 21MMON INSURANCE AMID EMPIDMIS hIAEaIXIY I11S;]IRANCE.
DONTRACPOR shall take out and maintain during the life of this Contract
Worker's Compensation Insurance and Employer's Liability Insurance for all of
CMRRACCOR'S employees employed at the site of the project. In case any work
is sublet, OONTRACIUR shall require any and all sub-contractors similarly to
provide Worker's Compensation and Employer's Liability Insurance for all of
the latter's employees unless such employee; are covered by the ion
afforded to the CORMACIOR.
Contract Page 4 of 6
CONTRACT FOR PUBLIC WORKS (continued)
In signing this Contract CONTRACTOR makes the following certification,
required by Section 1861 of the Labor Code: "I am aware of the provisions of
Section 3700 of the Labor Code which requires every employer to be insured
against liability for worker's coupensation or to undertake self insurance in
accordance with the provisions of the Labor Code, and I will comply with such
provisions before aanTencing the performance of the work of this Contract."
18. PJDC3DENr PIMENTICK. Precaution shall be exercised at all times for
the protection of persons (including erployees) and property. The safety
provisions of applicable laws, building codes and construction codes shall be
observed. Machinery, equipment and other hazards shall be guarded or
eliminated in accordance with the safety provisions of the construction and
Safety Orders issued by the Industrial Accident Commission of the State of
California.
19. 'S FUR TM Wes.. r.ONTRACTOR shall not be
responsible for the oast of repairing or restoring damage to the work caused
by Acts of God, NEVERTHELESS, COMRACTOR 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 God. "Acts of God" shall include only the
following occurrences or conditions and effects: earthquakes and tidal eves,
when such occurrences or conditions and effects have been proclaimed a
disaster or state of emergency by the President of the United States or by
the Governor of the State of California, or were of a magnitude at the site
of the work sufficient to have caused a proclamation of disaster or state of
emergency having occurred in a populated area. Subject to the foregoing,
CITY shall not, in any way or manner, be answexable 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. CCHT?AL'TIM I S GUARANTEE. CONTRACX R unqualifiedly guarantees the
first- class quality of all work and of all materials, apparatus and
equipment used or installed by CUN'II;ACMR or by any sub-contractor 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(1) year of the date of acceptance of
completion of this Contract by CM, CONTRACTOR will forthwith remedy such
defects without cast to CITY.
21. DEFERROD A MM2- SELEGfiIM. The city reserves the right for the
term of the Contract, tho deferred selection of none, any or all alternate
bid items at the bid price. The alternates chosen would be for any sites
currently under constructior, or to be constructed in the future.
Contract. Page 5 of 6
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No.5193
State of_Ca l i Porn i a _ sew OPTIONAL SECTION
CAPACITY CLAIMED BY SIGNER
County of Santa Clara Though statute does not require the Notary to
fill in the data below, doing so may prove
invaluable to persons retying on the document.
On
6-10-93 before me, ❑Rose Marie Fierro, Notary Public INDIVIDUAL
DATE NAME,TITLE OF OFFICER-E.G.,'JANE DOE,NOTARY PUBLIC"
(CORPORATE OFF?CER(S)
personally appeared C. Michael land, Vice President `Vice President
NAME(S)OF SIGNER(S) TITLE(S)
[�personally known to me-OR-0proved 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
knowiedged to me that he/she/they executed ❑TRUSTEE(S)
`'"''� T _. ?$ the same in his/her/their authorized GUARDIAN/CONSERVATOR
f r f r k; capacity(ies), and that by his/her/their OTHER:
4 >,, signature(s) on the instrument the person(s), ❑
or the entity upon behalf of which the
person(s)acted, executed the instrument.
SIGNER CIS REPRESENTING:
WITNESS my hand and official seal, NME OF
Wattis Construction Co. ,In
`( J
SIGNATURE_OF NOTARY
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 Corm. SIGNER(S)OTHER THAN NAMED ABOVE _
�D1992 NATIONAL NOTARY ASSOCIATION-8236 Remmet Ave.,P.O.Box 71 B4-Canoga Park,CA 91309-7184
CONTRACT FOR PUBLIC kCWS (continued) P.O.
IN wnNESS F, the parties have wmazted this Contract, in
duplicate, the day and year first hereinabove written.
CITY OF CUPERTINO CONTRACTOR:
WATTIS CONSTRUCTION CO. INC.
i
By: C. MICHAEL LAND, 'VICE PRES!DEN-f
Notary acknowledgment is required. If a
ration, corporate seal and corporate
notary acaiawledgement and Federal Tax
I.D. are required. If not a corporation a
Social Security No. is required.
94 142-3a
' Soc. Security # Federal Tax I.D. #
Mayor
Attest:
City Clerk z
Date: j� , 19 l-_s
City Clerk
e
APPROM AS TO FORM AND PROEDURE:
C ty Attorney
Project Name & Number: PAVIMTP RESdO�TION, PIa= 93-105
Contractors Name and Pis: WA= CCMNIXTICH OD., INC.
-964 STOMUN AVENUE
SAN 30LSE, CA 9511.0
Contract
��ppA�.wm, t: $'1877��,�13�� ryry
7.00�o [[ {
Account
File Number: 98,493.46
Contract Page 6 of 6
OWMCT FOR PUBLIC WORKS (continued)
INSURANCE AGREEMENP
A. Contractor is aware of the provisions of Section 3700 of the Labor Cade,
which requires every employer to be insured agai,st liability for workers'
compensation or undertake self-insurance in accordance with the provisions of
that Code, and will comply with such provisions before camencing the
performance of the work of this Contract.
B. Contractor and all subcontractors will carry workers' compensation
insurance for the protection of its employees during the progress of the
work. The insurer shall waive its rights of subrogation agairst 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,
camiercial or cceprehensive 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, subcontract
work, contractual obligations, product or cmpleted operations, all awned
vehicles and non-owned vehicles. Said insurance coverage obtained by the
Contractor, excepting workers' ccupensation coverage, shall name the City,
its engineer, and each of its Direct-.ors, Officers,Agents and Employees, as
determined by the City, as additional insureds on said policies. Insurexs
must 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 V�I 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 om pleted. The requirement for carrying the
foregoing insurance shall not derogate frcan the provisions for
indennification 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 ford and effect during the life of this Contract, the
following insurance in amounts not less than the amounts specified and issued
by a company admitted in California and having a Best's Guide Rating of A,
Class VII or better.
Worker's Coupensation Liability. In accordance with the Worker's
Co pensation Act of the State of
California - $1,000,000 per occurrence.
Insurance Agreement Page 1 of 2 ,
CONTRACT FOR PUBLIC WORKS (cantinued)
Public Liability - either Combined single limit of 1.0 million
camnercial gel liability per ovarrenoe; $2.0 million in the
or ccuprehrnsive general liability; aggregate.
including provisions for omntractual
liability, personal injury,
independent aontxactors and
property damage coverages-
Automobile Liability - ccuprehensive combined single limit of $500,000.o0
covering owned, twn-c;vT d and hired Per occurrence.
autcmobiles.
` ATTIS CONSTRUCTION CO. INC, BY: C. MICHAEL LAND, VICE PRESIDENT
(Contractor's Name)
Dated: �y
.aE ; VFC)
Inm'anae Agreement Page 2 of 2
�; 199}
CONTRACT FOR r'UBLIC WORKS (continued)
CERTIFICATE OF INSURANCE
M THE CITY OF CUPERTLIIO
This certifies to the City of Cupertino that the following described policies
have been issued to the insured named below and are in force at this time.
Insured: WATTIS CONSTRUCTION CO. , INC.
Address: 964 STOCKTON AVENUE
SAN JOSE, CA. 95110
Description of operations/locations/products insured (show contract name
and/or mm. ber, if any) :
CITY OF CUPERTINO - ASPHALT PATCHING AT VARIOUS LOCATION
WORKERS' COMPENSATION *Statutory Min.
*Employer's
UP BLI' INDEi�;ITY Liability
(name of insurer)
$ 1,000,000. $ 1,000,000. $ 1,000,000.
Best.'s Rating A} Insaranc5e Ccimpany's State License No.
Check Policy Type: Each Occurrence $ 1,000,000.
aCMPREHENSIVE GENERAL ISABILITY
[ Y] Premises/Operations General Aggregate $ 2,000,000.
(if applicable)
[ ] Owners & Contractors
Protective Aggregate $ ,000,000.
[ x] Contractual for Specific
Contract Personal Injury $ 1,000,000.
[ K] Products Liability
[ Y] XCU Hazards
[ Y] Broad Form P.D. Fire Damage (any 100,000.
[ ] Severability of Interest one fire) $
Clause
[ Y] Personal Injury with Medical Expense 5,000.
Employee Exclusion R (any one person) $
or Self-Insured
=VERCTAL GENERAL LIABILITY Retention $
AETNA CASUALTY COMPANY OF CONNECTICUT
(name of insurer)
Best Is Rating A Pelicv No.05C0796202CCA Epiration Date 12-31-93
Certificate of Ins Trance Page 2 of 2
9
CONTRACT MR F UBLI C WORKS (continued)
A'J1a40 1E/%M-1ICLE LLZBITs rY BOCILY INJURY P:CP= DAMAGE
anTercial Form Each Person Each Accident
Liability Coverage
$ $
AETNA CASU.A.T`I COMPAN, OF CONNECTIC :T Each Accident
(name of insurer)
$ or
Combined Single Limit $ 1 SHOP non
a ..
Best's Rating A Policy No. 05FJ996311CCSEXpiration Date 12-31-93
BL=ER'S RISK "ALL RISK"
This is to certify that the following policy has been issued by the below-
stated cony in conformance with the requirements of Section 8-1 of the
General Provisions and is in force at this time:
HARTFORD INSURANCE COiTANY
(name of insurer)
POLICY EXPIRATION I.I= OF DEDUCTIBLE
NLMER DATE LIABILITY
57MSHQ3540 9-10-93 $187, 127. $1,000.
A copy of all Endorsernts to the policy(ies) which in any way
(agents's init) limit the above-listed types of coverage are attached to this
Cartificate of Insurance.
This Certificate of Insurance is not an insurance policy and does not amnend,
extend or alter the coverage afforded by the policies listed herein.
Notwithstanding any requirement, term, or condition of any contract or any
other document with respect to which this Certificate of Insurance may be
issued or may pertain, the insurance afforded by the policies describtxl
herein is subject to all the terms, exclusions and conditions of such
policies.
IT IS HEREBY CEP TIFIPD that the above policy(ies) provide liability insurance
as r ad by the Agreement.between the City and the insured.
BY: RaSaI TF F_ WTI.I,TAMS Dated: 6-10 19 ..93
Attach Certificate of Insurance and Additional Insured Endorsement on ccutpany
forms.
EC E I '„
Certificate of Insurance Page 2 of 2
COMPANY: AETNA CASUALTY CWA,Ny OF CONNECTICUT POLICY #05CO795202CCA
\.VNIED -rNS'URED: WATTIS CONSTRUCTION CO. , I%C. COMMERCIAL GENERAL LIABIL
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ 6T CAREFULLY.
AMENDMENT-GENERAL AGGREGATE LIMIT
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
Section III, Limits of Insurance, Paragraph. 2, is amended to read as follows:
The General Aggregate Limit is the most we will pay for the sum of:
(a) Medical expense under Coverage C; and
(b) Damages under Coverage A and B, except damages because of injury and damage included in thr=
"products-completed operations hazard', because of:
(1) Injury or damage which ocmrs at each 'location";
(2) Injury or damage which occurs at each 'project";
(3) Injury or damage which occurs away from the locations or projects described in (b)(1) or (b)(2) above.
The General Aggregate Limit applies separately to each "location" and "project" re!erred to in paragraphs (b)(1)
and (b)(2) above and to all injury or damage described in paragraph (b)(3) above.
"Location" means the same or connected lots or premises owned by or rented to you or such lots or premises
whose connection is interrupted only by a street, roadway, waterway or right of way of a railroad.
"Project" means an area other than a "location" at which you are performing operations pursuant to a contract
or agreement.
ECEI V F
CAT.7S�=24
GN053 (ED. 10-5, P;Z.:N7E:) 114 U.SA
ADDITIONAL RISLRM ENDORSEVnIr
In consideration of the policy premium and nctwit1istanding any incon-
sistent statement in the policy to wtdch this Endorsement is attached or any
other Endorsement attached thereto, it is agreed as follows:
The City of Cupertino ("City") and its Directors, officers, engineers,
agents and employees, and all public agencies from whom permits will be
obtained and their Directors, officers, engineers, agents and employees are
hereby declared to be additional insureds Zander the terms of this policy, but
only with respect to the operations of the Contractor at or upon any of the
premises of the City in connection with the Contract with the City, or acts
or omissions of the additional insureds in connection with, but limited to
its general supervision or inspection of said operations.
POLICY INFOR3IA0ION
1. Insurance Company: _AETNA CASUALTY COMPANY OF CONNECTICUT
2. Insurance Policy Number: 05CO796202CCA
3. Effective Date of this Endorsement: 6-10 , 19 93
4. Insured: WATTIS CONSTRUCTION CO. , INC.
All noticers herein provided to be given by the Insurance Ccpariy 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, ROSALIE E. WILLIAMS (print/type naive)
warrant that I have authority to bind the below listed Insurance Company and
by my signature hereon do so bind this Ccupany.
Signature of Authorized Representative: a� ,�wG/�� n--
(Original signature required on all Endorsements furnished to the District)
Names of ALEXANDER & ALEXAvDER
Agent/Agency: OF CA. INC. Title: ASR
Address: 1530 MERIDIAN Telephone: 408 �64 6700
SAN JOSE, CA. 95125 Facsimile: 408 264 2462
„ G Additional Insured Endorsement Rage 1 of 1
%f
CONTRACT FOR PUBLIC WORKS (continued)
ENDORSEMENT OF PRIl1ARY INSURANCE
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:
The insurance afforded by this policy is primary insurance, and no
additional insurance held or owned by the designated additional insared(s)
shall be called upon to cover a loss under said additional policy.
POLICY INFORIMON
1. Insurance C.csnpany• AETNA CASUALTY COMPANY OF CONNECTICUT
2. Insurance Policy Number: 05CO796202CCA
3. Effective Date of this Endorsement: 6-10 19 93
4. Insured: WATTIS CONSTRUCTION CO. , INC.
All notices herein provided to be given by the Insurance Comparry 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, ROSALIE E. WILLIAMS (print/type name)
warrant that I have authority to bind the below listed Insurance Ccupany and
by my signature hereon do so bind this Company. 1
Signature of Authorized Representative:
(Original signature required on all Endorsements furnished to the District)
Names of ALEXANDER &
Agent/Agency: ALEXANDER OF CA. INC. Title: ASR
Address: 1530 MERIDIAN Telephone:_ ��- 264-6700
SAN JOSE, CA. 2ki.H95125 Facsimile: 408 264-2462
E: C_' E: i
Primary Endorsement Page 1 of 1
0
COMRACT FOR PUBLIC 4JORY—S (continued)
NOTICE OF POLICY
CANCE L=ON ENDORSE'
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:
Cancellation Notice. The insurance afforded by this policy shall not be
suspended, voided, cancelled, reduced in coverage or in limits, or materially
altered, except after thirty(30) days' prior written notice by certified
mail, return receipt requested, has been given to the City of Cupertino
("City") . Such notice shall be addressed to the City as indicated below.
POLICY INFOIQ,TION
1. InsuranOe may: AETNA CASUALTY COMPANY OF CONNECTICUT
2. Insurance Policy Number: 05C0796202CCA
3. Effective Date of this Endorsement: 6-10 � 19 93
4. insured: WATTIS CONSTRUCTION CO, INC.
All notices herein provided to be given by the Insurance Campany to ttie
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, ROSALIE E. WILLIAMS (print/type name)
;warrant that I have authority to bind the below listed Insurance Ccupany and
by my signature hereon do so bind this C=pany.
signature of Authorized Representative: _-
(original signature required on all Endorsements furnished to the District)
Names of ALEXANDER & ALEXANDER
Agent/Agency: OF CA, INC. Title: ASR
Address: 1530 MERIDIAN Telephone: _40$ 264 67 .0
SAN JOSE, CA. 95125 Facsimile: 408 264 2462
i. F. S v
J1IN �;.f � 191'j
Cancellation Endorsement Page 1 of 1
, s
C OVIRACT' FOR PUBLIC WORKS (continued)
WAIV R OF SUBROGATION ENDORSEMIT
WORKER'S 0:141)ENSATION INSTMANCE
Ln 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:
It is agreed that with respect to such insurance as is afforded by the
policy, the Lnsurance Ccapany waives any right of subrogation it nay acqpuire
against the City of Cupertino, and each of its Directors, Officers, agents,
consultants and employees by reason of any payment made on accctant 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 Cry. REPUBLIC INDE�2MY
2. Insurance Policy Number: _PC996937
3. Effective Date of this Endorsement: 6-10 1993
4. Insured: WATTIS CONSTRUCTION CO. , 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.
ROSALIE E. WILLIAMS
I, (Print/type name)
warrant that I have authority to bind the below listed Insurance Ccupany and
by my signature hereon do so bind this Company.
Signature of Authorized Representative:
(Original signature required on all Endorsements furnished to the District)
Names of ALEtANDER & ALEX.A\DER
Agent/Agency: OF CA. INC. Title: ASR
Addzess: 1530 MERIDIAN Telephone: 408 264 6700
SAN JOSE, CA. 95125 F`acsinile: 408 264 2462
Subrogation Endorsement Page 1 of 1
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No�5193
State of California a�OPTIONAL SECTION f�
CAPACITY CLAIMED BY SIGNER
• COun of Santa Clara Though statute does not require the Notary to
ry _ fill in the data below, doing so may prove
invaluable to persons retying on the document.
On 6-10-93 before me, Rose Marie Fierro, Notary Public INDIVIDUAL
DATE NAME,TITLE OF OFFICER�E.G.,-JANE DOE,NOTARY PUBLIC' (�CORPORATE OFFICER(S)
personally appeared_ C. Michael Land `-�P dice President
NAME(S)OF SIGNER(S) TITLE(S)
personally known to me-OR-❑ proved to me on the basis of satisfactory evidence PARTNER(S) 0 LIMITED
❑ GENERAL
to be the person(s) whose name(s) is/are
subscribed to the within instrument and ac- ❑ATTORNEY-IN-FACT
knowledged to me that he/she/they executed ❑TRUSTEE(S)
the same in his/her/their authorized GUARDIAN/CONSERVATOR
capacity(ies), and that by his/her/their
;r;1 ❑OTHER:
signature(s) on the instrument the person(s),
r or the entity upon behalf of which the
person(s) acted, executed the instrument.
SIGNER IS REPRESENTING:
1 ' NAME OF PERSON(S)OR ENTITY(IES)
ai y WITNESS my hand and official seal.
Wattis Const uctinn Co_ _In
SIGNATURE OF NOTARY
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 loan. SIGNER(S)01-HER THAN NAMED ABOVE
D1992 NATIONAL NOTARY ASSOCIATION•8236 Remmet Ave..P.O.Box 7184•Canoga Park,Ct913019-71184
State of CAT,Tr•ORNTA _ CAPACITY CLAIMED BY SIGNER
County of_._�AN i IATr0 ❑ INDIVIDUALS
(��++ ❑ CORPORATE
On �jil ® 91993_before me, Rachel Szabo _ ! OFFICER(S)
J (TITLE(S))
' tDArE) (NAME.ilr_[OF OFFICER-t E,JAt:E DOE,7J0iRAY PUBLIC ❑ PARTNERS
personally appeared, RHONDA A. SMTTI`( — �^ ATTORNEY IN FACT
(NAMEtS)OF SiGNER(S))
I,] TRUSTEE(S) +
-- — D SUBSCRIBING WITNESS
❑ GUARDIAN/CONSERVATOR
LKI personally known to me-OR - D proved to me on the basis of satisfactory evidence to be ❑ OTHER:—.
the person(4) whose name(g) is/&,b subscribed
to the within instrument and acknowledged to
�- me that itt4/she/M1691 executed the same in-fi Y
' herktherix authorized capacity(ti ), and that by
Sher/tksr signatures} on the instrument the SIGNER IS REPRESENTING:
person(s), or the entity upon behalf of which the (NAME OF PERSON(S)OR EtJTITY(IES))
person(s) acted, executed the instrument. _
Witness my hand and official seal. Aril>RTCAN M TORISTS
I_Nq
UKANCE, COMPANY
r
(SEAL) ` tSiGrrnn;f;E'� raor,nv)
b
ATTENTION NOTARY:The information regcesied below is OPTIONAL.It could,however,Prevent fraudulent altachrnent of this certificate to any unauthorized document.
THIS CERTIFICATE Title or Type of Document _WND
MUST BE ATTACHED
TO THE DOCUMENT Number of Pages------ Date of Document
DESCRIBED AT RIGHT: Signer(s) Other Than Named Above _
WOLCOTTS FORM 239—ALL PURPOSE ACANOWI EOGMENT—Rev 9.92 (pace c)ais 8 2) t:^I COtIS FORMS INC
ISSUED IN TRIPLICATE
FAMUM P CE BOND Bond No. 3SM 797 765 00
.. Premium: $3,743.00
R40W AIL MEN BY 'I4MSE: PIUSEW:
nin WE, Wattis Construction Co. , Inc. as
Principal, (contractor's name)
and AMERI:CAN MOTORISTS INSURANCE COMPANY---_ as
surety, (bo zany's nanee)_
are held and firmly bound unto the City of Cupertino, State of California, in
the sum of ONE HUNDRED EIGHTY SEVEN THOUSAND ONE HUNDRED THIRTY SEVEN lawful
money of the united States, for the payment of whicdti W 11 and truly to be
made, we bind ourselves, our heirs, executors, successors and' assigns,
jointly and severally, firmly by these presents.
ZllL COMI'Ir.00I1 of the foregoing obligation is such that,
WRMW, the principal has entered into a oontract with the City
dated ,19 with the obligee to do and perform trie.
follow! work to t: -
Pavement restoration project #93-•105 _L
NOW, Uffi Uon, if the said principal sha11 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 WIM SS W}MWF, this instrtm nt has been duly exeuxred by Principal
and Surety this _ 9th day of June , 19 93 .
(To be signed by Principal and Surety. Notary aG}amledgments required)
C7 rlMI CyIOR Wattis Construction Co. , Tic. _
AMERICAN MOTORISTS INSURANCE COMPANY
Surety _. ..—_
� .
By: z��
A torney-!n-Fact
Rhonda A. Smith
The above bond is aocepted and approved this day of 119__
' Faithful Performance Page 1 of 1
•OUt.MCr FOR PUBLIC WORKS (continued)
t, LADOR AND 1 MIXTAL 1"D ISSUED T`: TRIPLICATE
Bond No. 3SM 797 7b5 00
ig4ow ALI.I MIV BY lvji s✓ PP0501":
itit*RLAC, the City of Cupex-tiro, State of California, arod
Wattis Construction i;i . , 1.nc.
hereinafter designated as "Pruncipal" have entered into or are about vto enter
into a contract providing for the installation, construction, and ere;:tion by
Principal of Pavement restoration project P93-1.05 ,
more partic-snarly describ6d in said oontrar t; 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, shall 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, THERMRB, WE, Wattis Construction Co. , Inc, as Principal,
(contractor's name)
and MIERICAN MOTORISTS INSURANCE COMPANY , as Surety,
(Bonding Cwrp wiy's name)
firmly bind ourselves, our executors, administrators, successors and assigns,
jointly and severally, unto the City of Cu;>,r tino, and any and all
materialmen, persons, oaffipanies, or c3orporations furnishing matexials,
provisions, provender or other supplies used in, upon, for or about the
performw-xoe of the aforesaid work contracted to be executed or performed
under the contract here.inab ve mentioned, and incorporated herein by
reference, and all persons, canpanies or corporations lencli.ng or hiring
teams, inplem its or machinery, for or contributing to said work to be done,
arxi all persons who perform work or labor upon the same, and all persons who
supply bot-i work and materials, whose claim has not been paid by Principal or
by any other person, in the just and full sum of ONE HUNDRED EIGHTY SEVEN*
*THOUSAND ONE: HUNDRED THIRTY SEVEN ONL.Y---------------------------- ($187,1. .00)
M CONDITION OF THUS 0BLSGATI0t4 IS sa)a3 InmT if said print=pal, his or
its subcontractors, heirs, executors, administrators, successors or assigns,
shall fail to pay for any materials, provisions, pry,--render or other supplies
or teams used in, upon, for or about the performarx-, of the work contracted
to be done, or for any work or labor thereon of any kind, or for amounts due
under the Unerployment Insurance Act with respect to such work or labor, or
any and all damages arising under the original contract, then said Surety
will pay the same and also will pay in case suit is brought upon this bond,
such reasonable attorney's fee as shall be fixed by the court.
This bond shall insure to the kxtnefit of any and all persons, can)anies,
and corporations entitled to file claims under So,-tion 1184.1 of the Code of
Civil Procvdure, 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
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No.5193
State of California _ ®OPTIONAL SECTION t�
CAPACITY CLAIMED BY SIGNER
County of Santa Clara _ 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_6-10-93 before me, Rose Marie Fierro, Notary Public ❑INDIVIDUAL
DATE NAME.TITLE.OF OFFICER-E.G.'JANE DOE,NOTARY PUBLIC;
CORPORATE OFFICER(S)
personally appeared_ C. Michael Land _ Vice President
NAMES)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 0 TRUSTEE(S)
the same in his/her/their authorized GUARDIAN/CONSERVATOR
capacity(ies), and that by his/her/their OTHER:
signature(s) on the instrument the person(s),
or the entity upon behalf of which the
�I person(s) acted, executed the instrument.
°, r SIGNER IS REPRESENTING:
r � official seal. NAME OF PERSON(S)OR ENTITVQES)
WITNESS my hand and O
Watti s Construction Co. ,In
--
�, SIGNATURE OF NOTARY
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 dat,requested here is not required by law,
it could prevent ?udulent reattachment of this form. SIGNER(S)OTHER THAN NAMED ABOVE
,0992 NATIONAL NOTARY ASSOCIATION-8236 Remmet Ave,P.O.Box 7184-Canoga Park,CA 91309-7184
i State of—_ CALIFORNIA CAPACITY CLAIMED BY SIGNER
( � County of SAN MATEO ❑ INDIVIDUALS
❑ CORPORATE —
Or ,before me, Rachel Szabo _ —_ OFFICER(S)
DATE) (NAME.TITLE OF OFFICER I E,'.LANE DOE.NOTARY PUBLIC") (TITLE($))
❑ PARTNERS
personally appeared RHONDA A. SMITH _ LM ATTORNEY IN FACT
(NAME(S)OFSIGNER(S)) ❑ TRUSTEE(S)
❑ SUBSCRIBING WITNESS
❑ GUARDIAN iCONSERVATOR
LEI personally known to me-OR- ❑ proved to me on the basis of satisfactory evidence to be ❑ OTHER:
the person(iq whose name(g) is/Y& subscribed
to the within instrument and acknowledged to
me that atg/she/ttgby executed the same In4ff5y
herAtieix authorized capacity(tUS), and that by
Sher/tf-t it signatureks) on the instrument the SIGNER IS REPRESENTING:
L SZ,`tB (NAME OF PERSON(S)OR ENTITY(IES))
person(s), or the entity upon behalf of which the
1 Y person(b) acted, executed the instrument. _
Witness my hand and official seal. ATIIFRTCAN MOTORTSTS
I N5(IRANCE (O�iPANY
' (SEAL) !SIGNATURE OE N- TARY)
J
ATTENTION NOTARY:The information requested below is OPTIONAL.It could,however,prevent fraudulent attachment of this certificate to any unauthorized document.
THIS CERTIFICATE Title or Type of Document _I30ND
MUST BE ATTACHED - —�
TO THE DOCUMENT Number of Pages_ —Date of Document
DESCRIBED AT RIGHT: Signer(s) Other Than Named Above
OLCC;rTS FORM 239—ALL PORPOSE ACIQJ0WtE0G!d1NT- Rev 9-92 (11 class 8 2) 7i V;ni COftS FOR!5,Inc
e '
ODM'FACr FOR PUBLIC WORKS (oontinued)
And the said Sure for value reoeived her stipulates,
Surety, , hereby atx3 agrees
that no duvVe, extension of time, alteration or addition to the 47axms of the
contract or to the work to be performed thereunder or the specifications
aecagmnying the sane 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 KINESS WHMWF, this instrument has been duly executed by the
Principal and Surety this 9 t h day of June , 19�.
(To be signed by Principal and Surety. Notary acknowledgments required)
CWMkCIOR
Wattis Construction Co. , Inc.
Yg;�MICHAEL LAND, VICE PRESIDENT
Principal
AMERICAN MOTORISTS INSURANCE COMPANY
Surety
At torn ey-In-raot
Rhonda A. Smith
The above bond is aappt;ed and approved this day of 119
Labor and Material Page 2 of 2
AME )CAN MOTORISTS INSURANCE COMPANY
Hbm Office: Long Grove, IL 60049 fR
OX
POWER OF ATTORNEY =--v
Know All Men By These Presents:
That the American Motorists Insurance Company, a corporation organized and existing under the laws of the State of
Illinois, and having its principal office in Long Grove, Illinois, does hereby appoint
Rhonda A. Smith of San Mateo, California
Its true and lawful agent(s) and attorneys)-in-fact, to make, execute, seal, and deliver during the period
beginning with the date of issuance of this power and ending December 31, 1994, unless sooner revoked for and on
Its behalf as surety, and as its act and dead:
Any and all bonds and undertakings provided the amount
of no one bond or undertaking exceeds TWO HUNDRED FIFTY
THOUSAND DOLLARS ($250,000.0 )
EXCEPTION: NO AUTHORITY is granted to make, exacute, seal and deliver any bond or undertaking which guarantees the
payment or collection of any provissory note, check, draft or letter of credit.
This authority does not permit the same obligation to be split into two or more bonds in order to bring each such
bond within the dollar limit of authority as set forth herein.
This appointment may be revoked at any time by the American Motorists Insurance Company.
The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said
American Motorists Insurance Company as fully and amply to all intents and purposes, as if the same had been duly
executed and acknowledged by is regularly elected officers at its principal office in Long Grove, Illinois.
THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF DECEMBER 31, 1994.
This Power of Attorney is executed by authority of a resolution adopted by the Executive Committee of the Board of
Directors of cold American Motorists Insurance Company on February 23, 1988 at Long Grove, Illinois, a
true and accurate copy of which is hereinafter set forth and is hereby certified to by the undersigned Secretary as
being in full force and effect:
"VOTED, That the Chairmen of the Board, the President, or any Vice President, or their appointees designated in
writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and
attorneys-in-fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company
thereto, bonds and undertakings, recognizences, contracts of indemnity and other writings, obligatory in the nature
thereof, and any such officers of the Company may appoint agents for acceptance of process."
This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following
resolution adopted by the Executive Committee of the Board of Directors of the Company at a meeting duly called and
hold on the 23rd day of February, 1988:
-VOTED, That the signature of tho Chairman of the Board, the President, any Vice President, or their appointees
designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and
certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to
resolution adopted by the Executive Committee of the Board of Directors on February 23, 1988 and any such power so
executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be
valid and binding upon the Company."
In Testimony Whereof, the American Motorists Insurance Company has caused this instrument to be signed and its
corporate seal to be affixed by its authorized officers, this 31 day of August , 1992 .
Attested and Certifiede AMERICAN MOTORISTS INSURANCE COMPANY
F.C.NeCullough, Secretary by J.S.Kamper,III,Senier Vice President
(OVER.)
c
BID PROPOSAL
PAIMMU RESIORATION
PROJflC'r 93-105
TO: THE DIRECTOR OF PuBuc WORKS, CITY OF CUPF3RIMM, STATE OF CALSF%NIA
Dear Sit`:
In eomplianoe with the plans and Specifications for the work of. the
PAS VATION PHWECr in the City of Cupertino, PIWB= 93-105
I, the undersigned, hereby declare that I have read the proposal
requirements, visited the sites, and examined the specifications. I, the
undersigned, hereby Wcp=e to do all work required to complete the work
in accordance with the Plans and Specifications for the prices set forth
in the follaAM schedule. I further understand that said prices include
all costs including, but not limited to, local state and federal taxes,
and transportation costs.
I, the undersigned, also understand that the quantities shown below are
estimates only, being given as a basis for comparison of bids. mm City
of Cupertino does not state that the actual amount of work will end
but reserves the right to increase or decrease the amount of any class or
portion of the work or to emit item or portions of the work deemed
unnecessary by the Engineer.
The City of Cupertino resexves the right to unilaterally determine and
� Y
award the contract to any qualified bidder based on the moat advantageous
proposal, to reject any or all bids or to waive any irregularities in the
The work to be done consists of furnishing all labor, methods of process,
tools, machinery and material required to complete the Annual Overlay and
Pavement Restoration, Project 93-105 as described in the Special
Provisions.
In the event of discrepancies between the written unit price and the
numerical unit price, the written price shall govern.
This amount of liquidated damages shall be deducted by the City from
marries due from the Contractor herazxler, or the Contractor°s assigned,
s, and sureties shall be liable to the City for any omess.
Completion of entire project 30 working days from Notice to Proceed.
Enmww QawI'I°Imm
The bid prices for this project shall be as outlined below:
BID EST. Q►rY.
I7M UNIT rM UNIT PRICE TOTAL
q p0
1. 48,468 Pavement. Restoration (4") /S.F. $
Per S.F. 1OU
2. 3,684 Pavement Restoration (6111) $=/S.F. $��99
Foc✓ L�1/ar5 �cv�.,��f;vc. for.;j
Per S.F.
PROPOSAL PAGE 1 OF 6
WATTIS CONSTRUCTION CO. INC.
BIDDER QU1 MCA CH EMN
In further compliance with the specifications furnished, I, the
wrlersigned, submit the follawiM statemnts as to my experience and
qualifications to perform this work as a part of this proposal.
we have been in business under the present name for
years-
our experience in work comparable with that required by the proposed
fact is 3<S years operating under our current business name.
Our experience in work comparable with that required by the proposed
contracts is _ years operating under the following different
name(s) .
My California Contractor's License Number is California Lic. #178236
The classification of my CMtraCtor's License is C"12-A-HAZ
Me expiration date for my Cmitractcris License is EXP. 12-31.94
***************************************************************************
* (This Sect.`-)n for City use Only)
* The I've information has been verified by Lyn 61&5A
on 11-1 ' 3 _g*5
* Cmtxactors State License Board (800) 321-2752 or (408) 277-1244.
Where federal funds are involved, no bid submitted shall be
invalidated by the failure of the bidder to be licensed in a rr]anoe with
the laws of the State of California, however, at the time the aomtract is
awarded the =7tractar small be properly licensed.
RECEiV F -5
ltj� ,
A. ~T''' r ,e '
PROPOSAL PAGE 3 OF 6
CONTRACTOR'S LIST OF EXPERIENCE
Wattis Construction Co. , Inc .
964 Stockton Avenue
San Jose, CA 95110
Date Incorporated: July, 1958
License No. A-178236
OBJ$ YEAR PROJECT VALUE 0WE$
1965 Grade & Pave $43 , 100. 00 Swinerton & Walberg
- 1965 Grade & Pave $35 , 000 .00 Hood Corp.
- 1965 Grade & Pave $90, 000. 00 City of Saratoga
- 1965 A.C. $20 , 000 . 00 City of Campbell
- 1965 Grade & Pave $18 , 000. 00 City of Los Gatos
- 1965 Grade & A.C. & CTB $11, 800 . 00 City of Sunnyvale
- 1966 Grade & Pave $100, 400 . 00 City of Saratoga
- 1966 Grade & Pave $65 , 000 . 00 City of Los Altos
- 1966 Grade & Pave $30. 000. 00 United Technology
- 1966 Grade & Pave $13, 230 . 00 Giacommaazi Bros .
- 1967 Equipment Rental $154,811 . 00 Co. of Santa Clara
- 1967 Grade & Pave $26, 250. 00 L.G. Driskell
- 1967 Paving Runway $13, 560.00 Cortelyou & Cole
- 1967 Grade & Pave $51,959 . 00 City of Mt . View
- 1967 Grade , A.C. & Conc . $8 ,928 . 00 City of Mt. View
- 1967 Grade & Pave $6,945. 00 E.M. I .
- 1967 Grade & Pave $36 , 430 . 00 T. Bona Sara
- 1967 Grade & Pave $33 ,950. 00 C.W. Behnke
- 1967 Grade & Pave $23, 483. 00 Barnhill Const. Co.
1967 Grade, Pave & Conc . $28 , 137 . 00 Cont . Serv. Co .
1967 Grade , Pave & Conc . $30, 102 . 00 Capital Construction
.1967 Grading $12 , 456 . 00 West Pac . R. R .
- 1967 Paving $3 , 380 . 00 Std. Oil Co . of CA
- 1968 Grade, Pave & Conc . $8 , 253 . 00 West Valley Ford
- 1968 Grade & Pave $4,620. 00 West Pac. R. R,
- 1968 Paving $22, 890 . 00 E.W. Hahn, Inc .
- 1968 Grade & Pave $23 , 921 . 00 City of San Jose
- 1968 Grade, Pave & Conc. $9, 576� 00 City of San Jose
- 1968 Grade & Pave $13, 325 . 00 Northridge Indust .
- 1968 Grade & Pave $11 ,656 , 00 City of San Jose
- 1968 Grade & Pave $7 , 282 . 00 E.R. Sparks
- 1968 Grade & Pave $5 ,218 . 00 Roof Structures
' - 1968 Grade & Pave $83 , 320 . 00 Jackson Bros .
- 1968 Grade & Pave $14,881 . 00 Int" 1. Mineral
- 1968 Street Improve. $8 ,960 . 00 Vagabond Motor Hotel
- 1968 A.C. Pave $23 ,775 . 00 W.D. Smith, Inc.
- 1969 A.C. $6 , 263 . 00 W.D. Smith, Inc .
- 1969 Grade & Pave $26, 449 . 00 Keasling Enterprises
- 1969 Street Improvements $9 , 179 . 00 Better Bldrs. S.D.
- 1969 Grade & Pave $46 , 099. 00 City of Santa Clara
- 1969 Street Improvements $7 ,698. 00 Hodge, Lindquist
,02-02 1969 Street Improvements $15 ,864 . 00 City of San Jose
- 1969 A.C. Overlay & Patch $5 ,788 . 00 Herman Berns
- 1969 Grade & Pave $8 , 263. 00 Morris Construction
- 1969 Grade, Pave & Conc . $11 , 599 . 00 Hecker Mfg.
- 1969 Street Improvements $77 , 492 . 00 Duckett-Wilson -L.A.
CONTRACTOR'S LIST OF BR?BRIBNCB `
Wattis Construction Co . , Inc .
964 Stockton Avenue
San Jose , CA 95110
ate Incorporated: July, 1958
icense No. A-178236
")BO YEAR PROJECT VALUE OWNER
03-02 1971 Equipment Rental $115 , 862. 00 Co. of Santa Clara
04-01 1971 Grade & Pave $17 ,788 .00 M.W. Caring
06-02 1971 Street Improvements $15 , 811 . 00 Cooper-Challen
07-01 1971 Grade & Pave $34, 461 .00 Icona & Drews
07-06 1971 Grade, Pave , St. Imp . $22 , 339 . 00 MacLaughlin & Co .
07-07 1971 Equipment Rental $314, 414. 00 Co. of Santa Clara
10-04 1971 Grade, Pave & Onsite $14,700 . 00 MacLaughlin & Co .
10-06 1971 Grade & Pave $15 , 765 . 00 S.J. Unf. Sch. Dist .
10-07 1971 Grade & Pave $1.2 , 107 . 00 W & R. Equipment
12-02 1971 Street Improvements $13, 160 .00 S.P. Transp. Co.
02-03 1972 Grade & Pave $25 ,968 .00 MacLaughlin & Co.
04-01 1972 Grade, Pave, St. Imp. $11 ,763. 00 Don Lucas Const.
05-01 1972 Grade & Pave $16 , 492.00 Halford Shopping Ctr
05-05 1972 A.C . Paving $27 , 020. 00 Town of Los Gatos
06-04 1972 Street Improvements $117 , 052 . 00 County of Sonoma
07-03 1972 Street Improvements $19 , 124 . 00 Roy Kobara
08-01 1972 Equipment Rental $605 ,600 . 00 Co. of Santa Clara
09-01 1972 Street Improvements $25 , 373 . 00 Perrot.i Const . Co.
10-03 1972 Street Improvements $16 , 402 . 00 Rosendin Electric
10-04 1972 Grade, Pave St . Imp. $11 , 798 . 00 Paul Uenaka
01-01 1973 Street Improvements $31 , 794 . 00 City of Palo Alto
01-02 1973 Street Improvements $114,985 . 00 Mark Thomas
.03-01 1973 Grade & Pave $43 , 000 . 00 MacLaughlin & Co .
304-02 1973 Grade , Pave & Conc. $14, 080. 00 S.J . Unf. Sch . Dist
304-04 1973 Ex. ,Grd . , Rk . , Offsite $207 , 519. 00 Air Products
304-06 1973 Street Improvements $28,873 . 00 City of San Jose
304-07 1973 Street Improvements $21 , 377 . 00 Rosendin Electric
304-08 1973 Grade & Pave $16, 000 . 00 MacLaughlin & Co .
06-02 1973 Grade & Pave $49 , 564. 00 Co . of Santa Clara
06-05 1973 Grade & Pave $61 , 941 . 00 Co. of Santa Clara
06-08 1973 Grade, Pave & Offsite $18 , 011 . 00 J.W. Baily Const .
07-01 1973 Equipment Rental $349 , 500 . 00 Co. of Santa Clara
07-02 1973 Street Improvements $1 , 867 .00 Dr. A. L. Kelly
08-01 1973 Pave & Seal $6, 480. 00 S. J. Unf. Sch. Dist
08-02 1973 Pave $T & M St. Division Hwy
08-04 1973 Pavement Repair $21 , 077 . 00 Lucky Stores Inc .
.08-05 1973 Pavement Repair $16 ,870. 00 Lucky Stores Inc .
08-06 1973 Grade, Pave St. Imp. $33 ,650 . 00 C.W. Benke - G .0
.08-08 1973 Grade & Pave $51 , 160. 00 Co. of Santa Clara
�09-01 1973 Grade & Rock $5, 611 . 00 City of Milpitas
'09-02 1973 Repair Pavement & Pave $7 ,662 . 00 Santa Clara Prop.
>09-03 1973 Grade & Pave $12 ,670 . 00 King Homes , Inc .
,09-04 1973 Grade & Pave $23 , 433 . 00 L.C. Driskell-G.C .
410-03 1973 A. C. Patch & Seal $2 , 575 . 00 Western Forge
110-04 1973 Grade & Pave $24, 392. 00 L.P. Jones Const .
i10-06 1973 Grade & Pave $5 , 460. 00 Seven Trees Church
'. F-
CONTRACTOR'S LIST OF EXPERIENCE
Wattis Construction Co. , Inc .
964 Stockton Avenue
San Jose, CA 95110
ate Incorporated : July, 1958
icense No . A-178236
0-Bo YEAR PROJECT VALUE OWNER
04-10 1976 Grade, Pave, St. Imp. $33,633 . 00 Howard Electric
04-12 1976 Sanitary Sewer Prj . $580 , 314.00 City of San Jose
05-01 1976 Grade & Pave $25,290 . 00 S .J. Unf. Sch. Dist .
06-03 1976 Grade & Pave $14, 020 . 00 Hewlett-Parkard Co .
06-04 1976 Minor Eng. Project $122, 821 . 00 Co. of Santa Clara
06-06 1976 Grade & Pave $37 , 300 . 00 Ca. Shingle & Shake
06-07 1976 Street Improvements $79 , 390 . 00 City of San Jose
06-08 1976 Street Improvements $43 ,702 . 00 City of Milpitas
07-01 1976 Dragline Rental $32, 700 . 00 Dept. of the Army
07-02 1976 Grade & Pave $9, 423. 00 Dealt. Feed Co .
08-01 1976 Grade & Pave $20,514. 00 Mike Felice - G. C.
09-03 1976 Grade & Pave $43,810. 00 Owens - Corning
10-02 1976 Grade & Pave $26, 542 . 00 Bellarmine College
10-03 1976 Street Resurfacing $442,032 . 00 City of San Jose
10-04 1976 Grade & Pave $13,810 . 00 Herb Weiman - G .C .
11-01 1976 Equipment Rental $94, 444. 00 Co . of Santa Clara
11-02 1976 A.C . Overlay $1 , 190 . 00 Smith Charter Serv .
11-03 1976 Grade & Pave $163 , 235 . 00 Sequoia Pacific
01-01 1977 Equipment Rental $127 ,996 . 00 Co. of Santa Clara
01-02 1977 Grade & Pave $8 ,685 . 00 S. J . Unf. Sch. Dist .
02-01 1977 Grade & Pave $20 ,533 . 00 Rosebrook Const . Co .
02-02 1977 Grade & Pave $14, 923. 00 Toyota Almaden
02-03 1977 A. C . Repairs $11 , 108 . 00 City of San Jose
'02-04 1977 Grade & Pave $78, 313 . 00 First Florida Bldg.
*03-01 1977 A.C. Repairs $3 ,070 . 00 Contadina Foods
'04-01 1977 A.C . Repairs $1 , 390 . 00 Paper Transport
'04-02 1977 A. C. Repairs $1 . 386 . 00 Western Chemincal
04-03 1977 Grade & Rock $6 . 015 . 00 Hubbard & Johnson
94-04 1977 A.C. Overlay $4, 870 . 00 Smith Construction
04-05 1977 Street Improvements $9 , 730 . 00 Eugene Eitzen
`35-01 1977 Assesment Dist. St. $1 ,766, 646. 00 City of Walnut Creek
05-02 1977 Equipment Rental $10 ,000 . 00 Caltrans
05-02 1977 Street Improvements $5 ,920 . 00 P & S Construction
06-01 1977 Grade $12 ,000 . 00 Terra California
06-02 1977 Grade, Rock $4 , 868 . 00 Water Polution Cntrl
06-03 1977 Grade & Pave $296,693. 00 City of San Jose
06-04 1977 Grade & Pave $263, 459 . 00 City of San Jose
06-05 1977 Equipment Rental $126, 835 . 00 Co. of Santa Clara
06-06 1977 Equipment Rental $5 , 000 . 00 Frank & Beaudet
06-07 1977 Grade & Pave $33, 061 . 00 City of San Jose
07-01 1977 Grade & Pave $97 ,300 . 00 Carl N. Swenson
07-02 1977 Street Improvements $13 , 361 . 00 Rich Scarrino
07-03 1977 A.C. Repairs $55, 327 . 00 Co. of Santa Clara
07-04 1977 Grade & Pave $13 .038 . 00 Franklin Distiller
07-05 1977 A.C. Overlay $1 ,890 . 00 Contadina Foods
07-06 1977 A.C. Overlay $5 ,775 . 00 Bellarmine College
CONTRACTOR'S LIST OF EXPERIENCE
Wattis Construction Co. , Inc .
964 Stockton Avenue
San Jose. CA 95110
ate Incorporated: July , 1958
icense No . A-178236
QB# YEAR PROJECT VALUE OWNER
08-01 1978 Equipment Rental $141 , 666 . 00 Co. of Santa Clara
09-01 1978 Grade & Pave $110 , 558 . 00 Co . of Santa Clara
09-02 1973 A.C . Overlay $15 ,624 . 00 Charles Kring
09-03 1978 Street Improvements $40 , 946 . 00 Iacomini Const . Co .
10-03 1973 Grade & Pave $69 , 134 . 00 Fairchild Camera
11-01 1973 A. C. Overlay $15 , 965 . 00 J & J Trucking Line
11-02 1978 A.C. Overlay $12 , 427 . 00 Christ United Church
11-03 1978 A.C . Overlay $4 , 542 . 00 La From Properties
11-04 1973 Grading $2 ,800 . 00 Bay Area Petroleum
11-05 1978 A .C. Repairs $500 . 00 Wells Fargo Bank
11-06 1978 Grade & Pave $1 , 875 . 00 Bay Area Petroleum
12-01 1978 A .C. Overlay $16 , 120 . 00 Wells Fargo Bank
12-02 1978 Parking Lot $2 , 900 . 00 Wells Fargo Bank
12-03 1978 Grade & Pave $35 , 481 . 00 Motel 6
12-04 1973 Street Improvements $129 , 251 . 00 City of San Jose
01-01 1979 Equipment Rental $138 ,600 . 00 Co . of Santa Clara
01-02 1979 Equipment Rental $141 ,750 . 00 Co . of Santa Clara
01-03 1979 Grade & Pave $4 , 395 . 00 Fairchild Camera
02-01 1979 Grade & Pave $103 , 226 . 00 Co. of Santa Clara
02-02 1979 Street Improvements $348 , 074 . 00 City of San Jose
03-01 1979 Fire Hydrant $1 , 110 . 00 Artcraft Const . Co.
03-02 1979 A. C . Overlay $4 ; 965 . 00 James J . Viso Eng.
o03-03 1979 A. C. Repairs $1 , 650 . 00 Wells Fargo Bank
903-04 1979 Gilsonite Seal $650 . 00 Tom Muller
,03-05 1979 Temporary Pavement $675 . 00 Sidney Howard
104-01 1979 Street Improvements $55 , 977 . 00 Three Sister Ranch
04-02 1979 Parking Revision $13 , 383 . 00 Kimberly Jack Const
05-01 1979 Parking Lot $49 , 247 . 00 Filoli Center
05-02 1979 A.C. Patching $900 . 00 Wells Fargo Bank
05-03 1979 Grade & Pave $106 , 011 . 00 O.K. Earl Corp.
05-04 1979 Grade & Pave $19 , 354. 00 Jacobsen Etprs .
05-05 1979 Parking Lot $47 ,214 . 00 Wells Fargo Bank
05-06 1979 Street Widening $15 , 898 . 00 .Tim Ward & Assoc .
05-07 1979 Parking Lot Addition $8 , 430 . 00 City of San Jose
05-08 1979 Street Improvements $51 , 733 . 00 City of San Jose
05-09 1979 Parking Lot Const . $37 , 493 . 00 City of Morgan Hill
06-01 1979 Parking Lot Const . $62 , 725 . 00 Hibernia Bank
06-02 1979 Irrigation Repair $850 . 00 Wells Fargo Bank
06-03 1979 A.C. Overlay $6 ,945.00 Branham Hills
06-04 1979 Parking Lot Const. $45 , 200 . 00 Korean Bapt Church
06-05 1979 Parking Lot Addition $47 ,892. 00 Good Samaritian Hosp
07-01 1979 Equipment Rental $204,727 . 50 Co . of Santa Clara
07-02 1979 Parking Lot Improvement $13 , 501 . 35 Brarchi Const.
07-03 1979 A.C. Parking $ J & W Pipelines , Inc
04-04 1979 A.C. Patching $15 ,000 . 00 Owens-Corning
CONTRACTOR"S LIST OF MWER I ENCE
Wattis Construction Co . , Inc .
964 Stockton Avenue
San Jose, CA 95110
ate Incorporated: July, 1958
icense No. A-178236
1BA YEAR PROJECT VALUE OWNS
12-04 1980 Bus Shelter $5 , 400 . 00 Lockheed Plant 01
301 1981 Street Improvements $20, 137 . 00 City of San Jose
302 1981 A.C. Patching $27 , 087 . 00 Owens-Corning
303 1981 Equipment Rental $1 , 000 . 00 Co. of Santa Clara
304 1981 Equipment Rental $T & M Co. of Santa Clara
305 1981 Equipment Rental $T & M Lew Jones Const .
306 1981 Street Improvements $207 ,700 . 00 City of San Jose
307 1981 A.C. Patching $T & M Private
308 1981 A.C. Patching $650. 00 Owens-Corning
309 1981 Maintenance $5 , 500, 000 . 00 Cresant City
310 1984L Street Widening $333 ,646 . 00 City of San Jose
311 1981 A.C. Patching $3 ,900 . 00 Co. of Santa Clara
312 1981 Street Widening $81 , 150 . 00 City of Milpitas
313 1981 Trench Patch $950 . 00 Jim Cohen (Private)
314 1981 Street Improvements $380, 000 . 00 City of San Jose
315 1981 A. C. Patching $125 , 000 . 00 Co. of Santa Clara
316 1981 Storm Drain Imp. $47 , 000 . 00 Saratoga Sch . Dist .
317 1981 Driveway Improvements $7 , 600 . 00 $Chris Dalis
313 1981 A.C . Overlay $19 , 845 . 00 Milpitas School Dist
319 1981 A.C. Overlay $48 , 799 . 00 St. Martins Church
320 1981 Street Resurfacing $699 , 000 . 00 Co . of Santa Clara
321 1981 Transit Center $599 , 000 . 00 Co . of Santa Clara
.322 1981 Signal & Channelization $415 , 000 . 00 Co . of Santa Clara
1323 1981 Grading $15 , 466 . 00 S. P. Transp.
1324 1981 Driveway Overlay $1 , 495 . 00 Roy Crawford
1325 1981 A.C . Pave & Patch $T & M Bellarmine College
1326 1981 A.C. Paving $1 , 640 . 00 Fred Gonzales
1327 1982 Street Widening $72 , 293 . 00 City of Mt. View
323 1982 Vent Stacks $4 , 370 . 00 City of San Jose
329 1982 Parking Overlay $43 , 783 . 01 City of San Jose
330 1982 Street Reconstruction $365 , 177 . 70 City of San Jose
331 1982 Grading $T & M Panoche Rd.
332 1982 A.C. Repairs $3 , 000 . 00 Food Bank
333 1982 Grading $16, 500. 00 Co. of Santa Clara
334 1982 Steam Line $5 , 800 . 00 Utility Vault (Con)-
335 1982 Street Widening $280,630 . 00 City of San Jose
336 1982 Street Improvements $148 , 560 . 00 City of San Jose
337 1982 Street Improvements $349 ,650 . 00 City of San Jose
338 1982 Parking Lot $61 ,670 . 00 Co. of Santa Clara
339 1982 Street Reconstruction $524,220 . 00 City of San Jose
340 1982 Equipment Rental $119, 300 . 00 Co. of Santa Clara
.341 1982 Sewer Trench $23 , 337 . 00 City of San Jose
.342 1982 Equipment Rental $138,644. 00 Co. of Santa Clara
343 1982 Equipment Rental $119 ,626 . 00 Co. of Santa Clara
344 1982 Equipment Rental $128 , 463 . 00 Co. of Santa Clara
345 1982 Concrete Repair $1 ,250 . 00 Sumner & Taylor, Inc
CONTRACTOR'S LIST OF ERPERIENCE
Wattis Construction Co. , Inc .
964 Stockton Avenue
San Jose, CA 95110
ate Incorporated: July, 1958
icense No. A--178236
)B# YEAR PROJECT VALUE OWNER
392 1984 Street Widening $100,000 . 00 Doll Company
393 1984 Paving $106,780.75 State of Calif.
394 1984 A.C. Patching $3, 000 . 00 City of Milpitas
395 1984 Street Resurfacing $268 ,786 . 00 Co. of Santa Clara
396 1984 Street Resurfacing $128 , 458 . 00 Co. of Santa Clara
397 1984 Bldg. Pad & Parking $96, 500 . 00 CBBS Investments
399 1984 Paving $5-, 000. 00 Container Corp.
400 1984 Street Resurfacing $2 , 000,000. 00 City of San Jose
401 1984 Airport Apron Const. $4,900 , 000 . 00 City of San Jose
402 1984 Parking Lot Paving $15,930 . 00 Gavlin College
403 1984 A.C. Repairs $4, 500. 00 City of Milpitas
404 1984 Road Construction $308, 178 . 00 Raiser Dev. Co.
405 1984 Equipment Rental $15 , 000. 00 State of Calif.
406 1984 A.C. Overlay $547 ,893 . 00 Co. of Santa Clara
407 1984 A.C. Overlay $258, 394. 00 Town of Los Gatos
403 1984 Driveway $1 , 500 . 00 J & J Trucking
409 1984 Driveway Slurry Seal $3 , 150 . 00 Dr. Ring
410 1984 Road Construction $10 , 000 . 00 City of San Jose
411 1985 Road Construction $341 , 461 . 00 City of San Jose
412 1985 Cresant City $ Cresant City
413 1985 Excavate & Finish Grade $16 , 000 . 00 Valley Auto Wrecker
414 1985 Deep Lift A .C. $T & M McCarthy & Spiesman
1415 1985 Grade, Pave, Subdiv. $104, 420 . 00 McCarthy & Spiesman
1416 1985 Subdivision Imrp. $4405 , 164. 00 McCarthy & Spiesman
1417 1985 2 1/2" A.C. Paving $35 ,750 . 00 McCarthy & Spiesman
1413 1985 Grading & Paving $43 , 328 . 00 McCarthy & Spiesman
1419 1985 Patch Parking Lot $2 , 287 . 00 McCarthy & Spiesman
420 1985 Patch Parking Lot $12 , 690 . 00 Diana Fruit
421 1985 Grading & Paving $650 , 000 . 00 U.P. S.
422 1985 Pavement Overlay $2 ,775 . 00 Fairchild
423 1985 Wedgecut, Overlay $1 , 425 , 095 . 00 City of San Jose
424 1985 Grade & Rock Driveway $10 , 000 . 00 McCarthy & Spiesman
425 1985 Grading & Paving $76 , 126. 00 S.R. Brown
426 1985 Patch & Overlay Pkg Lot $T & M Bellarmine College
427 1985 Barricades & Monuments $ McCarthy & Spiesman
428 1985 Subdivision Impr. $1 , 132 , 369. 16 Dividend Dev. Co.
429 1985 Paving $56 , 010 . 00 City of San Jose
.430 1985 Grind,Petromat & Overlay$55 , 000 . 00 Dura Style Homes
.431 1985 Overlay $163 , 559. 00 State of Calif.
.432 1985 Pavement Repairs $8 ,723. 00 John E. Cox, M.D.
.433 1985 Street Improvements $313 , 363 . 23 City of San Jose
.434 1985 See Project 01440
.435 1985 Resurf. Ex. Pkg. Area $37 ,826. 00 State of Calif.
.436 1985 Resurf. Ex. Pkg. Area $30, 000 . 00 Fairchild Camera
.437 1985 C & G. Drwy, Sidewalk $24 , 651 . 00 Norman & Vera Hulse
CONTRACTOR'S LIST OF EXPERIENCE
Wattis Construction Co . , Inc.
964 Stockton Avenue
San Jose, CA 95110
ate Incorporated: July , 1958
icense No. A-178236
')B# YEAR PROJECT VALUE OWNER
484 1986 Street Maintenance $48, 406 . 20 City of San Jose
435 1986 Street Resurfacing $2,060 , 000 . 00 City of San Jose
486 i986 Grade Pad $13 , 119 . 00 Modulaire Ind.
437 1986 Overlay $74, 519. 00 Co . of Santa Clara
488 1986 Grade & Pave $23 , 380. 00 ESL . , Inc.
439 1986 Pave $8 , 779. 00 San Jose State Vniv
490 1986 Erosion Control $T & M City of San Jose
491 1986 Street Resurfacing $107 , 081 . 05 Co. of San Mateo
492 1986 Grading & Paving $59 , 193 .98 City of Saratoga
493 1986 Grading & Paving $169, 526 . 32 Kaiser Dev. Co.
494 1986 Panoche Rd. 1986 $T & M Private
495 1986 Widen Ramps & Signals $305, 044. 60 Caltrans
496 1986 Equipment Rental $50 ,000 . 00 D & J Const .
497 1986 A. C. Patching $T & M Bellarmine Prep.
498 1986 Grading & Paving $400 , 000. 00 Dillingham
499 1986 A.C. Overlay $349 , 365 . 00 City of San Jose
500 1987 Overlay $18 , 847 . 00 City of San Jose
501 1987 Overlay $171 ,815 . 00 Co. of Santa Clara
502 1987 Overlay $814, 000 . 00 Co . of Santa Clara
503 1987 Overlay $281 ,724 . 00 Co . of Santa Clara
504 1987 Road Construction $1 , 033 , 295 . 63 City of Morgan Hill
505 1987 Repair $2 , 136 . 00 Private
.506 1987 Equipment Rental $1 , 506 , 792 . 70 S.C. V .W.D.
.507 1987 Demo, Excav , Pave $124, 000. 00 Dillingham
.508 1987 Overlay Parking Lots $64,707 . 00 Cambrian Schools
.509 1987 Paving $40 , 400 . 00 Private
510 1987-88 Panoche Rd. $T & M Private
511 1987 Road Construction $574 ,746 . 00 City of Campbell
512 1987 Site Work $206 , 000 . 00 Brero Construction
513 1987 Site Work $T & M Blach Construction
514 1987 Repair & Overlay $12 , 500 . 00 Private
515 1987 Overlay $3,761 .21 Private
516 1987 Spread Gravel $12 ,024. 14 Santa Teresa Hosp
517 1987 Overlay $61 , 000 . 00 City of Morgan Hill
513 1987 Site Work $314,847 . 00 Midstate Const .
513 1987 Repair $1 , 000. 00 Private
520 1988 Backfill Building $18, 300. 00 Blach Construction
521 1988 Grading $7 ,289 . 59 Blach Construction
522 1988 A.C . Remove & Replace $60 , 332. 69 City of San Jose
523 1988 A.C . Remove & Replace $12,964.60 P.E . O'Hair & Co .
524 1988 Property Management $T & M Private
525 1988 Grade, Rock & Oil $T & M Private
526 1988 Patch Trenches $3 , 150. 00 Private
527 1988 Exc. & Pave Inters . $241 ,993 .90 City of San Jose
528 1988 Exc. & Pave Pkg Lot $T & M Private
CONTRACTOR'S LIST OF EXPERIENCE
Wattis Construction Co. , Inc .
964 Stockton Avenue
San Jose , CA 95110
ate Incorporated: July , 1958
icense No . A-178236
)B# YEAR PROJECT VALUE OWNEE
576 1990 Grading $102 , 345 . 00 E.W. Thorpe, Inc.
577 1990 Paving $85,686 .90 Private
573 1991 Resurfacing $55 ,673 . 00 State of Calif .
579 1991 Panoche Road $T & M Private
580 1991 Property Management $T & M Private
581 1991 Resurfacing $42 , 545 . 00 Co. of Santa Clara
582 1991 Grade Track $T & M Bellarmine
583 1991 Rough Grade Subdivision $200 ,620. 00 Kaufman & Broad
584 1991 Finish Grade & Pave $169, 119.90 Kaufman & Broad
585 1991 Street Resurfacing $1 , 225,703 . 10 City of Santa Clara
586 1991 Resurf. Paths & Courts $57 ,554. 00 City of San Jose
587 1991 Stock Pond Rehab. $106, 232 . 00 Co . of Santa Clara
588 1991 Road Widen $232, 555.66 City of San Jose
589 1991 Resurface Roads $552 , 436 . 00 Co. of Santa Clara
590 1991 Rental $T & M Spirit Road Oils
591 1991 Pave Driveway $3 , 300 . 00 Private
592 1991 Rock & Pave $47 ,683 . 00 Co. of Santa Clara
593 1991 Patch & Seal Parking Lt $6 , 842 . 00 I .B.E.W.
594 1992 Panoche Road $T & M Private
595 1992 Pave & Stripe Pkg Lt $5 , 000 . 00 Private
596 1992 Grade & Pave Driveways $3 , 000 . 00 Private
597 1992 Grade & Pave Pkg Lt $24,900 . 00 Co . of Santa Clara
598 1992 Homestead Rd Widening $232 , 228 . 25 City of Santa Clara
599 1992 Road Improvements $34, 000 . 00 CAMCO Investments
1600 1992 Misc . Improvements $T & M Private
1601 1992 Road Improvements $177 , 877 . 10 City of Fremont
1602 1992 Improvement District $973 ,762 . 25 City of Campbell
1603 1992 Property Management $T & M Private
1604 1992 Parking Lot $19 , 025 . 00 Private
;305 1992 Interim Park & Ride $73 ,999 . 00 Co. of Santa Clara
606 1992 Boarding Platform $15 ,624. 00 Co . of Santa Clara
607 1992 Park & Ride/Platform $23 , 218 . 00 Co. of Santa Clara
608 1992 Various Improvements $19, 997 . 00 Heubline Wines
609 1992 Misc. Paving $12, 015 . 00 CALTRANS/Rosendin
310 1992 Park & Ride/Platform $1 , 020 , 814. 99 Co. of Santa Clara
611 1992 New Site Grade/Pave $130 , 220 . 00 Tom Hopkins Const .
612 1992 . Compact/Patch $T & M Private
'13 1992 Parking Lot Improvement $1 , 145 . 00 Private
314 1992 Demo concrete pad $630 . 00 Private
615 1992 New Cul-De-Sac $23 ,741 . 00 Co . of Santa Clara
• BIDDER°S SIB MR
IF YOU ARE AN INDIVMEML, SO STATE. IF YOU ARE A OOMPANY OR A
OD-PARTNERSHIP, STAFF THE OMMANY NAM AND LM Tim NNW OF ALL
INDIVII)EIAL 0C>-PARnWkS OMOSM TFIE COMPANY. IF YOU AREA ON,
STATE THE IMAL NAME OF THE omwoRATION AND TM HUM OF THE PRESIDENT,
SECRIMRY-7PIASt RER AND MIAGER. THE O TE SEAL MUST BE AFFIX TO
THIS FOR. ENTER THE NMW OF YOUR BUSINESS ON TM LUM SPPOSYTE THE
APPROPRIATE BUSINESS TYPE.
1
TYPE OF
BUSINESS NAME OF BUsnow
qN WATTIS CONSTRUCTION CO. INC.
OD-PARTNERSHIP: PAUL L. WATTIS, JR., PRESIDENT
INDIiTIDUAY, C. MICHAEL LAND, VICE PRESIDENT
JOINT VENT W PAUL L. WATTIS, JR., CFOe
CYNTHIA L SIEGLITZ, CORP. SECRETARY
OTHER
Name and Signature of Bidder. C. MUCHAEL LAND, VICE PRESIDENT
(Pr or Ty WNcm
-
Date:
Address(mailing & location) :
.
964 Stockton Avenue
GaR Iese GA
964�9
'w(408) 293-3669
Telephone Ntmtber
Acknowledgement of all addenda received is required by circling each
addendum number.
1 2 3 4 5 6 7 8 9 lA
R !F' CEIW-- i.,
PROPEL PACE 6 OF 6 0;Air IN(
1AUFORNIA ALA-PURPOSE ACKNOWLEDGMENT
State of California ®OPTIONAL SECTION
CAPACITY CLAIMED BY SIGNER
`Coun of Santa Clara Though: does not require the Notary to
fill in the data below,doing so may prove
invalvelft to persons retying on"dOaxna t.
On June 1, 1993 before me, Cynthia L. Siegl i tz, Notary Public (]INDIVIDUAL
DATE NAME.TITLE OF OFFICER-E.G..'JANE DOE.NOTARY PtMIC
[2 CORPORATE OFFICER(S)
personally appeared C. Michael Land Vice President
N.MAE(S)OF SIGNERS) TITLE(S)
(�personally known to me-OR-0 proved 4o me on the basis of satisfactory evidence
PARTNER(S) 0 LIMITED
to be the person(s) whose name(s) is/are t�1 ® GENERAL
u
subscribed to the within instrument and ac- ATTORNEY-IN-FACT
knowledged to me that he/she/they executed ®TRUSTEE(S)
the same in his/her/their authorized ®GUARDIAWCONSERVATOR
capacity(ies), and that by his/her/their
CYNTH!A L. SIEGLITZ signature(s)on the instrument the person(s), OTHER:
j .. CCtAM. as0o754
,AAY F,:auC-CAuroRNIA or the entity upon behalf of which the
SAh?A _as?T couvrr 0
Lr) My Comm.Expires Mar 22. 1990 person(s)acted, executed the instrument.
SIGNER IS REPRESENTING:
WITNE my hand and official seal. NAME OF PERSONS)OR ENTITY(IES)
uo Wattis Construction Co. , I
4
A 16 , -Ar-a
SIGNATURE OF NOTARY
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 reattaornent of this form. SIGNERS)OTHER THAN NAMED ABOVE
01992 NATIONAL NOTARY ASSOCIATION•8238 Remmet Ave.,P.O.Box 7184•Can.;,P Park,CA 91309-7184
BID PROPOSAL
PAVEKW REMORMON
PRtLTDCT 93-105
TO: THE DIREMIOR OF PUBLIC `n vs, CITY OF cuPERrm, STP.TE OF CALIEuTIA
Dear Sir:
In compliance with the plans and Specifications for the work of the
FAVEMM in the City of Qnpertino, FWJB= 93-105
I, the undersigned, hereby declare that I have read the proposal
requirements, visited the sites, and examined the specific ticns. I, the
undersigned, hereby pry to do all work required to complete the work
in accordance with the Plans and Specifications for the prices set forth
in the following schedule. I further understand that said prices include
all costs including, but not limited to, local state and federal taxes,
and transportation costs.
I, the undersigned, also understand that the quantities shown below are
estimates only, being given as a basis for char son 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 cmnit items or portions of the work deemed
unnecessary by the Engineer.
The City of Cupertino reserves the right to unilaterally determine and
award the contract to any qualified bidder based on the most advantageous
proposal, to reject any or all bids or to waive any irregularities in the
procedures.
The woik to be done consists of furnishing all labor, methods of process,
tools, machinery and material required to cmplete the Annual Overlay and
Pavement Restoration, Project 93-105 as described in the Special
Provisions.
In the event of discrepancies between the written unit price and the
numerical unit price, the written price shall govern.
This amount of liquidated damages shall be deducted by the City from
monies due from the Contractor hereunder, or the Contractor's assigned,
successors, and sureties shall be liable to the City for any excess.
Ccenpletion of entire project 30 working days from Notice to Proceed.
ESI'.'H3 QLMNTITIES
The bid prices for this project shall be as outlined below:
BID EST. QTY.
ITEM UNIT ITEM UNIT PRICE TOTAL
q G00
1. 48,468 Pavement Restoration (411) $ 5/S.F. $
77za;c- ZWkr5 r _y
Per S.F. �' '10
2. 3,684 Pavement Restoration (611) $�` /S.F. $��
Per S.F.
PROPOSAL PAGE 1 OF 6
WATTIS CONSTRUCTION CO. INC.
. . e
NONCOLU SIM AFFIDAVIT M BE EOoLrrEa BY
BIDDER AM SUBMrr1W WME »
I, the undersigned, being first duly sworn, deposes and says that I am
VICE PRESIDENT of WATTIS CONSTRUCTION CO. 1114C.
(business title) (Yx mess name)
the party making the foregoing bid, that the bid is not mare in the
interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation. Me bid is genuine
and not collusive or sham. the bidder has riot directly or indirectly
induces or solicited any other bidder to peat in a false or sham bid, and
has not directly or indirectly colluded, conspired, connived, or agreed
with any bidder or anyone else to put in a sham bid, or that anyone shall
refrain from bidding. The bidder has not in any manrer, directly or
indirectly, sought by agreement, ooammani.cation, or oonference- with and
to fix the bid price of the bidder or any other bidder, or to fix any
overhead, profit, or cat element of the bid price, or of that of any
other bidder, or to secure any advantage against the public body awarding
the contract of anyone interested in the proposed contract. All
status contained in the bad are true and, further, the bidder has net,
directly or indirectly, sutmitted the bid price or any breakdown thereof,
or contents thereof, or divulged information or data relative thereto, or
paid, and will not pay, any fee to any corporation, partnership, caupany,
association, organization, bid depository, or to any member or agent
thereof to effectuate a collusive or sham bid.
PF0FOSAL PAGE 2 OF 6
BIMER QUALIFICAYIM FU!
In further omvliance with the specifications furnished, I, the
undersIgned, submit the followi g stateuents as to Illy experience and
Valifications 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 camparable with that required by the proposed
contract is 3, years operating uncles our current business name.
Ou- experience in work s a ble with that required by the proposed
contract is yeo':;^-. operating under the tollowing different
names) .
My California Contractor Is License Number is California Lic. #178236
The classification of my Contractors License is C8-C12-A-HAZ
The expiration date for my Contractor's Lime is EXP. 12-31-94
* (This Section for City use Only)* The above information has been verified by C Lvnzol
on _ G2 ' 3 -19�
* 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 ac=rdanoe with
the laws of the State of Califoralia, hmever, at the time the contract is
awarded the contractor shall be properly licensed.
PFKPOSAL PAGE 3 OF 6
e
e
OF MM
The following is an ale of work similar In character to that
required In the proposed fact .ouch tear organization or personnel In
ot= organization has ccuploted within the past three(3; years.
Year location Class For Whm Performed Phone N=ber
t
�f
f+
i
r
PROPOSAL PAGE 4 OF 6
WATTIS CONSTRUCTION CO. INC
CONTRACTOR'S LIST OF MERIRRCE
Wattis Construction Co. , Inc.
964 Stockton Avenue
San Jose , CA 95110
Date Incorporated: July, 1958
License No. A-178236
VALUE
- 1965 Grade & Pave $43 , 100 . 00 Swinerton & Walberg
- 1965 Grade & Pave $35 , 000 . 00 Hood Corp.
- 1965 Grade & Pave $90, 000 . 00 City of Saratoga
- 1965 A.C. $20, 000 . 00 City of Campbell
- 1965 Grade & Pave $i81000 . 00 City of Los Gatos
- 1965 Grade & A.C. & CTB $11 , 800 . 00 City of Sunnyvale
- 1966 Grade & Pave $100 , 400 . 00 City of Saratoga
- 1966 Grade & Pave $65 , 000 . 00 City of Los Altos
- 1966 Grade & Pave $30. 000. 00 United Technology
- 1966 Grade & Pave $13 , 230 . 00 Giacommazzi Bras .
- 1967 Equipment Rental $151 , 811 . 00 Co. of Santa Clara
- 1967 Grade & Pave $26 , 250 . 00 L .G . Driskell
- 1967 Paving Runway $13, 560 . 00 Cortelyou & Cole
- 1967 Grade & Pave $51,959. 00 City of Mt. View
- 1967 Grade, A.C. & Conc . $8 , 928 . 00 City of Mt. View
- 1967 Grade & Pave $6, 945. 00 E.M. I .
- 1967 Grade & Pave $36, 430 . 00 T. Bona Sara
- 1967 Grade & Pave $33 ,950. 00 C .W . Behnke
- 1967 Grade & Pave $23 , 483 . 00 Barnhill Const. Co.
- 1967 Grade , Pave & Conc . $28 , 137 . 00 Cont . Serv . Co .
- 1967 Grade , Pave & Conc . $30. 102 . 00 Capital Construction
- 1967 Grading $12 , 456 . 00 West Pac. R . R.
- 1967 Paving $3 , 380 . 00 Std. Oil Co . of CA
- 1968 Grade, Pave & Conc . $8 , 253 . 00 West Valley Ford
- 1968 Grade & Pave $4,620 . 00 West Pac . R . R.
- 1968 Paving $22 , 890 . 00 E.W. Hahn, Inc .
- 1968 Grade & Pave $23, 921 . 00 City of San Jose
- 1968 Grade, Pave & Conc. $9, 576 . 00 City of San Jose
- 1968 Grade & Pave $13, 325. 00 Northridge Indust .
- 1968 Grade & Pave $11 ,656 . 00 City of San Jose
- 1968 Grade & Pave $7 ,282 . 00 E . R. Sparks
- 1968 Grade & Pave $5 , 218 . 00 Roof Structures
- 1968 Grade & Pave $83, 320 . 00 Jackson Bros .
- 1968 Grade & Pave $14,881 . 00 Intl. Mineral
- 1968 Street Improve. $8,960 . 00 Vagabond Motor Hotel
- 1968 A.C. Pave $23 ,775 . 00 W .D. Smith, Inc.
- 1969 A.C. $6 , 263 . 00 W .D. Smith, Inc.
- 1969 Grade & Pave $26 , 449 . 00 Reasling Enterprises
- 1969 Street Improvements $9 , 179 . 00 Better Bldrs. S.D.
- 1969 Grade & Pave $46 , 099. 00 City of Santa Clara
- 1969 Street Improvements $7 , 698 . 00 Hodge, Lindquist
902-02 1969 Street Improvements $15, 864. 00 City of San Jose
- 1969 A.C . Overlay & Patch $5,788 . 00 Herman Berns
- 1969 Grade & Pave $8 ,263 , 00 Morris Construction
- 1969 Grade, Pave & Conc . $11 ,599 . 00 Hecker Mfg.
- 1969 Street Improvements $77 , 492. 00 Duckett-Wilson -L.A.
CONTRACTOR'S LIST OF EXPERIENCE
Wattis Construction Co. , Inc .
964 Stockton Avenue
San Jose , CA 95110
ate Incorporated: July , 1958
icense No . A-178236
06-07 1969 Grade & Pave $48 , 090 . 00 Hodge, Lindquist
05-05 1969 Street Improvements $32 , 751 . 00 Better Blders - S .D.
04-04 1969 Grade & Pave $5 , 330 . 00 Petroleum Eng.
04-01 1969 Street Improvements $14 , 619 . 00 Duckett-Wilson-L . A.
03-04 1969 Grade & Pave $1.58 , 000 . 00 Co . of Santa Clara
05-01 1969 Grade & Pave $159,771 . 00 Co. of Santa Clara
01-07 1969 Grade & Pave $7 , 987 . 00 Morris Construction
03-05 1969 Street Improvements $9 , 079 . 00 Central Coast Const .
903-06 1969 Grade & Pave $11 , 321 . 00 George W. Piana
902-01 1969 Grade & Pave $15,756 . 00 Hodge, Lindquist
05-04 1969 Grade & Pave $6 , 770 . 00 Morris Construction
907-01 1969 St. Im_9. /Onsite Pave . $5 , 346 . 00 Better Bldrs . - S .D.
907-02 1969 St . Imp. /Onsite Pave . $8 , 857 . 00 Better Bldrs . - S.D.
9J7-05 1969 Equipment Rental $3 , 500 . 00 Div, of Hwy - St.
907-10 1969 Grade , Pave St . Impr. $19,681 . 00 City of San Jose
907-11 1969 Grade, Pave St . Impr. $11 , 791 . 00 City of San Jose
908-03 1969 Grade , Pave St . Imrp . $33 , 090 . 00 Walt Sanders
909-01 1969 Equipment Rental $373 , 414 . 00 Co. of Santa Clara
909-02 1969 Paving $7 , 250 . 00 City of Santa Clara
909-03 1969 A . C . Overlay $6, 300 . 00 Int . Minerals & Chem
909-04 1969 Street Improvement) $7 ,682 . 00 Belfast Beverage
910-05 1969 Paving $17 ,731 . 00 Gulf tail Company
912-02 1969 Grade & Pave $29 ,200 . 00 Elmer J . Freethy Co .
912-03 1969 Concrete Paving $7 ,663 . 00 Rosendin Electric
912-05 1969 Grade & Pave $46, 839 . 00 Town of Los Gatos
002-01 1970 Grade, Pave & Conc . $12 , 083 . 00 Rose & Joseph Bloom
003-02 1970 Equipment Rental $32 , 000 . 00 Div . of Hwy- CA
004-01 1970 Paving $9 , 020 . 00 Osborn Construction
004-02 1970 Street Improvements $13 , 807 . 00 City of San ,Tole
006-03 1970 Grade & Pave $303 , 000 . 00 State of Calif.
006-06 1970 Equipment Rental $289, 747 . 00 Co . of Santa Clara
007-03 1970 Grade & Pave $7 ,200 . 00 City of San Jose
007-04 1970 Street Improvements $13 , 148 . 00 City of Monti Sereno
008-01 1970 Grade & Pave $18 , 292 . 00 George T . Devack
008-03 1970 Street Improvements $62,684 . 00 City of Pleasanton
008-04 1970 Street Improvements $5 , 583 . 00 Mrs . Gray Stahlman
009-02 1970 Street Improvements $10, 092 . 00 City of Saratoga
009-03 1970 Trench Paving $8, 500 . 00 Hood Corporation
009-04 1970 Paving $26 , 600 . 00 William P. Rus
010-02 1970 Grade & Pave $34, 820 . 00 Vailey of the Moon
0122-02 1970 A.C. & Pave $12 , 085 . 00 Oscar C. Holms
102-01 1971 Grade, Pave St. Imp. $11 , 024. 00 Elmo Pardini
102-02 1971 Grad & Pave $19 , 155 . 00 Elmo Pardini
CONTRACTOR'S LIST OF E1(i HENCE
Wattis Construction Co. , Inc .
964 Stockton Avenue
San Jose , CA 95110
ate Incorporated: July , 1958
icense No. A-173236
4 ry AR PROJECT VALUE OWNER
03-02 1971 Equipment Rental $115 , 862 . 00 Co . of Santa Clara
104-01 1971 Grade & Pave $17 ,788 . 00 M.W. Caring
106-02 1971 Street Improvements $15 , 811 . 00 Cooper-Challen
107-01 1971 Grade & Pave $34 , 461 . 00 Icona & Drews
107-06 1971 Grade, Pave, St . Imp. $22 , 339 . 00 MacLaughlin & Co .
107-07 1971 Equipment Rental $314, 414 . 00 Co . of Santa Clara
110-04 1971 Grade , Pave & Onsite $14,700 . 00 MacLaughlin & Co .
110-06 1971 Grade & Pave $15 ,765 . 00 S . J. Unf. Sch. Dist .
110-07 1971 Grade & Pave $12 , 107 . 00 W & R. Equipment
112-02 1971 Street Improvements $13 , 160 . 00 S.P. Transp. Co.
02-03 1972 Grade & Pave $25 ,968 . 00 MacLaughlin & Co .
204-01 1972 Grade , Pave , St. Imp. $11 ,763 . 00 Don Lucas Const .
205-01 1972 Grade & Pave $16 , 492 . 00 Halford Shopping Ctr
205-05 1972 A.C . Paving $27 , 020 . 00 Town of Los Gatos
06-04 1972 Street Improvements $117 , 052 . 00 County of Sonoma
207-03 1972 Street Improvements $19 , 124 . 00 Roy Kobara
208-01 1972 Equipment Rental $605 , 600 . 00 Co . of Santa Clara
209-01 1972 Street Improvements $25 , 373 . 00 Perroti Const . Co .
210-03 1972 Street Improvements $16 , 402 . 00 Rosendin Electric
210--04 1972 Grade, Pave St . Imp. $11 ,798 . 00 Paul Uenaka
301-01 1973 Street Improvements $31 , 794 . 00 City of Palo Alto
301-02 1973 Street Improvements $114 , 985 . 00 Mark Thomas
303-01 1973 Grade & Pave $43, 000 . 00 MacLaughlin & Co .
304-02 1973 Grade , Pave & Conc . $14 , 080 . 00 S . J . Unf. Sch. Dist
304-04 1973 Ex. ,Grd . , Rk . , Offsite $207 , 519 . 00 Air Products
304-06 1973 Street Improvements $28 , 873 . 00 City of San Jose
304-07 1973 Street Improvements $21 , 377 . 00 Rosendin Electric
304-08 1973 Grade & Pave $16 , 000 . 00 MacLaughlin & Co.
306-02 1973 Grade & Pave $49 , 564. 00 Co . of Santa Clara
306-05 1973 Grade & Pave $61 , 941 . 00 Co . of Santa Clara
306-08 1973 Grade , Pave & Offsite $18 , 011 . 00 J .W . Baily Const .
307-01 1973 Equipment Rental $349 , 500 . 00 Co . of Santa Clara
307-02 1973 Street Improvements $1 , 867 . 00 Dr. A. L. Kelly
308-01 1973 Pave & Seal $6 , 480 . 00 S. J. Unf. Sch. Dist
308-02 1973 Pave $T & M St . Division Hwy
308-04 1973 Pavement Repair $21 , 077 . 00 Lucky Stores Inc .
308-05 1973 Pavement Repair $16 , 870 . 00 Lucky Stores Inc .
308-06 1973 Grade, Pave St . Imp . $33 ,650 . 00 C.W. Benke - G .C .
308-08 1973 Grade & Pave $51 , 160 . 00 Co. of Santa Clara
309-01 1973 Grade & Rock $5,611 . 00 City of Milpitas
309-02 1973 Repair Pavement & Pave $7 ,662. 00 Santa Clara Prop.
309-03 1973 Grade & Pave $12 ,670 . 00 King Homes , Inc .
309-04 1973 Grade & Pave $23 , 433 . 00 L.C. Driskell-G.C .
310-03 1973 A.C . Patch & Seal $2 , 575 . 00 Western Forge
310-04 1973 Grade & Pave $24 , 392 . 00 L.P. Jones Const .
310-06 1973 Grade & Pave $5 , 460 . 00 Seven Trees Church
CONTRACTOR'S LIST OF EXPERIENCE
Wattis Construction Co. , Inc.
964 Stockton Avenue
San Jose , CA 95110
ate Incorporated: July, 1958
icense No. A-178236
# YEAR PROJECT VALUE OWNER
10-07 1973 Grade & PavP $5 , 665 . 00 General Electric
10-08 1973 Equipment Rental $247 , 439 . 00 Co. of Santa Clara
10-09 1973 Grade & Pave $5 , 000 . 00 Crown by Products
10-10 1973 Patch A . C . $3 , 700 . 0-) Yellow Cab Company
11-01 1973 Grade , Pave St . Imp . $117 , 957 . 00 Co . of Santa Clara
11-04 1973 A.C. Pave , St . Imp. $23 , 000 . 00 R . J . Zipse
11-05 1973 Grade & Pave Unit Price MacLaughiin & Co.
I1-06 1973 A. C. Pave Unit Price Michoff Const . Co .
12-01 1973 A.C . Pave & Repair $2 , 936 . 00 Fi.-st C,-)v. Church
12-02 1973 A . C. Pave $7 , 500 . 00 Pacifi Mobile Homes
12-03 1973 A.C . Pave $6, 837 . 00 Olivera Egg Ranch
01-01 1974 A.G. Pave $31 , 000 . 00 Kenneth R. Riley Co.
01-02 1974 Grade & Pave $10,720 . 00 Joy of Caj.if.
02-01 1974 Grade & Pave $37 , 620 . 00 MacLaughlin & Co .
02-02 1974 Patch & Pave $2 , 759 . 00 Operating Eng. Union
02-03 1974 Grade & Pave $11 , 960 . 00 C . W. Behnke-G. C.
03-02 1974 Grade & Pave $175, 573 . 00 Co . of Santa Clara
08-02 1975 Street Construction $47 , 352 . 00 City of San Jose
09-01 1975 Bike Path-Grade & Pave $35 , 618 . 00 Co . of Santa Clara
509-02 1975 Minor Flood Control $147 , 916 . 00 Co . of Santa Clara
09-03 1975 Palo Alto Yacht Harbor $134 , 456 . 00 Co . of Santa Clara
509-04 1975 Boys Ranch-Grade & Pave $12 , 535 . 00 Co. of Santa Clara
509-05 1975 Street Improvements $7 , 895 . 00 Howard Electric
510-01 1975 A.C. Overlay $37 , 633 . 00 City of San Jose
510-02 1975 Grade & Pave $8 , 513 . 00 Toscana Bakery
511-04 1975 Minor Eng . Project $131 , 791 . 00 Co . of Santa Clara
512-04 1975 A.C. Overlay $19 , 438 . 00 Co . of Santa Clara
601-02 1975 Gradd , Rock base $3 , 347 . 00 City of San Jose
601-03 1975 A. C. Patch & Seal $3 , 555 . 00 S , D. S . Church
602-01 1976 Street Improvements $61 , 469 . 00 City of San Jose
602-02 1976 Grade & Pave $14 , 400 . 00 Ro-icrucian Order
602-03 1976 Sanitary Sewer Maint . $300 , 000 . 00 City of San Jose
602-05 1976 Street Improvements $11 , 849 . 00 R_chard Siarrino
603-02 1976 Grade & Pave $17 , 087 . 00 Tioga Const. Co.
603-03 1976 Grade & Pave $3 , 500 . 00 Rosicrucian Order
603-04 1976 Grade & Pave $71 , 649 . 00 S.J . Unf . Sch. Dist
603-05 1976 Grae & Pave $19 , 455. . 00 Co. of Santa Clara
603-07 1976 Grade & Pave $39, 195 . 00 C.M. Peletz-G.C.
603-08 1976 Street Improvements $15 , 699 . 00 City of San Jose
603-09 1976 Grade & Pave $20 , 842 . 00 Pursley Const. Co.
604-01 1976 Street Improvements $127 , 675 . 00 S.J . Unf . Sch. Dist
604-03 1976 Street Improvements $205 , 147 , 00 City of San Jose
604-04 1976 Grade & Pave $22 , 362 . 00 Laborers Union Hall
604-05 1976 Grade & Pave $18 , 484 . 00 Welsh Const . Co.
604-07 1976 Truck Sew. & St. Drain $177 , 851 . 00 City of Daly City
604-08 1976 Grade & Pave $21 , 481 . 00 S. J. Unf. Sch. Dist
CONTRACTOR'S LIST OF EXPERIENCE
Wattis Construction Co . , Inc .
964 Stockton Avenue
San Jose, CA 95110
ate Incorporated : July , 1958
icense No . A-178236
# YEAR PROJE VALUE QWNEB
04-10 1976 Grade, Pave, St. Imp. $33 ,633 . 00 Howard Electric
04-12 1976 Sanitary Sewer Prj . $580 , 314 . 00 City of San Jose
05-01 1976 Grade & Pave $25 , 290 . 00 S . J . Unf. Sch. Dist .
606-03 1976 Grade & Pave $14 , 020 . 00 Hewlett-Parkard Co .
06-04 1976 Minor Eng . Project $122 , 821 . 00 Co. of Santa Clara
606-06 1976 Grade & Pave $37 , 300 . 00 Ca. Shingle & Shake
606-07 1976 Street Improvements $79 , 390 . 00 City of San Jose
606-08 1976 Street Improvements $43 , 702 . 00 City of Milpitas
607-01 1976 Dragline Rental $32 .700 . 00 Dept . of the Army
607-02 1976 Grade & Pave $9 , 423 . 00 Dext . Feed Co.
608-01 1976 Grade & Pave $20 , 514. 00 Mike Felice - G .C .
609-03 1976 Grade & Pave $43, 810. 00 Owens - Corning
610-02 1976 Grade & Pave $26 , 542 . 00 Bellarmine College
610-03 1976 Street Resurfacing $442, 032 . 00 City of San Jose
610-04 1976 Grade & Pave $13 , 810 , 00 Herb Weiman - G. C.
611-01 1976 Equipment Rental $94, 444. 00 Co . of Santa Clara
611-02 1976 A .C . Overlay $1 , 190 . 00 Smith Charter Serv .
611-03 1976 Grade & Pave $163 , 235 . 00 Sequoia Pacific
701-01 1977 Equipment Rental $127 , 996 . 00 Co . of Santa Clara
701-02 1977 Grade & Pave $3 , 635 . 00 S . J . Unf . Sch. Dist .
702-01 1977 Grade & Pave $20 , 533 . 00 Rosebrook Const . Co .
702-02 1977 Grade & Pave $14 , 923 . 00 Toyota Almaden
702--03 1977 A .C . Repairs $11 , 108 . 00 City of San Jose
702-04 1977 Grade & Pave $78 , 313 . 00 First Florida Bldg .
703-+01 1977 A. C. Repairs $3 , 070 . 00 Contadina Foods
704-01 1977 A . C. Repairs $1 , 390 . 00 Paper Transport
704-+02 1977 A . C . Repairs $1 . 386 . 00 Western Chemineal
704-03 1977 Grade & Rock $6 . 015 . 00 Hubbard & Johnson
704-04 1977 A.C . Overlay $4 , 870 . 00 Smith Construction
704-05 1977 Street Improvements $9 ,730 . 00 Eugene Eitaen
705-01 1977 Assesment Dist . St . $1 , 766 , 646 . 00 City of Walnut Creek
705-02 1977 Equipment Rental $10 , 0C)0 . 00 Caltrans
705-02 1977 Street Improvements $5 , 920 . 00 P & S Construction
706-01 1977 Grade $12 , 000 . 00 Terra California
706-02 1977 Grade , Rock $4 ,868 . 00 Water Polution Cntrl
706-03 1977 Grade & Fave $296 ,693 . 00 City of San Jose
706-04 1977 Grade & Pave $263 , 459 . 00 City of San Jose
706-05 1977 Equipment Rental $126 , 835 . 00 Co. of Santa Clara
706-06 1977 Equipment Rental $5 , 000 . 00 Frank & Beaudet
706-07 1977 Grade & Pave $33, 061 . 00 City of San Jose
707-01 1977 Grade & Pave $97 , 300 . 00 Carl N . Swenson
707-02 1977 Street Improvements $13 , 36!. 00 Rich Scarrino
707-03 1977 A.C. Repairs $55 , 327 . 00 Co . of Santa Clara
707-04 1977 Grade & Pave $13 , 038 . 00 Franklin Distiller
707-05 1977 A .C. Overlay $1 , 890 . 00 Contadina Foods
707-06 1977 A .C . Overlay $5 ,775 . 00 Bellarmine College
CONTRACTOR'S LIST OF EXPERIENCE
Mattis Construction Co. , Inc .
964 Stockton Avenue
San Jose. CA 95110
ate Incorporated: July , 1958
icense No . A-173236
YEAR CT VALTIE ow Ep
08-01 1977 Grade &. Pave $184 . 334. 00 San Carlos Homes
08-02 1977 Grade & Pave $13 , 860 . 00 San Jose Sch. Dist .
08-03 1977 Equipment Rental $5 , 000 . 00 St . of Calif .
08-04 1977 A.C. Overlay $6, 914. 00 Apostolic Church
09-01 1977 A. C. Overlay $109 , 990 . 00 City of Los Altos
09-02 1977 A.C . Pave $73 , 207 . 00 Frank & Beaudet
09-03 1977 A.C. Pave $1 ,600 . 00 San Jose Const.
10-01 1977 Rock , A.C. Pave $16 , 385 . 00 Jacobsen Const .
10-02 1977 A.C. Pave $9 , 573 . 00 Bay Area Petroleum
10-03 1977 Grade & Pave $16 , 094. 00 City Supt. of Schs .
710-04 1977 A . C. Repairs $800 . 00 Cooper-Challen
710-05 1977 Grade & Pave $33 , 257 . 00 FMC Corporation
710-06 1977 A.C. Paving $11 , 534. 00 Frank & Beuadet
711-01 1977 A . C . Repairs $1 , 200 . 00 Leuning Const .
711-02 1977 A.C . Repairs $2 , 390. 00 Devine Word Mission
711-03 1977 Grade & Pave $44, 762 . 00 Wells Fargo Bank
711-04 1977 Seal $1 , 100 . 00 General Electric
711-05 1977 Equipment Rental $33 ,975 . 00 Co . of Santa Clara
711-06 1977 A . C . Overlay $6 , 860 . 00 Charles Kring
712-01 1977 A . C . Repairs $20 , E49 . 00 Owens--Corning
712-02 1977 Grade & Pave $132 , 285 . 00 Town of Los Gatos
712-03 1977 Equipment Rental $117 , 777 . 00 Co . of Santa Clara
801-01 1973 Equipment Rental $144 , 444 . 00 Co . of Santa Clara
801-02 1978 Grade & Pave $6 , 104. 00 Scope Industries
802-01 1978 Street Improvements $12.3 , 808 . 00 Rosendin Electric
802-02 1978 Grade & Pave $42 ,798 . 00 Sunnyvale Ele. Sch.
803-01 1978 Stref,•t Improvements $11 , 715 . 00 City of San Jose
803-02 1978 A.C. Patching $495 . 00 Crocker Memor. Hosp.
803-03 1978 Street Improvements $63 , 363 . 00 City of San Jose
803-04 1978 Street Improvements $1 , 210 , 153 . 00 City of San Jose
803-05 1978 Grading $18 , 175 , 00 City of San Jose
804-01 1973 Grade & Pave $37 , 674 . 00 Owees-Corning
804-02 1973 A.C. Patching $3 , 500 . 00 Wells Fargo Bank
804-03 1978 A.C. Overlay $19 , 199 . 00 Wells Fargo Bank
804-04 1978 Street Improvements $472 , 898 . 00 City of San Jose
805-01 1973 A. C. Paving $11 ,621 . 00 Wells Fargo Bank
805-02 1978 Street Improvements $14, 320 . 00 Cuillen Trucking
805-03 1978 Street Improvements $3 , 433 . 00 J .W. Baily Const .Co.
805-04 1978 A.C . Repairs $8 ,697 . 00 Paper Transports
806-01 1978 Grade & Pave $36 , 955 . 00 J.W. Baily Const.Co.
806-02 1978 Grade & Pave $20 , 726 . 00 Max Spurgeon
80701 1978 A. C. Repairs $11 , 041 . 00 Owens-Corning
807-02 1978 A.C. Repairs $26 ,607 . 00 Wells Fargo Bank
807-03 1978 Equipment Rental $136 ,888 . 00 Co . of Santa Clara
807-04 1978 Parking Lot $99 , 077 . 00 S.J . Comm. College
807-05 1978 A .C. Overlay $9 , 550. 00 St. Martin Church
CONTRACTORS LIST OF EXPERIENCE
Wattis Construction Co . . Inc .
964 Stockton Avenue
San Jose , CA 95110
ate Incorporated: July, 1958
icense No . A-178236
OB# YEAR --PROJECT VALUE OWNER
03-01 1978 Equipment Rental $141 , 666 . 01) Co . of Santa Clara
09-01 1978 Grade & Pave $110 . 558 . 00 Co . of Santa Clara
09-02 1978 A .C . Overlay $15 , 624 . 00 Charles Kring
09-03 1978 Street Improvements $40 , 946 . 00 Iacomini Const . Co .
10-03 1973 Grade & Pa7e $69 , 134 . 00 Fairchild Camera:
11-01 1978 A . C . Overlay $15 , 965 . 00 J & J Trucking Line
11-02 1978 A. C . Overlay $12 , 427 . 00 Christ United Church
11-03 1973 A.C . Overlay $4 , 542 . 00 La From Properties
11-04 1973 Grading $2 , 300 . 00 Bay Area Petroleum
11-05 1978 A.C . Repairs $500 . 00 Wells Fargo Bank
11-06 1973 Grade & Pave $1 , 875 . 00 Bay Area Petroleum
12-01 1978 A .C. Overlay $16 , 120 . 00 Wells Fargo Bank
12-02 1978 Parking Lot $2 . 900 . 00 Well:, Fargo Bank
12-03 1973 Grade & Pave $35 , 481 . 00 Motel 6
12-04 1973 Street Improvements $129 , 251 . 00 City of San Jose
01-01 1979 Equipment Rental $13.8 ,600 . 00 Co . of Santa Clara
901-02 1979 Equipment Rental $141 , 750 . 00 Co . of Santa Clara
01-03 1979 Grade & Pave $4 , 395 . 00 Fairchild Camera
02-01 1979 Grade & Pave $103 , 226 . 00 Co . of Santa Clara
902-02 1979 Street Improvements $348 , 074 . 00 City of San Jose
03-01 1979 Fire Hydrant $1 , 110 . 00 Artcraft Const . Co .
903-02 1979 A.C . Overlay $4 , 965 . 09 James J . Viso Eng .
903-03 1979 A . C . Repairs $1 , 650 . 00 Wells Fargo Bank
903-04 1979 Gilsonite Seal $650 . 00 Tom Muller
903-05 1979 Temporary Pavement $675 . 00 Sidney Howard
904-01 1979 Street Improvements $55 , 977 . 00 Three Sister Ranch
904-02 1979 Parking Revision $13 , 383 . 00 Kimberly Jack Const
905-01 1979 Parking Lot $49 , 247 . 00 Filoli Center
905-02 1979 A. C . Patching $900 . 00 Wells Fargo Bank
905-03 1979 Grade & Pave $106 , 011 . 00 O. K. Earl Corp.
905-04 1979 Grade & Pave $19, 354 . 00 Jacobsen Etprs .
905-(14 1979 Parking Lot $47 , 214 . 00 Wells Fargo Bank
905-06 1979 Street Widening $15 , 898 . 00 Jim Ward & Assoc.
905-07 1979 Parking Lot Addition $3 , 430 . 00 City of San Jose
905-08 1979 Street Improvements $51 ,733 . 00 City of San Jose
905-09 1979 Parking Lot Const . $37 , 493 . 00 City of Morgan Hill
906-01 1979 Parking Lot Const . $62 , 725 . 00 Hibernia Bank
906-02 1979 Irrigation Repair $850 . 00 Wells Fargo Bank
906-03 1979 A.C . Overlay $6 , 945 . 00 Branham Hills
906-04 1979 Parking Lot Const . $45 , 200 . 00 Korean Bapt. Church
906-05 1979 Parking Lot Addition $47 ,892. 00 Good Samaritian Hosp
907-01 1979 Equipment Rental $204, 727 . 50 Co. of Santa Clara
907-02 1979 Parking Lot Improvement $13 , 501 . 35 Branchi Const .
907-03 1979 A.C . Parking $ J & W Pipelines , Inc
904-04 1979 A.C . Patching $15 , 000 . 00 Owens-Corning
CONTRACTOR'S LIST OF EXPERIENCE
Wattis Construction Co . , Inc .
964 Stockton Avenue
San Jose , CA 95110
ate Incorporated: July, 1958
icense No . A-178236
08-01 1979 Underground $72 , 266 . 00 Mark Thomas
08-02 1979 A .C. Paving $ J & W Pipelines
08-03 1979 Grade & Pave $37 ,693 . 00 Three Sisters Ranch
08-04 1979 Parking Lot Const . $236 , 223 . 00 City of Santa Clara
08-05 1979 Playground Contruction $21 , 361 . 00 Grant Elem. Sch .
08-06 1979 Rock & Pave $7 , 571 . 00 Backrodt Elem. Sch.
10-01 1979 A. C. Patching $2 , 670 . 00 Sandman Motel
10-02 1979 A. C. Overlay $3 , 275 . 00 San Jose Tire
10-03 1979 Gilsonite Seal $1 , 150 . 00 Damco Materials
910-04 1979 Sidewalk Installation $1 , 640 . 00 Bank Bldg. Corp.
910-05 1979 Grade & Pave $19, 547 . 00 Jim Sweat
910-06 1979 Grade $2 , 540 . 00 Florry Const . Co.
911-01 1979 Equipment Rental $142,775 . 00 Co. of Santa Clara
911-02 1979 Equipment Rental $218, 965 . 00 Co . of Santa Clara
912-01 1979 Grade & Pave $455 , 091 . 00 Co . of Santa Clara
912-02 1979 Equipment Rental $T & M Bank Bldg. Corp.
001-01 1980 Grade & Pave $16 , 295 . 00 Steiny & Company
001-02 1980 Underground $3 , 575 . 00 Freeway Bus . Park
002-01 1980 Grading $3 , 800 . 00 Bellarmine College
003-01 1980 Underground $3 , 760 . 00 City of San Jose
003-02 1930 Grade & Pave $32 , 034 . 00 Co . of Santa Clara
004-01 1980 Equipment Rental $199 , 546 . 00 Co . of Santa Clara
005-01 1980 Street Improvements $106 , 512 . 00 City of Mt . View
005-02 1980 Street Improvements $21 ,750 . 00 Jim Dollar
006-01 1980 Modify Existing Park $2 , 965 . 00 Bank Bldg, Corp.
006-02 1980 Parking Lot Repair $42, 800 . 00 Owens-Corning
006-03 1980 Shelter & Locker $49 ,717 . 75 Co . of Santa Clara
006-04 1980 Bus Stop & Duckout $90 , 745 . 00 Co . of Santa Clara
006-05 1980 Bus Stop & Duckout $90 , 775 . 00 Co . of Santa Clara
006-06 1980 Grade Athletic Field $T & M Bellarmine College
007-01 1980 Equipment Rental $187 , 858 . 00 Co. of Santa Clara
007-02 1980 Grade , Rock ,& Pave $379 , 574 . 30 Co . of Santa Clara
007--03 1980 Equipment Rental $245 , 161 . 00 Co . of Santa Clara
009-01 1980 Equipment Rental $ Lew Jones Const.
009-02 1980 Equipment Rental $T & M George Bilardi Const
010-01 1980 A.C. Patching $14, 220 . 00 Sandman Motel
010-02 1980 Equipment Rental $T & M Bellarmine College
010-03 1980 Parking Lot $108, 515 . 00 Co . of Santa Clara
011-01 1980 A . C. Paving $ J & W Pipelines , Inc
011-02 1960 Parking Lot Addition $49 ,945 . 00 City of Milpitas
011-03 1980 Regrade & Rock $21 , 000 . 00 E . S. L. , Inc .
011-04 1980 Parking Lot Seal $T & M Wattis Properties
012-01 1980 Construction Roadway $244 , 444 . 00 City of San Jose
012-02 1980 A.C. Paving $ J & W Pipelines , Inc
012-03 1980 Underground $ J & W Pipelines , Inc
CONTRACTOR'S LIST OF EXPERIENCE
Wattis Construction Co . , Inc.
964 Stockton Avenue
San Jose, CA 95110
ate Incorporated: July, 1958
icense No. A-178236
T VALUE OWNER
12-04 1980 Bus Shelter $5 , 4.00 . _ 0 Lockheed Plant #1
301 1981 Street Improvements $20 , 137 . 00 City of San Jose
302 1981 A.C . Patching $27 , 087 . 00 Owens-Corning
303 1981 Equipment Rental $1 , 000 . 00 Co. of Santa Clara
304 1981 Equipment Rental $T & M Co. of Santa Clara
305 1931 Equipment Rental $T & M Lew Jones Const .
306 1981 Street Improvemen-ems $207 ,700 . 00 City of San Jose
307 1981 A.C . Patching $T & M Private
308 1981 A.C. Patching $650 . 00 Owens-Corning
309 1981 Maintenance $5, 500 , 000 . 00 Cresant City
310 1981 Street Widening $333 ,646 . 00 City of San Jose
311 1981 A.C. Patching $3 ,900 .00 Co . of Santa Clara
312 1981 Street Widening $81 , 150 . 00 City of Milpitas
313 1981 Trench Patch $950 . 00 Jim Cohen (Private)
314 1981 Street Improvements $380 , 000 . 00 City of San Jose
1315 1931 A.C . Patching $125 , 000 . 00 Co. of Santa :�lara
1316 1981 Storm Drain Imp. $47, 000 . 00 Saratoga Sch . Dist.
1317 1931 Driveway Improvaments $7 , 600 . 00 $Chris Dalis
131..3 1981 A. C . Overlay $19 , 845 . 00 Milpitas School Dist
1319 1981 A. C . Overlay $43 , 799 . 00 St . Martins Church
1320 1981 Street Resurfacing $699 , 000 . 00 Co . of Santa Clara
1321 1931 Transit Center $599, 000 . 00 Co . of Santa Clara
1322 1981 Signal & Channelization $415 , 000 . 00 Co . of Santa Clara
1323 1931 Grading $15 , 466 . 00 S . P. Transp.
1324 1981 Driveway Overlay $1 , 495 . 00 Roy Crawford
1325 1981 A.C . nave & Patch $T & M Bellarmine College
1325 1931 A.C . Paving $1 , 640 . 00 Fred Gonzales
1327 1982 Street Widening $72 , 293 . 00 City of Mt . View
1323 1982 Vent Stacks $4, 370. 00 City of San Jose
13219 1982 Parking Overlay $43 ,783 . 01 City of San Jose
1330 1982 Street Reconstruction $365 , 177 . 70 City of San Jose
1331 1982 Grading $T & M Panoche Rd.
1332 1982 A.C. Repairs $3 , 000 . 00 Food Bank
1333 1982 Grading $16 , 500 . 00 Co. of Santa Clarl-,
1334 1982 Steam Line $5, 800. 00 Utility Vault (Cori)
1335 1982 Street Widening $280 , 630 . 00 City of San Jose
1336 1982 Street Improvements $14S, 560 , 00 City of San Jose
1337 1982 Street Improvements $349 ,0`50 . 00 City of San Jose
1338 1982 Parking Lot $61 , 670 . 00 Co. of Santa Clara
1339 1982 Street Reconstruction $524 , 220 .00 City of San Jose
1340 1982 Equipment Rental $119,300 , 00 Co. of Santa Clara
1341 1982 Sewer Trench $23 , 337 . 00 City of San Jose
1342 1982 Equipment Rental $138,6441. 00 Co. of Santa Clara
1343 1982 Equipment Rental $119 ,626 , 00 Co. of Santa Clara
1344 1982 Equipment Rental $128 , 463 . 00 Co. of Santa Clara
1345 1982 Concrete Repair $1 , 250. 00 Sumner & Taylor, Inc
93-013 PAVEMENT RESTORATION 2 of 3
PROJECT 93-105
CONTRACTOR'S LIST OF EXPERIENCE
Wattis Construction Co . , Inc .
964 Stockton Avenue
San Jose , CA 95110
ate Incorporated: July, 1958
,icense No . A-178236
v VALUE OWNER
346 1982 Street Widening $265 , 000 . 00 Town of Los Gatos
347 1982 Driveway Repair $3 , 400 . 00 Dr. Cohen
348 1982 Grade & Pave $18 , 375 . 00 Western Union
349 1982 Emergency Rip Rap $90 . 000 . 00 Co . of Santa Clara
350 1982 Retaining Wall $27 , 400 . 00 Town of Los Gatos
351 1982 Elmwood #2 $T & M SCC Justice Div.
352 1983 Street Widening $1 , 221 , 643 . 00 Co . of Santa Clara
353 1983 Sealing & Restriping $2 , 875 . 00 Winkler Property
1354 1983 Emergency Flood Maint . $20 , 000 . 00 City of San Jose
1355 1983 Trench Repairs $2 , 992 . 00 City of San Jose
1356 1933 Airport Resurfacing $198 , 000 . 00 City of San Jose
1357 1983 Street Resurfacing $1 , 399 ,600 . 00 City of Sari Jose
1358 1983 Storm Damage Repairs $177 , 960 . 00 Co . of Santa Clara
1359 1983 Street Widening $234 , 700 . 00 City of San Jose
1360 1983 Street Reconstruction $399 , 303 . 00 City of San Jose
1361 1983 Street Resurfacing $231 , 448. 00 City of Cupertino
1362 1983 Panoche Rd. - 1983 $T & M Private
1363 1983 Street Resurfacing $311 , 440 . 00 City of Campbell
1364 1933 Emergency Repairs $T & M S . C .V .W .D .
1365 1933 Emergency Repairs $T & M S .C. V . W . D.
1366 1983 Channel Lining $211 , 711 . 00 S . C . V . W . D.
1367 1983 George Nolte Patching George Nolte Eng .
1363 1983 Street Resurfacing $578, 932 . 00 City of Milpitas
136:3 1983 Boulder Dr . Maint . $63 , 530 . 00 City of San Jose
1370 1983 Intersection Const . $257 , 565 . 00 City of San Jose
137E 1983 Annual Street Overlay $96 , 612 . 00 City of Union City
1372 1933 Rinconada Sewage Plant $T & M S . C . V .W . D.
1373 1983 Water Main Repairs $T & M S. C. V .W . D
1374 1983 Intersec+ion Cont . $127 , 746 . 00 State of Calif .
1375 1984 Misc . Improvements $T & M Bellarmine College
1376 1984 Equipment Rental $T & M Co . of Santa Clara
1377 1984 Tohara Way Paving $4 , 500 . 00 Greg Miller
1373 1984 Airport Resurfacing $4 , 990 . 00 City of San Jose
1379 1984 GeorgeNolte Conc. Repair $T & M George Nolte Eng.
1380 1984 Parking Lot Paving $T & M P. E . O'Hair & Co
1381 1984 Parking Lot Expansion $18 , 435 . 00 Palmer College
1382 1984 Driveway Extention $T & M Novitiate Homes
1383 1984 Street Resurfacing $52 , 371 . 00 State of Calif.
1384 1984 Bldg . Pads & Parking $600 , 000 . 00 Airport Tech. Pk .
1385 1984 Parking Lot Gr/Pave $9, 205 . 00 S F V Lodge
1386 1984 Parking Lot Gr/Pave $56 , 520 . 00 Bellarmine College
1387 1984 Misc . Improvements $39 , 417 . 00 City of San Jose
1388 1984 Street Improvements $41 , 195 . 00 Co . of Santa Clara
1389 1984 A .C . Patching $6 , 295 . 00 City of Milpitas
1390 1984 Bldg. Pads & Parking $207 , 400 . 00 State of Calif.
1391 1984 Parking riot Paving $49 , 450 . 00 City of San Jose
CONTRACTOR'S LIST OF EXPERIENCE
Wattis Construction Co . , Inc.
964 Stockton Avenue
San Jose, CA 95110
ate Incorporated: July, 1958
icense No . A-178236
PROJECT VALUE OWNER
392 1984 Street Widening $100 , 000 . 00 Koll Company
1393 1984 Paving $106,780 . 75 State of. Calif.
1394 1984 A.C. Patching $3 , 000 . 00 City of Milpitas
1395 1984 Street Resurfacing $26.8 , 786 . 00 Co . of Santa Clara
1396 1984 Street Resurfacing $128, 453 . 00 Co. of Santa Clara
1397 1984 Bldg. Pad & Parking $96, 500 . 00 CBBS Investments
1399 1984 Paving $5 , 000 . 00 Container Corp.
1400 1984 Street Resurfacing $2 , 000, 000 . 00 City of San. Jose
1401 1934 Airport Apron Const . $4 , 900 , 000 . 00 City of San Jose
1402 1984 Parking Lot Paving $15 ,930 . 00 Gavlin College
1403 1984 A.C. Repairs $4 , 500. 00 City of Milpitas
1404 1934 Road Construction $308 , 178 . 00 Kaiser Dev . Co.
1405 1984 Equipment Rental $15 , 000 . 00 State of Calif.
1406 1984 A.G . Overlay $547 , 893 . 00 Co. of Santa Clara
1407 1984 A.C. Overlay $258 , 394 . 00 Town of Los Gatos
1403 1984 Driveway $1 , 500. 00 J & J Trucking
1409 1934 Driveway Slurry Seal $3 , 150 . 00 Dr. King
141) 1984 Road Construction $101000 . 00 City of San Jose
14.11 1985 Road Construction $341 , 461 . 00 City of San Jose
1412 1985 Cresant City $ Cresant City
1413 1935 Excavate & Finish Grade $16 , 000 . 00 Valley Auto Wrecker
1414 1985 Deep Lift A .C . $T & M McCarthy & Spiesman
1415 1985 Grade , Pave , Subdiv. $104 , 420 . 00 McCarthy & Spiesman
1410 1985 Subdivision Imrp. $425 , 164 . 00 M�Carthy & Spiesman
1417 1985 2 1/2" A,C . Paving $35 , 750 . 00 McCarthy & Spiesman
1413 1985 Grading & Paving $43 , 323 . 00 McCarthy & Spiesman
1419 1985 Patch Parking Lot $2, 287 . 00 McCarthy & Spiesman
1421) 1985 Patch Parking Lot $12 ,690 . 00 Diana Fruit
1421 1985 Grading & Paving $650 , 000 . 00 U .P. S.
1422 1985 Pavement Overlay $2 , 775 . 00 Fairchild
1423 1985 Wedgecut , Overlay $1 , 425 , 095 , 00 City of Sun Jose
1424 1985 Grade & Rock Driveway $10, 000 . 00 McCarthy & Spiesman
1425 1985 Grading & Paving $76 , 126 . 00 S.K. Brown
1426 1985 Patch & Overlay Pkg Lot $T & M Bellarmine College
1427 1935 Barricades & Monuments $ <cCarthy & Spiesman
1428 1985 Subdivision Impr . $1 , 132 , 369 . 16 Dividend Dev . Co .
1429 1985 Paving $56 , 010 . 00 City of San Jose
1430 1985 Grind,Petromat & Overlay$55 , 000 . 00 Dura Style Homes
1431 1985 Overlay $163 , 559 . 00 State of Calif.
1432 1985 Pavement Repairs $8 , 723 . 00 John E. Cox, M.D.
1433 1985 Street Improvements $313 , 363 . 23 City of San Jose
1434 1985 See Project #1440
1435 1985 Resurf. Ex. Pkg. Area $37 ,826 . 00 State of Calif.
1436 1985 Resurf. Ex. Pkg. Area $30, 000 , 00 Fairchild Camera
1437 1985 C & G. Drwy, Sidewalk $24 ,651 . 00 Norman & Vera Hulse
CONTRACTOR'S LIST OF EXPERIENCE
Wattis Construction. Co . , Inc .
964 Stockton Avenue
San Jose , CA 95110
ate Incorporated: July , 1958
icense No . A-178236
# YEAR PROJECT VALUE OWNER
438 1985 St . Widening & Impr. $223 , 595 . 00 City of Milpitas
439 1985 Bellarmine ( 2) $T & M Bellarmine College
440 1985 Equipment Rental $1 , 120 , 686 . 50 S.C .V .W.D.
441 1985 Path Parking Lot $15 , 000 . 00 Staffield Int .
442 1985 Sidewalk & Overlay $287 , 289 . 95 City of Fremont
443 1985 Subdivision Impr . $373 , 077 . 21 Citation Builders
444 1985 Patch Pave $15 , 000 . 00 Saratoga Sch. Dist .
445 1985 Subdivision Impr . $139 , 7222 . 08 Davidon Homes
1446 1985 Subdivision Impr. $338 , 463 . 00 Palo Alto Sch. Dist .
1447 1985 Patch Parking Lot $T & M Paul L . Wattis Prop.
1448 1985 Left Turn Lane Ext. $43 , 944 . 00 Co . of Santa Clara
1449 1985 Street Work $104 , 271 . 90 Davidon Homes
1450 1935 Parking Lot Expan . $190 , 613 . 00 City of Fremont
1451 1985 Patch Repairs $57 ,650 . 00 City of San Jose
1452 1985 Patch Repairs $T & M B & B Properties
1453 1985 Street Improvements $36 , 835 . 00 City of San Jose
1454 1935 Street Improvements $T & M W . H. Ebert Corp .
1455 1985 Street Widening $112 , 505 . 00 Airport Tech & Ass .
1456 1935 Asphalt Patching $2 , 500 . 00 Private
1457 1935 Subdivision Imprv . $130 , 706 . 78 Citation Builders
1458 1985 Subdivision Imprv . $256 , 347 . 00 Marek Rev . Co .
145:3 1985 NO PROJECT
1460 1985 Street Grade & Pave $12 , 667 . 00 Air Sheet Metal
1461 1985 Left Turn lane $23 , 241 . 00 City of Fremont
1462 1986 Bellarmine $T & M Private
1463 1986 Grading & Paving $38 , 082 . 00 Wash. Town Hosp .
1464 1986 Street & Sidewalk Imp. $115 , 487 . 50 City of San Jose
1465 1986 Grading & Paving $125 , 645 . 00 H. Phelps Const . Co
1466 1986 Subdivision Impr . $217 , 772 . 40 Citation Builders
1467 1986 Field Recont . & Grade $140, 000 . 00 Bellarmine College
1463 1986 Overlay $450 , 322 . 59 City of Burlingame
1469 1986 Regrade Ex . Track $1 , 500 . 00 Mitty High School
1470 1986 Patch Repair $90 , 000 . 00 City of Sun Jose
1471 1986 Patch $1 ,750 . 00 B & B Properties
1472 1986 Patch & Stripe $5 , 578 . 00 Fairchild Camera
1473 1.986 Finish Grade & Rock $T & M Dan Caputo
1474 1986 Rock & Pave $25 , 000 . 00 Dividend Bev. Corp.
1475 1986 Grade , Pave & Demo $1 , 096 , 000 . 00 H. Phelps Const . Co .
1476 1986 Overlay $16 , 951 . 00 State of Calif .
1477 1986 Rock & Pave $141 , 366 . 00 Dillingham Const.
1473 1986 Street Improvements $64 , 196 . 00 City of Santa Clara
1479 1986 Grading & Paving $15, 000 . 00 Dividend Dev . Corp.
1480 1986 Street Reconstruction $218 , 000 . 00 City of San Jose
1481 1986 Patch Repairs $3 , 50D . 00 S . Teresea Med . Ctr.
1482 1986 Remove & Replace AC $12 , 770 . 00 Citation Builders
1483 1986 Grade & Const . Pkg Lot $180 , 853 . 00 City of San Jose
CONTRACTOR'S LIST 09 EXPERIENCE
Wattis Construction Co . , Inc.
964 Stockton Avenue
San Jose , CA 95110
ate Incorporated: July, 1y58
icense No. A-178236
OBA YEAR PROJECT VALl:, OWNER
484 1986 Street Maintenance $48 , 406 . 20 City of San Jose
1485 1986 Street Resurfacing $2 , 060 , 000 . 00 City of San Jose
1486 1986 Gradc Pad $13 , 119 . 00 Modulaire Ind.
1437 1986 Overlay $74, 519 . 00 Co. of Santa Clara
1488 1986 Grade & Pave $23 , 380 . 00 ESL . , Inc.
1489 1986 Pave $8 , 779 . 00 San Jose State Univ
1490 1986 Erosion Control $T & M City of San Jose
1491 1986 Street Resurfacing $107 , 081 . 05 Co. of San Mateo
1492 1986 Grading & Paving $59 , 193 . 98 City of Saratoga
1493 1986 Grading & Paving $169, 526 . 32 Raise Dev. Co.
1494 1986 Panoche Rd. 1986 $T & M Private
1495 1986 Widen Ramps & Signals $305, 044. 60 Caltrans
1496 1986 Equipment Rental $50 , 000 . 00 D & J Const .
1497 1986 A.C. Patching $T & M Bellarmine Prep.
1498 1986 Grading & Paving $400 , 000 . 00 Dillingham
1499 1986 A.C. Overlay $349 , 365 . 00 City of San Jose
1500 1987 Overlay $18 , 847 . 00 City of San Jose
1501 1987 Overlay $171 , 315 . 00 Co. of Santa Clara
1502 1987 Overlay $814 , 000 . 00 Co . of Santa Clara
1503 1987 Overlay $281 , 724 . 00 Co . of Santa Clara
1504 1987 Road Construction $1: 033 , 295 . 63 City of Morgan Hill
1505 1987 Repair $2, 136 . 00 Private
1506 1987 Equipment Rental $1 , 506 , 792 . 70 S .C .V .W .D.
1507 1987 Demo, Excay. Pave $124, 000 . 00 Dillingham
1508 1987 Overlay Parking Lots $64,707 . 00 Cambrian Schools
1509 1987 Paving $40 , 400 . 00 Private
1510 1987-88 Panoche Rd . $T & M Private
1511 1987 Road Construction $574,746 . 00 City of Campbell
1512 1987 Site Work $206 , 000 . 00 Brero Construction
1513 1987 Site Worn $T & M Blach Construction
1514 1987 Repair & Overlay $12 , 500 . 00 Private
7515 1987 Overlay $3 ,761 . 21 Private
1516 1987 Spread Gravel $12 , 024. 14 Santa Teresa Hosp
1517 1987 Overlay $61 , 000 . 00 City of Morgan Hill
1518 1987 Site Work $314 , 847 . 00 Midstate Const.
1519 1987 Repair $1 , 000. 00 Private
1520 1988 Backfill Building $18 , 300. 00 Blach Construction
1521 1988 Grading $7 , 289 . 59 Blach Construction
1522 1988 A.C. Remove & Replace $60, 332 . 69 City of San Jose
1523 1988 A.C. Remove & Replace $12,964. 60 P.E. O'Hair & Co.
1524 1988 Property Management $T & M Private
1525 1988 Grade, Rock & Oil $T & M Private
1526 1988 Patch Trenches $3, 150 . 00 Private
1527 1988 Exc. & Pave Inters . $241 ,993 . 90 City of San Jose
1528 1988 Exc. & Pave Pkg Lot $T & M Private
CONTRACTOR"S LIST OF EXPERI E?ICE
Wattis Construction Co . , Inc .
964 Stocktcn Avenue
San Jose , CA 95110
ate Incorporated: July , 1958
icense No. A-178236
OB-4 YFArLj PROJECT VALTIE OWNER
529 1988 Grading $T & M Private
530 1983 Grade & Pave $T & M Bellarmine
531 1988 Exc . Grade & Pave $126 , 000 . 00 Private
532 1983 Equipment Rental $1 , 270 , 588 . 00 S . C.V . W .D.
533 1988 Road Construction $453 , 801 . 97 Kaiser Dev .
534. 1983 Rip Rap $56 , 100 . 00 Private
535 1988 Repair Truck Dock $4 , 600 . 00 Santa Teresa Hosp
536 1988 Gate & rence Install $1 , 000 . 00 Private
537 1983 Reconst. & Exp. Pkg Lot $2.94 , 019 . 61 City of Redwood City
533 1989 Panoche Road $T & M Private
539 1989 S. F.V . Lodge $500 . 00 Private
540 1989 Bellarmine $891 . 00 Private
541 1939 Bellarmine $48 , 200 . 00 Private
542 1989 Grade & Rock $6 , 750 . 00 Santa Teresa Hosp
543 1989 Parking Lot $14, 653 . 00 P . E . O'Hair & Co.
544 1989 Patching $2 , 750 . 00 Dividend
545 1989 Street Widening $57 , 211 . 00 City of San Jose
1546 1989 Subdivision $1 , 804 , 690 . 15 Barnett-Range Corp.
1547 1989 Grade & Pave $111 , 990 . 00 P . A . L .
1543 1989 Various $T & M Barnett-Range
1549 1989 Road Construction $431 , 065 . 40 San Benito County
1550 1989 Rip Rap $26 , 790 . 00 Green Briar Co .
1,551 1989 Patch, Slurry Pkg Lot $347 , 440 . 00 Santa Clara County
1552 1989 Pavement Repair $50 , 000 . 00 City of San Jose
1553 1989 Diablo Treatment Plant $7 , 352 . 00 Vulcan Construction
1554 1939 Place Rock $4 , 762 . 37 CBBS Construction
1555 1989 Pave Driveway $7 , 242 . 00 Private
1556 1990 Grading $T & M Private
1557 1990 Diablo Hills Offsite $T & M Barnett-Range Corp.
1553 1990 Const . Park N Ride Lts $2 , 319 , 657 . 57 Co . of Santa Clara
1559 1990 Pave Driveway $113 , 180 . 00 Private
1560 1990 Pave Driveway $11 , 425 . 00 Private
1561 1950 Property Management $T & M Private
1562 1990 Panoche Road $T & M Private
1563 1990 Harwood Road $T & M CBBS Construction
1564 1990 12" CMP $1656 . 00 Private
1565 1990 Paving $97 , 283 . 50 San Jose Water Co .
1566 1990 Regrade & Pave $124 , 169 . 00 PG&E
1567 1990 Bellarmine $T & M Private
1568 1990 Pave $5, 800 . 00 Alfred Bonturi
1569 1990 Various Patching $T & M San Jose Water Co.
1570 1990 Overlay $156 , 133 . 09 City of Cupert. no
1571 1990 Pave Driveway $3, 462 . 00 Private
1572 1990 Underground,Overlay $139 , 873 . 00 City of Santa Clara
1573 1990 Hwy Utility Embankment $50 , 144 . 45 Co. of Santa Clara
1574 1990 Pavement Repair $50 , 000 . 00 City of San Jose
1575 1990 Grade & Pave $245 , 613 . 61 Henry Clausen
CONTRACTOR'S LIST OF EXPERIENCE
Wattis Construction Co . , Inc .
964 Stockton Avenue
San Jose, CA 95110
ate Incorporated: July , 1958
icense No . A-173236
OBO YEAR PROJECT vgLUE_ OWNER
1576 1990 Grading $102 , 345 . 00 E .W . Thorpe, Inc .
2577 1990 Paving $85 ,686 . 90 Private
1573 1991 Resurfacing $55 , 673 . 00 State of Calif .
1579 1991 Panoche Road $T & M Private
1580 1991 Property Management $T & M Private
1581 1991 Resurfacing $42 , 545 . 00 Co. of Santa Clara
1532 1991 Grade Track $T & M Bellarmine
1583 1991 Rough Grade Subdivision $200 , 620 . 00 Kaufman & Broad
1584 1991 Finish Grade & Pave $169 , 119 . 90 Kaufman & Broad
1585 1991 Street Resurfacing $1 , 225 ,703 . 10 City cf Santa Clara
1586 1991 Resurf . Paths & Courts $57 , 554 . 00 City of San Jose
1537 1991 Stock Pond Rehab. $106 , 232 . 00 Co. of Santa Clara
1588 1991 Road Widen $232, 555 . 66 City of San Jose
1589 1991 Resurface Roads $552 , 436 . 00 Co . of Santa Clara
1590 1991 Rental $T & M Spirit Road Oils
1591 1991 Pave Driveway $3 , 300 . 00 Private
1592 1991 Rock & Pave $47 , 633 . 00 Co . of Santa Clara
159.3 1991 Patch & Seal Parking Lt $6 , 842 . 00 I .B. E . W.
1594 1992 Panoche Road $T & M Private
1595 1992 Pave & Stripe Pkg Lt $5, 000 . 00 Private
1596 1992 Grade & Pave Driveways $3 , 000 . 00 Private
1597 1992 Grade & Pave Pkg Lt $24, 900 . 00 Co . of Santa Clara
1593 1992 Homestead Rd Widening $232 , 228 . 25 City of Santa Clara
1599 1992 Road Improvements $34 , 000 . 00 CAMCO Investments
1600 1992 Misc . Improvements $T & M Private
1601 1992 Road Improvements $177 , 877 . 10 City of Fremont
1602 1992 Improvement District $973 , 762 . 25 City of Campbell
1603 1992 Property Management, $T & M Private
1604 1992 Parking Lot $19 , 02530 Private
1605 1992 Interim Park & Ride $73 , 999 . 00 Co . of Santa Clara
1606 1992 Boarding Platform $15 , 624. 00 Co . of Santa Clara
1607 1992 Park & Ride/Platform $23 , 218 . 00 Co . of Santa Clara
1603 1992 Various Improvements $19 , 997 . 00 Heubline Wines
1609 1992 Misc . Paving $12 , 015 . 00 CALTRANS/Rosendin
1610 1992 Park & Ride/Platform $1 , 020 , 814 . 99 Co . of Santa Clara
1611 1992 New Site Grade/Pave $130 , 220 . 00 Tom Hopkins Const .
1612 1992 Compact/Patch $T & M Private
1613 1992 Parking Lot Improvement $1 , 145 . 00 Private
1614 1992 Demo concrete pad $630 . 00 Private
1615 1992 New Cul-De-Sac $23 , 741 . 00 Co . of Santa Clara
SUBOOMT-ACiOR'S FUN
nie subcontractor(s) , as defined in the General Provisions and in
Section 7026 of the California Business and Professions Code, that I
propose to hire to perform any of the work for this project in an amount
in excess of one-half of one peroent(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 ec eplete set of plans and
specifications for this project by the bidder.
1. Name /l1 G
Address
Work to be Performed
2. Name
Address
j
Work to be Performed
y
3. Name
Address
Work to be Performed
4. Name
Address
Work to be Performed
5. Name
Address
Work to be Performed
6. Name
Address
Work to be Performed
7. Name
Address
Work to be Performed
PROPOSAL PAGE 5 OF 6
WATTIS CONSTRUCTION CO. INC.
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No.5193
State of_ California ®■OPTIONAL SECTION
Santa Clara I 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 June 1, 1993 before me, Cynthia L. Sieglitz, Notary Public ❑ INDIVIDUAL
DATE NAME,TITLE OF OFFICER-E.G.,-JANE DOE.NOTARY PUBLIC"
a ❑CORPORATE OFFICERS)
personally appeared C. Michael Land Vice President _
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 ❑TRUSTEE(S)
the same in his/her/their authorized ❑GUARDIAN/CONSERVATOR
capacity(ies), and that by his/her/meir
signature's) on the instrument the person(s), ❑OTHER:_
} :.. or the entity upon behalf of which the
person(s) acted, executed the instrument. —
. _ SIGNER IS REPRESENTING:
WITNESS my hand and Official seal, NAME OF PERSON(S)OR ENTITY(IES)
cf- n Wattis Construction Co. , I
el SIGNATURE OF NOTARY J
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 _
ly.
C01992 NATIONAL.NOTARY ASSOCIATION-823'Remmet Ave..P.O.Box 7184-Canoga Park,CA 91309-7184
BIDDER I S SI(QQA' ME FBI
IF YOU ARE AN INDIV=RL, SO STATE. IF YOU ARE A COMPANY OR A
OD-PARnURSHIP, SWE n1E CIHPANY NAME AND = nZ NAMES OF ALL
INDIVIDUAL OD-PARTNERS OMWOSING THE MANY. IF YOU ARE A 0MVMkTICN,
MATE THE LBGAL NAME OF THE OORPORATION AND TIE NAMES OF THE PRESIDENT,
SECRETA L-TREASURER AND MANAM. = OORPORATE SEAL 19M BE AFFI)= TO
THIS F10W. EUM THE NAME OF YOUR BUSINESS ON THE LINE OPPOSITE THE
APPROPRIATE BUSINESS TYPE.
1
TYPE OF
BUSINESS NAME OF BUSINESS
CORPORATION W/ATTIS CONSTRUCTION CO. INC.
CO-PAILWERSHIP• PAUL L. VVATT S, JR., PR Si;JENT
INDIVIDUAL C, MICHAEL LAND, VICE PRESIDENT
JOINT VERILRE PAI,JIL L.. WATTIS, JR., CEO
CYNTHH11IA L. SIEGLITZ, CORP, SECRETARY
arRm
Name and Signature of Bidder: C. ,HAEZ LAND, VICE PRESIDENT
(Print or Type Name -
Date:
Address(mailing & 1cYration)
964 Stockton Avenue
(408) 293-3669
Telephone Nmber : ( )
Acknawledgement of all addenda reoeived is required by circling each
adde d= muter.
1 � 2 3 4 5 6 7 8 9 10
PROPOSAL PAGE 6 OF 6
CITY OF CUPERTINO
DEPAR DUM OF PUBLIC WORKS
CALL FUR BIDS
SPBCIFTCATICNS FUR
PAVF F F LAT
PRQ7F7GT 93-105
TUESDAY
JUNE 1, 1993
2:00 P.M.
Bert J. Viskovich
Director of Public Works
City dill
10300 Tcrre Avenue
Cu;wtin0, California
95014
File: 98,493.46
K
TABLE
��OOF p ONIS�l®�!�'SM
CON
A. BID DOC 4MS
1. Notice to contractors
2. Proposal
B. GENERAL PFCVISIONS
1. Adoption of Standard Specifications
2. Headings and Citations
3. Definition of Term
4. Prosecution and Progress
5. Control of The Work
6. Legal Relations and Responsibilities to the Public
7. Prowl and Award of Contract
C. SPECIAL PFKMSIONS
1. Location
2. Scope of Work
3. Traffic control
4 maintaining Traffic
5 Notification of Residents
6. Inspection and Inspection costs
7. Public Oonvenience and Safety
S. Quantities
9. Explanation of Bid Items
10. Time of Cmpletion/ii.quidatsd Damages
11. Water
12. Preconstruction Meetings
13. Removal and Disposal of Material
14. Noise Control
15. Payment
D. TECHNICAL PRMSIONS
1. Section 100: Asphalt concrete
2. Section 102: Repair of Failed Pavmvnt
E. CONTRACT FC)R PUBLIC WORKS
F. SIDE PAGE
NOTICE TO aCffffL4C.'IXM
d
City of Cupertino
10300 Torre Avenue
Cupertino, California 95014
,be City of Cupertino, Santa Clara County, California, invites sealed
proposals for the construction of the work as delineated on the Plans
and/or in the Specifications, entitled PAS FMTCPATICK, PRX9=
93-105.
Contract Documents, consisting of Notice to Contractors, Proposal, Time
for Completion, Estimated Quantities, Noncollusion Affidavit, Bidder
Qualification Form, Subcontractors Form, Signature Form, Standard
Specifications, General Provisions, Special Provisions and Plans, Faithful
Performance Bond, Labor and Material Bond, Insurance Certificates 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 Torre
Avenue, Cupertino, CA 95014, for a non refundable deposit of $5.00 each.
Special attention of bidders is directed to Section 7, Proposal and Award
of Contract, of the General Provisions for full directions as to bidding.
Sealed proposals will be received at the office of the City Clerk, City
Hall, City of Cupertino, 10300 Torre Avenue, Cupertino, CA 95014, until
2:00 P.M. on JUNE 1, 1.993, at which time they will be publicly opened arad
the comparative totals read.
All proposals or bids shall be accompanied by cash, a cashier's check
or certified check payable to the order of the City of Cupertino, in the
amount of ten percent (10%) of the bid, or by a bond in said amount payable
to the City of Cupertino. Said bond shall be signed by the bidder and a
corporate surety, or by the bidder and two 2) sureties who shall justify
before any officer competent 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 become 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 Cor:tractor has been awarded the
contract.
All bids shall be compared us`--
the estimated quantities prepared b;
Eng
ineer gineer and the Unit Pr. �:)es submitted. No incomplete nor
interlineated proposal oc 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
a000rdance with the provisions of Division 3 of Chapter 9, "Contractst0 of
the Business and Professions Code of the State of California. The contract
shall not be awarded to any bidder who does not possess a General
Engineering Contractor's License.
Page 1 of 2
PaMCK w
All bids received will be repmted to this City Council of Cupertino
within thirty (30) days of receipt, at which time the City Council will
review and act upon the bids vubmittAd. Award, if any, will be made to
the responsible bidder whose proposal is most advantageous to the City.
The City of Cupertino reserves the right to award the contract to any
cpialified bidder ba:;ed an the proposal that is most advantageous to the
City. The City also reserves the right to reject any or all bids or to
waive any irregularities in the bidding procedures, provided the variance
cannot have affected the amount of the bid or cannot have given a ►^idde
an advantage or benefit not allowed other bidders.
The Contractor shall furnish to the City a Faithful Performance Bond
and a Labor and Material Bond as required in the specifications.
It shall be mandatory upon the Contractor to wham the contract is
awarded, and upon all suboontractors, to pay no less than the general
prevailing wage rates to all workers employed in the execution of the
contract as provided for in Section 7-1.O1A of the Standard
Specifications.
Payments to the Contractor will be made in cash by said City upon
submission by the Contractor and approval by the Engineer of a progress
billing which reflects the value of the work completed. The progress
payments made as work progresses will be payments on account and will not
be considered as an acceptance of any part of the material or workmanship
required by the Contract.
Pursuant to Section 4590 of the California Government Code, the
Contractor will be permitted, upon request and its sole expense, to
substitute securities for any ramieys withheld by the City to ensure
Performance under the Contract. Said securities will be deposited either
with the City or with a state or federally chartered bank as escrow agent.
Securities, eligible for this substitution are those listed in Section
16430 of the Californian government Code or bank or savings and loan
certificates of deposit, interest bearing demand deposit accounts, standby
letters of credit, or any other security mutually agreed to by the
Contractor and the City. The Contractor shall be the beneficial owner of
any securities substituted for moneys withheld and shall receive any
interest thereon.
CITY OF CUPERrM
By: �i > Date:
Cut)'Clerk _T
Publiehed:
May 12, 1993
May 19, 1993
Page 2 of 2
BID PROPOSAL,
PAVEKEM REMORATION
PRnATDCT 93-105
TO: THE DIRDCTOR OF PUBLIC WUW, CI'T1' OF CUPFRTINO, STATE OF CALIFORNIA
Dear Sir:
In compliance with the plans and Specifications for the work of the
PAVFMMT APIQd PROJECT in the City of Cupertino, PROJECT 93-105
I, the undersigned, hereby declare that I have read the proposal
requirements, visited the sites, and examined the specifications. I, the
undersigned, hereby propose to do all work required to oomplete the work
in accordance with the Plans and Specifications for the prices set forth
in the following schedule. I further understand that said prices include
all costs including, but not limited to, local state and federal taxes,
and transportation costs.
I, the undersigned, also understand that the quantities shown below are
estimates only, being given as a basis for comparison of bids. The City
of Cupertino does not state that the actual amount of work will correspond
but reserves the right to increase or decrease the amount of any class or
portion of the work or to omit items or portions of the work deemed
unnecessary by the Engineer.
The City of Cupertino reserves the right to unilaterally determine and
award the contract to any qualified bidder based on the most advantageous
proposal, to reject any or all bids or to waive any irregularities in the
procedures.
The work to be done consists of furnishing all labor, methods of process,
tools, machinery and material required to complete the Annual Overlay and
Pavement Restoration, Project 93-105 as described in the Special
Provisions.
In the event of discrepancies between the written unit price and the
numerical unit price, the written price shall govern.
This amount of liquidated damages shall be deducted by the City from
monies due from the Contractor hereunder, or the Contractor's assigned,
successors, auxi sureties shall be liable to the City for any excess.
Completion of entire project 30 working days from Notice to Proceed.
EgrD A M QUArirr=
The bid prices for this project shall be as outlined below:
BID EST. QTY.
ITEM UNIT ITEM UNIT PRIG TOTAL
// Zo
1. 48,468 Pavement Restoration (4") $�/S.F. $ Z3
Tw,u aeI►esrs Awe Fogy CcwTs_
2. 3,684 Pavement Restoration (6") $ �� - /S.F. $ A� SAS 6 b
-rorce lto1sli ANn �r+v LCN1S
Per S.F.
PROPOSAL PAGE 1 OF 6 �v / 8, 1/8 8v
J
MOJOOL JS.' ::N AFF MAVrr TO BE EKSCUrED BY
BIDDER AND SU MITrM WITH BID
I, the undersigned, being first duly swam, deposes and says that I am
v'p of d
(business title-) (business namQ
the party making the foregoing bid, that the bid is not made in the
interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, corporation. The bid is genuine
and not collusive or sham. The bidder has not directly or indirectly
induced or solicited any other bidder to put in a false or sham bid, and
has not directly or indirectly colluded, conspired, connived, or agreed
with any bidder or anyone else to put in a sham bid, or that anyone shall
refrain from bidding. The bidder has rot in any manner, directly or
indirectly, salt by agreement, ooaminication, 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 prod contract. All
statements contained in the bid are true and, further, the bidder has not,
diirectly or indirectly, subitted the bid price or any breakdown thereof,
or contents thereof, or divulged information or data relative thereto, or
paid, and will not pay, any fee to any corporation, partnership, ocmpany,
association, organization, bid depositary, or to any member or agent
thereof to effectuate a collusive or sham bid.
PROPOSAL PAGE 2 OF 6
y BIDDER QUAL.IKCATION FUM
In further ccupliance with the specifications furnished, I, the
undersigned, submit the following statements as to my experience and
cp alifications to perform this work as a part of this proposal.
We have been in business under the present name for 3 3
years.
Our experience in work ccaparable with that required by the proposed
contract is 33 years operating under our current business name.
Our experience in work omgnrable with that required by the proposed
contract is 53 years operating under the following different
name(s) .
My California Contractor's License Number is
The classification of my Contractor's License is
The expiration date for my Contractor's License is /a 3 1.113
***************************************************************************
* (This Section for City use Only)
* The above information has been verified by
on
* Contractors State License Board (800) 321-2752 or (408) 277-1244.
Where federal funds are involved, no bid submitted shall be
invalidated by the failure of the bidder to be licensed in accordance with
the laws of the State of California, howvver, at the time the contract is
awarded the contractor shall be properly licensed.
PROPOSAL PAGE 3 OF 6
BMMFSt HISTC i.' OF [OC
'The following is an ele of work similar in character to that
required in the prqmsud contract which our organization or Personnel in
our organization has Meted within the past three(3) years.
Year Location Class Far Whom Performed Phone Number Amount
pre0CLA5 CO14ro'cis W IW c�e- C"d:x 0d,
PROPOSAL PAGE 4 OF 6
SUBOONTRACTOR I FORM
a
The subcontractor(s), as defined in the General Provisions and in
Section 7026 of ttie California Business and Professions Cade, that I
propose to hire to perform any of the tarok for this project in an amount
in excess of one-half of one percent(0.5%) of the total bid are listed
below. Only those listed below shall perform work on this project and
each of them has been provided with a full and oonplete 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
7. Name
Address
Work to be Perform
PROPOSAL PAGE 5 OF 6
v
BIDDER°S SIGNATURE FCC!
IF YOU ARE AN INDIVMURL, SO STATE. IF YOU ARE A OMWANY C R A
00-PARM , SEATE THE C OWANY NAME AND LIST UM NAM OF ALL
INDIVIDUAL CD-PAS COMPOSING THE CCMANY. IF YOU ARE A CORPORATION,
SPATE THE LEGAL MME OF THE CORPORATION AND THE NAMES OF MM PRESMERr,
SMWEARY-TR12 M AND MANAGER. THE CORPORATE SEAL MUST BE AFFDMD TO
THIS Fes. ESd M THE NAME OF YOUR BUSINESS ON THE LINE OPPOSITE THE
APPROPRIATE BUSINESS TYPE.
1
TYPE OF
BUSINESS NAME OF BUSINESS
CORPORATIOAi
OD-PARTNERSHIP:
INDIVIDUAL
JOIMr VE RIME
OFIHER
(Describe)
Name and Signature of Bidder: (',e G-i L Irloacc,
(Print or Type Name)
Date: i � Iri q 3
Address(mailing & location) 02 51 3 J c-)van 5JL
f'Y1 Ui e�Y Cu - cY
Telephone Nam ber : (y%5)
Acknowledgement of all adderda received is required by circling each
addendum number.
1 2 3 4 5 6 7 8 9 10
PROPOSAL PAGE 6 OF 6
B. GENERAL PFVVISIONS
1. ADOPTION OF STANDARD SPDCIFICATICNS
By this reference, the Standard Specifications of the State of
California, Department of Transportation dated July, 1992 (herein referred
to as "Standard Specifications") is incorporated and adopted as the
Standard Specifications and shall apply together with the modifications
contained herein.
2. HEADINGS AND CITATIONS
The section and other headings and citations to the State Standard
Specifications are inserted solely as a matter of convenience and are not
a part of the City's Standard Specifications.
3. DE F IN.MONS OF TEFM
The definitions and terms outlined in Section 1 of the State Standard
Specifications shall apply with the following modifications:
1-1.10 "Contractor" means any person or Persons, firm, partnership,
corporation, or combination thereof as defined in the Standard
Specifications and in Section 7026 of the California Business and
Professions Code. The term contractor includes subcontractor and
specialty contractor.
1-1.13: "Department" means the City of Cupertino (hereinafter
referred to as "City") .
1-1.15: "Director" means the Director of Public Works or City
Engineer, City of Cupertino (hereinafter referred to as "Engineer") .
1-1.18: "Engineer" means the Director of Public Works or City
Engineer, City of Cupertino, or appointed agent(s) (hereinafter
referred to as "Engineer") .
1-1.25: "Laboratory" means the City's approved testing laboratory.
1-1.32: "Proposal Form" means the form(s) provided by the City and
provided in the Special Provisions of the Project Specifications and
upon which the City requires formal bids be prepared and submitted
for the wank.
1-1.39: "State" means the City of Cupertino.
4. PENJSF]LZ CN AND PF40GRE<S OF THE WORK
a. Hazardous Materials
If the presence of asbestos or hazardous substances is disclosed in
the Bid or Contract Documents, the Contractor, or the Contractor's
designated Subcontractor, shall be registered pursuant to Section 6501.5
of the Labor Code and certified in accordance with subdivision (a) of
Section 7058.5 of the Business and Professions Code.
General Provisions page 1 of 15
a. hazardous Materials (eontirtu
In the event the Contractor encounters on the site asbestos or a
hazardous substance that has not been disclosed in the Bid or Contract
Documents, and the asbestos or hazardous substance has not been rendered
harmless, the Contractor may continue work in unaffected areas reasonably
believed to be safe, and shall irmediately cease work on the area affected
and report the condition to the owner, or the owner's representative, or
architect in writing.
b. Noise Control
Grading, construction and demolition activities shall be allowed to
exceed the noise limits of Section 10.48.040 of the Cupertino M AMiaipal Code
during daytime hours provided that the equipment utilized has high duality
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 twenty-five(25) feet from said
device.
2) Noise levels created do not exceed seventy(70) dBA on any nearby
pr' y.
It is a violation of this chapter to engage in any grading, street
construction or underground utility work within seven hundred fifty(750) feet
of a residential area on Saturdays, Sundays, Holidays and during the
nighttime period except as provided in Section 10.48.030, emergency
exception. Grading, construction or demolition occurring during nighttime
periods shall not be allowed unless they meet the nighttime standards of
Section 10.48.040, daytime and nighttime maxim= noise levels.
c. Progress of the Work
The contractor shall bin work within fifteen(15) days after receiving
notice that the contract has been approved, or upon receipt of notice to
proceed, and shall diligently and continuously prosecul-.e the same to
completion within the number of working or calendar days as shown in the
special Provisions.
d. Record Drawings
The Contractor, upon completion of this project, shall furnish and
submit a set of accurate "Record Drawing" plans to the Depart,ent of Public
Works. Five(5) sets of "Electrical Schematics" of the traffic signal cabinet
and service equipment enclosure shall be provided by the Contractor on
projects where traffic signals are constructed or modified in any way. These
plans shall show all contract change order work and all variations in the
construction from the plans provided to the Contractor by the City.
e. Idiot of Way
The right of way for the work to be constructed will be provided by the
City. The Contractor shall make arrangements and pay all expenses for
additional area required outside of the limits of riot of way.
General Provisions page 2 of 15
f. Suspiension of the Contract
If, at any time, the City determines that the Contractor has failed to
supply an adequate working force or material of proper quality, has failed in
any other respect to prosecute the work with the diligence and force
specified and intended in and by the terms of the contract, or has failed to
comply with any of the terms of the State Public Contract code, written
notice to correct any such deficiencies shall be served to the Contractor.
Should the Contractor neglect or refuse to provide means for a satisfactory
co plianoe with the contract as directed by the Engineer, within the time
specified in such notice, the City shall have the power to suspend the
operation of the Contractor. Upon receiving notice of such suspension, the
Contractor shall discontinue said work, or such parts of it as the City may
designate. Upon such lion, the Contractor's control shall terminate,
and thereupon the City of its duly authorized represeTtative may take
possession of all or any part of the Contractor's materials, tools, equipment
and appliances upon the premises, and :ise the same for the purpose of
cracpleting said contract. The City may employ other parties to carry the
contract to coopletion, employ the necessary works, hire equipment,
substitute other machinery and materials, purchase the materials for, and buy
such additional materials and supplies at the Contractor's expense as may be
necessary for the proper conduct of the work and for the completion of the
contract.
The city may annul and cancel the contract and reset the work or any
part thereof. Any excess of cost arising therefr^cam over and above the
contract price will be charged against the Contractor and the Contractor's
sureties, who will be liable therefore. In the event of such suspension, all
money due the Contractor or retained under terms of this contract shall be
forfeited to the City. Such forfeiture will not release the contractor or
sureties freer► liability for failure to fulfill the contract. The Contractor
and the Contractor's sureties will be credited with the amount of money so
forfeited toward any excess of cost over and above the contract price,
arising from the suspension of the operations of the contract and the
completion of the work by the City as above provided, and the Contractor will
be so credited with any surplus remaining after all just claims for such
completion have been paid.
In the determination of the question whether there has been any such
non-ccupliance with the contract as to warrant suspension or annulment
thereof, the decision of the City Council of the City of Cupertino shall be
binding on all parties to the contract.
g. Time of Completion and Liquidated Damages
The work to be performed under this contract shall be ompleted in
accordance with Section B, paragraph 4c, above. It is agreed by the parties
to the contract that in case all the work called for under the contract, in
all parts and requirements, is not finished or ampleted within the number of
days as set forth in the Special Provisions, damage will be sustained by the
City. It is further agreed that it is end will be impracticable and extremely
difficult to ascertain and determine .e actual damage which the City will
sustain in the event of or by reason of such delay. It is therefore agreed
that the Contractor will pay to the City, the sum set forth in the Special
Provisions, per day for each and every day of delay in finishing the work in
excess of the number of days prescribed.
General Provisions page 3 of 15
g. Tune of Copletion and Liquidated Damages (continued)
The Contractor agrees to pay said liquidated damages herein provided
for, and ftarther agrees that the City may deduct the amount thereof from any
monies due or that may become due to the Contractor under the contract.
It is further agreed that in case the work called for under the contract is
not finished and completed in all parts and requirements within the number of
days specified, the Engineer shall have the right to increase the number of
days or not, as may be deemed in the best interest of the City. If the
Engineer decides to increase the said mm ber of days, the City shall further
have the right to charge to the Contractor, the Contractor's heirs, assigns
or sureties the actual cost of engineering, inspection, superintendence, and
other overhead expenses which are directly chargeable to the contract, and
which accrue during the period of such extension. The cost of final surveys
and preparation of final estimate shall not be included in such charges.
The contractor will be granted an extension of time and will not be
assessed with liquidated damages or the east 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 conpletion of the work caused by acts of
God or of the public enemy, fire, floods, tidal waves, earthquakes,
epidemics, quarantine restrictions, strikes, labor disputes, shortages of
materials and freight embargoes, provided, that the Contractor shall notify
the Engineer in writing of the cause of delay within fifteen(15) days from
the beginning of any such delay. The Egineer shall ascertain the facts and
the extent of the delay. The Engineer's findings thereon shall be final and
conclusive.
No extension of time will be granted for a delay caused by a shortage of
materials unless the Contractor furnishes to the Engineer documentary proof
that every effort has been made to obtain such materials frat all known
sources within reasonable reach of the work in a diligent and timely manner.
Rn-ther proof in the form of supplementary progress schedules, as required in
Section 8-1.04 of the State Standard Specifications (11Progress Schedule") ,
that the inability to obtain such materials when originally planned did in
fact cause a delay in the final completion of the entire work, which could
not be compensated for by revising the sequence of the Contractor's
operations, shall be required. The term "shortage of materials," as used in
this section, shall apply only to materials, articles, parts or equipment
which are standard items and are to be incorporated in the work. The term
"shortage of materials," shall not apply to materials, parts, articles or
equipment which are processed, made, constructed, fabricated or *manufactured
to meet the specific requirements of the contract. Only the physical shortage
of material will be considered under these provisions as a cause for
extension of time. Delays in obtaining materials due to priority in filling
orders will not constitute a shortage of materials.
If the contractor is delayed in ooampletion of the work by reason of
changes made under Section 4-1.03 of the State standard Specifications
("Changes") , or by failure of the City to acquire or clear right of way, or
by any act of the City, not contemplated by the ocntract, an extension of
time commensurate with the delay in oampletion of the work thus caused will
be granted and the Contractor shall be relieved from any claim for liquidated
damages, or engineering and inspection charges or other penalties for the
period covered by such extension of time.
General Provisions page 4 of 15
g. Time of Ccupletion and Liquidated Damages (continued)
The Contractor shall notify the Engineer in writing of the causes of
delay within fifteen(15) days from the beginning of any such delay in order
to be relieved of said liquidated damages or other penalties. The Engineer
shall ascertain the facts and make findings regarding the extent of delay.
The Engineer's findings shall be final and conclusive. Except for additional
compensation provided for in Section 8-1.09 of the State Standard
Specifications ("Right of Way Delays") , and except as provided in Public
Contract Code Section 7102, the Contractor shall have no claim for damage or
compensation for any delay or hindrance.
It is the intention of the above provisions that the Contractor shall
not be relieved of liability for liquidated damages or engineering and
inspection charges for any period of delay in completion of the work in
excess of that expressly provided for in this section. (See Section 8-1.07.3
5. CONTROL OF THE WORK
a. Authority to Deviate from the Approved Plans
In addition to the provisions of Section 5-1.03 of the State Standard
Specifications, deviations from the approved plans or specifications for the
project must be authorized in writing by the Engineer.
b. Dust Control
The Contractor shall, at all times during construction and until final
completion and acceptance, prevent the formation of an air-borne nuisance by
oiling, watering with non-potable water, or by other satisfactory method, as
required by the Engineer. The Contractor shall treat the site of the work in
such a manner that will confine dust particles to the immediate surface of
the work. The Contractor shall perform such dust control measure within
two(2) hours after notification that the Engineer has determined that an
air-borne dust nuisance exists. If the Contractor fails to abate the nuisance
within two(2) hours, the City of Cupertino may order that dust control
measures at the site be done by City personnel and equipment or by others,
and all, expenses incurred in the performance of this work shall be charged to
the Contractor and paid for by the Contractor.
c. Inspection
In addition to the provisions of Section 5-1.08 of the State Standards
Specifications, the Contractor shall provide, to the Engineer, all
information respecting the progress of the project. The Contractor shall also
furnish telephone service at all facilities servicing the project.
All work done by the Contractor shall be acoctuplished between the hours
of 8:00 a.m. and 5:00 p.m., Monday through Friday, or as specified in the
Special Provisions, unless authorized in writing by the Engineer. Whenever
the Contractor varies the period within the authorized hours during which
work is carried on each day, the Contractor shall give due notice to the
Engineer, so that proper inspection may be provided. Any work done in the
absence of the Engineer will be subject to rejection.
General Provisions page 5 of 15
c. Inspection (continued)
Inspection cxzsts for any work done before 8:00 a.m. or after 5:00 p.m.
on a regular work day or on Saturdays, Sundays, or Holidays, shall be paid
for by the Contractor at a rate of thirty-five dollars($35.00) per hour, or
latest rate approved by the City Council, except where such work is
specifically required by the Special Provisions.
Projects financed in whole or in part with state funds shall be subject
to inspection at all times by the State Director of Public Works or the State
Agency involved. (See State Standard Specifications Section 5-1.08.j
d. Montmientation
The Contractor shall properly guard, protect and preserve all street and
highway monuments, all property corner and property line monuments and all
U.S.C. & G. S. monuments in their proper places until their removal is
authorized by the Engineer. Any monuments that have been removed without
proper authority shall be replaced at the Contractor's expense.
e. Samples and Tests
The source of supply of each of the materials to be used on the project
shall be approved by the Engineer before delivery is started and before such
material is used in the work. Representative preliminary samples of the
character and quality prescribed shall be submitted by the Contractor or
producer of all materials to be used in the work for testing or examination
as desired by the D-igineer.
The Contractor shall furnish such samples of materials as are requested
by the Engineer, without charge. No materials shall be used until it has been
approved by the Engineer. Additional samples may be secured and tested
whenever necessary to determine quality of materials.
All tests of the materials furnished by the Contractor shall be made in
accordance with cc monly recognized standards of national organizations, and
such special methods and tests as are prescribed in the Special Provisions.
f. Utilities
It is the Contractor's responsibility to verify the location of all
existing utilities. The Contractor shall have all of the utilities,
underground mains, and services that may conflict with the project field
located. The Contractor shall contact Underground Services Alert: (USA) forty-
eight(481 hours in advance of any work at (800) 642-2444.
Due caution shall be exercised to insure that underground irrigation
systems, electrical systems, and other utilities on private property are not
damaged during construction of the project. During excavation, appropriate
techniques shall be employed which safeguard all existing utilities and
under and facilities. Damage to such utilities and underground facilities
shall be repaired at the Contractor's expense if located by U.S.A. or shown
on the plan or notified by project manager.
General Provisions page 6 of 15
g. Water for Construction
water used in any way for the construction of the project shall be
imported by the Contractor and shall be non-potable water in tanks clearly
marked as such unless specific authorization to deviate has been granted by
the Engineer. If authorized by the Engineer, the Contractor may extract
constriction water from fire hydrants provided that the Contractor obtains a
meter frcan and purchases the water frcffn the water utility that service, the
area in which the construction work is located.
6. LDsAL RELATIONS AND RESPONSIBI=ES TO THE PUBLIC
a. Contractor's Pa1'ments
Upon request by the City, the Contractor shall submit reasonable
evidence: that all payrolls, materials, bills and other indebtedness connected
with the work have been paid. If any liens against the Contractor for labor
or materials furnished hereunder remain unsatisfied after final payment by
the City, the Contractor agrees to pay the City all monies that the City may
be compelled to pay in discharging such lien, including all costs and a
reasonable attorney's fee.
b. Indemnity
Contractor shall indemnify, hold harmless and assume the defense of, .in
any actions at law or in equity, the City, its officers, employees, agents,
and elective and appointive boards, from all claims, losses, damage,
including property damage, personal injury, including death, and liability of
every kind, nature and description, arising out of or in any way connected
with the negligent acts, errors or missions, or the willful misconduct of
the Contractor or any person directly or indirectly employed by, or acting as
agent for, Contractor, directly or indirectly related to the provision of any
professional services provided hereunder, but not including the sole or
active negligence, or the willful misconduct of the City. This
indemnification shall extend to claims, losses, damage, injury and liability
for injuries occurring after the oompletion of the aforesaid operations,
arising from Contractor's work.
Slubnission of insurance certificates or submission of other proof of
compliance with the insurance requirements does not relieve the Contractor
from liability under this indemnification and hold harmless clause. The
obligations of this indemnity clause shall apply whether or not such
insurance policies have been determined to be applicable to any of such
damages or claims for damages.
The City does not authorize the impermissible use of any patent or the
reproduction of any copyrighted material by the Contractor which exceeds
"fair use" in the performance of this Contract. The Contractor is solely
responsible for any such infringement.
The Contractor shall indemnify the City against and hold it harmless
fram any and all losses, damage, costs, expenses, and attorney's fees
suffered or incurred as a result of or in connection with and claims or
actions based upon infringement or alleged infringement of any patent,
copyright, or trade secret, and arising out of the use of the equipment or
materials utilized to perform under this Contract or specified by or procured
by the Contractor, or out of the proses or actions employed by, or on
behalf of, the Contractor in connection with the performance of this
Contract.
General Provisions page 7 of 15
b. Indemnity (continued)
The Contractor shall also indemnify the City against and hold it
harmless from any and all loss, damage, costs, expenses, and attorney's fees
suffered or incurred on account of any breach by the Contractor, or its
employees, agents, or subcontractors, of the aforesaid obligations and
covenants, and any other provisions or covenant of this Contract.
c. Insurance
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 mmber 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 oornpleted. The requirement for carrying the
foregoing insurance shall not derogate from the provision for
iification 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 farce and effect during the life of this Contract, the
following insurance in amounts not less than the amounts specified and issued
by a cagany admitted in California and having a Best's Guide Rating of A,
Class VII or better.
Worker's Coapensation Liability. In accordance with the Worker's
Ccepensation Act of the State of
California - $1,000,000 per occurrence.
Public Liability - either Combined single limit of $1.0 million
cam-ercial general liability per occurrence; 2.0 million in the
or cmrrehensive general liability; aggregate.
including provisions for contractual
liability, personal injury, indepen-
dent contractors and property damage
coverages.
Builder's all Risk. Amount equal to 100% of the contract
price bid; $25,000 deductible is
allowed.
Automobile Liability - comprehensive Ccgnbined single limit of $500,000.00
covering owned, non-owned and hired per occurrence.
automobiles.
d. Labor Nondiscrimination
Attention is directed to the provisions of Section 7-1.01A(4) of the
state stardard specifications, which apply. In addition, the Contractor shall
comply with the rev--McJXW minority and female employment practices of the
Office of Federal Contract ompliance of the United States Department of
Labor as established for Santa Clara County.
General Provisions Page 8 of 15
e. Prevailing Wages
The Contractor shall keep Lilly informed of all existing and future
State and Federal laws and City ordinances and regulations which in any
manner affect those engaged or employed in the work. The Contractor shall
conform to the provisions of Sections 7-1.01A and 7-1.01B of the Standard
Specifications. Copies of the prevailing rate of per diem wages are on file
at the office of the Director of Public Works, City of Cupertino.
f. Resolution of Construction Claims
This section applies to ail public works claims of three hundred
seventy- five thousand dollars($375,000.00) or less which arise between a
contractor and the City. This section shall not apply to any claims resulting
from a contract between a contractor and the City when the City has elected
to resolve any disputes pursuant to Article 7.1 (ding with Section
10240) of Chapter 1 of Part 2 of the Public Contract Cade.
This section applies only to contracts entered into on or after January
1, 1991. As stated in subdivision (c) of Section 20104 of the Public Contract
Code, any contract entered into between January 1, 1991 and January 1, 1994,
which is subject to this section shall incorporate this section. To that end,
these contracts shall be subject to this section even if this section is
repealed.
The term "Public Work" has the same meaning as in Section 3100 and 3106
of the Civil Code.
The term "Claim" means a separate demand by the contractor for (1) a
time extension, (2) payment of money or damages arising from work done by or
on behalf of the contractor pursuant to the contract for a public work and
payment of which is not otherwise expressly provided for or the claimant is
not otherwise entitled to, or (3) an amount the payment of which is disputed
by the City.
For any claim subject to this section, the following requirements apply:
1. The claim shall be made in writing and shall include the documents
necessary to substantiate the claim. Claims must be filed on or before the
date of final payment. Nothing in this section is intended to extend the time
limit or supersede notice requirements otherwise provided by contract for the
filing of claims.
2. (a) For claims of less than fifty thousand dollars($50,000.00) , the
City shall respond in writing to any written claim within forty-five(45) days
of receipt of the claim, or may request, in writing, within thirty(30) days
of receipt of the claim, any additional documentation supporting the claim or
relating to defenses 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 (continues)
3. (a) For claims of over fifty thousand dollars($50,000.00) and less
than or equal to three hundred seventy-five thousand dollars($375,000.00) ,the
City shall respond in writing to all written claims within sixty(60) days of
receipt of the claim, or may request, in writing, within thirty(30) days of
receipt of the claim, any 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 claim, as further documented,
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 information or requested
documentation, whichever is greater.
4. If the claimant disputes the City's written response, or the City
.fails to respond within the time prescribed, the claimant may so notify the
City, in writing, either within fifteen(15) days of receipt of the City's
response or within fifteen(15) days of the City's failure to respond within
the time prescribed, respectively, and demand 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) days for
settlement of the dispute.
5. Following the meet and confer 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 (wing with
Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For
purposes of those provisions, the running of the period of time within which
a claim must be filed shall be tolled from the time the claimant submits the
written claim pursuant to paragraph 1, above, until the time that claim is
denied, as a result of the meet and confer process, including any period of
time utilized by the meet and confer process.
6. This article does not apply to tort claim and nothing in this
article is intended nor shall be construed to change the time periods for
filing tort claims or actions specified by Chapter 1 (commencing with Section
900) and Chapter 2 (cc omenci.ng with Section 910) of Part 3 of Division 3.6 of
Title 1 of the Government Code.
The following procedures are established for all civil actions filed to
resolve claim subject to this section:
1. Within sixty(60) days, but no earlier than thirty(30) days, following
the filing or responsive pleadings, the court shall submit the matter to
nonbinding mediation unless waived by mutual stipulation of both parties. The
mediation process shall provide for the selection within fifteen(15) days by
both parties of a disinterested third person as mediator, shall be ccam canoed
within thirty(30) days of the submittal, and shall be concluded within
fifteen(15) days from the of the mediation unless a time
requirement is extended upon a good cause showing to the court or by
stipulation of both parties. If the parties fail to select a mediator within
the fifteen(15) day period, any party may petition the court to appoint the
mediator.
General Provisions page 10 of 15
f. Resolution of Construction Claims (continued)
2. (a) If the matter remains in dispute, the case shall be suknitted to
judicial arbitration pursuant to Chapter 2.5 (commencing with Section
1141.10) of Title 3 of Part 3 of the Code of Civil Prime, notwithstanding
Section 1141.11 of that cue. The Civil Discovery Act of 1956 (Article 3
(commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code
of Civil Procedure) shall apply to any proceeding brought under this section
consistent with the rules pertaining to judicial arbitration.
(b) Notwithstanding any other provision of law, upon stipulation of
the parties, arbitrators appointed for purposes of this article shall be
experienced in construction law, and, upon stipulation of the parties,
mediators and arbitrators shall be paid necessary and reasonable hourly rages
of pay not to exceed their customary rate, and such fees and expenses shall
be paid equally by the parties, except in the case of arbitration where the
arbitrator, for good cause, determines a different division. In no event
shall these fees or expenses be paid by state or county funds.
(c) In addition to Chapter 2.5 (commencing with Section 1141.10) of
Title 3 of Part 3 of the Code of Civil Procedure, any party who after
receiving an arbitration award requests a trial de novo but does not obtain a
more favorable judgement shall, in addition to payment of costs and fees
under that chapter, pay the attorney's fees of the other party arising out of
trial de novo.
3. The court may, upon request by any party, order any witnesses to
participate in the mediation or arbitration process.
g. Responsibility for Damages
The City of Cupertino, the City Council, the Engineer or the Engineer's
agents shall not be answerable or accountable in any mannex for any loss or
damage that may happen to the work, or any part thereof, any material or
equipment used in performing the work, or for injury or damage to any person
or persons, either workers or the public, or for damage to adjoining property
from any cause whatsoever during the progress of the work or at any time
before final acceptance.
The Contractor shall be responsible for any liability imposed by any law
and for injuries to or death of any person including but not limited to
workers and the public, or damage to property resulting from defects or
obstructions or from any cause whatsoever during the progress of the work or
at any time before its completion and final acceptance.
In addition to any remedy authorized by law, so much of the money due
the Contractor under and by virtue of the contract as shall be considered
necessary by the City may be retained by the City until disposition has been
made of such suits or claims for damages as aforesaid. The retention of money
due the Contractor shall be subject to the following:
1. The City will give the Contractor thirty(30) days notice of its
intention to retain funds frcm any partial payment which may become due to
the Contractor prior to acceptance of the contract. Retention of funds frown
any payment made after acceptance of the contract may be made without such
prior notice to the Contractor.
General Provisions Page 11 of 15
g. Responsibility for Damages (continued)
2. No retention of additional amounts out of partial payments will be
made if the amount to be retained does not exceed the arra nt being withheld
from partial payments pursuant to Section 9-1.06 of the State Standard
Specifications ("Partial Payments") .
3. If the City has retained funds and it is subsequently determined that
the City is riot entitled to be indemified and saved harmless by the
Contractor in connection with the matter for which such retention was made,
the City shall be liable for interest on the amount retained at the legal
rate of interest for the period of such retention.
The City will consider proposals by the Contractor to enter into special
arrangements, such as posting securities or bonds acceptable to the City, in
lieu of the retention of funds. Such special arrangements shall be in
writing, and approved by the surety on the performance bond and by the surety
on the payment bond.
No funds shall be retained where the Contractor establishes, to the
satisfaction of the City that at the time of the accident or occurrence
giving rise to a claim or lawsuit against the City or its officers or
employees, that the Contractor had in effect public liability and property
damage insurance of the type, form, and amount as provided in Section B,
paragraph 6c, above ("Insurance) . (See State Standard Specifications Section
7-1.12.]
h. Workers Compensation and Unemployment Insurance
Prior to entering into the contract respecting this project, the bidder
to whom the contract is awarded shall furnish to the City satisfactory proof
that the bidder has a policy of workers compensation and unemployment
insurance for its a ployees, that conforms to the provisions of Division 4,
commencing with Section 3200, of the Labor Code or of the Ltxmploynnent
Insurance Cade, in effect for the entire period covered by the proposed
contract.
7. PROPOSAL AND ANARD OF CONTRACT
a. Competency of Bidders
All bidders are required to complete the "Bidder Qualification Form" as
provided in the proposal. Incomplete forms or lack of experience in the field
of work being bid may be cause for rejection of the proposal.
b. Contract Bonds
The Contractor shall furnish two(2) good and sufficient bonds. Each of
the Bonds shall be executed in a sum equal to the contract price. The first
bond shall guarantee the faithful performance of the contract by the
Contractor. The second bond shall be furnished as required by the terms of
Sections 3247 to 3252, inclusive, of the Civil Code of the State of
California. The Labor and materials bond will be released six(6) months after
the Notice of Completion, and the Faithful Performance shall be reduced by
ninety percent(90%) at the Notice of Completion. The remaining ten
pecent(10%) will be released at the end of one(1) year from acceptance of
the project provided any deficiencies in the work have been corrected. (see
State Standard �Vecifications Section 3-1.02.)
General Provisions page 12 of 15
c. Execution of Contract
The successful bidder, as Contractor, shall execute the Contract set
forth in the contract documents and provide the contract bonds and insurance
certificates required therein within eight(8) days, not including Saturdays,
Sundays and legal Pblidays, after the bidder has received the contract for
execution. Failure to do so may result in annulment of award and forfeiture
of the proposal guarantee.
d. Payment
The City will make partial payments to the Contractor on the basis of a
duly certified estimate of the work performed and the materials incorporated
in the project during the preceding reporting period. The City utilizes a bi-
weekly accounts payable cycle and issues checks on Fridays. The actual dates
of the payment schedule are available at the City's Accounting Department.
The City will retain ten pereent(10%) of the amount of each of said
estimates until the expiration of thirty-five(35) days from the date of
recording by the City of the Notice of Completion. At this time, and not
before, the City shall pay the Contractor the whole of the remaining ten
percent(10%) of said contract price. The payment of progress payments by the
City shall not be construed as an absolute acceptance of the work dare up to
the time of such payments, but the entire work is to be subjected to the
inspection and approval of the City, and subject to whatever inspection and
approval may be required by law.
Pursuant to Section 4590 of the California Government Code, the
Contractor will be permitted, upon request and its sole expense, to
substitute securities for any moneys withheld by the City to ensure
performance under the Contract. Said securities will be deposited either with
the City or with a state or federally chartered bank as escrow agent.
Securities eligible for this substitution are those listed in Section
16430 of the California Goverment Code, bank or savings and loan
certificates of deposit, interest bearing demand deposit accounts, standby
'etters of credit, or any other security mutually agreed to by the Contractor
nd the City. A sample escrow agreement is included in Section 22300 of the
Public Contracts Code. The contractor shall be the beneficial owner of any
securities substituted for moneys withheld and shall receive any interest
thereon.
e. Proposal Foy
The City will furnish to each bidder a standard proposal form, which,
when filled out and executed may be submitted as the Contractor's bid. Bids
not presented on forms so furnished will be disregarded.
The proposal form is bound together with the Notice to Contractors,
General Provisions, Special Provisions, Bidder Qualification Form, Sub-
Contracta.s Form and Signature Form. The Contractor shall submit as a
minimum, the Notice to Contractors, Proposal, Bidder Qualification Form, Sub-
Contractors Form and Signature Form. Bids containing less than this or bids
containing incomplete for will be disregarded.
General Provisions page 13 of 15
e. Proposal Fortis (continued)
All proposals shall state the dates for completion, if required, the
prices proposed, both in writing and in figures and shall show a total, and
shall be signed by the bidder, with the bidders address. If proposals are
made by an individual, name and post office address shall be shown. If made
by a f inm or partnership, the name and post office address of each member of
the firm or partnership shall be shown. If made by a corporation, the
proposal shall show the names, titles and business address of the president,
secretary and treasurer and the proposal shall show the corporate seal.
The proposal shall be submitted as directed in the "Notice to
Contractors" under sealed cover plainly marked as a proposal, and identifying
the project to which the proposal relates and the date of the bid opening
therefor. Proposals not properly submitted may be disregazded. Proposal forms
may be obtained from the Office of the City Clerk, City of Cupertino, 10300
Torre Avenue, Cupertino, CA, 95014-3255 or by calling (408) 252-4505.
f. Proposal caaranty
All proposals or bids shall be accompanied by cash, a cashier's check or
certified check payable to the order of the City of Cupertino, in the amount
of ten percent(10%) of the bid, or by a bond in said amount payable to the
City of Cupertino. Said bond shall be signed by the bidder and a corporate
surety, or by the bidder and two(2) sureties who shall justify before any
officer competent to & minister an oath, in double said amount and over and
above all statutory exemptions. Said cash or check shall be forfeited or said
boned shall become 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 Contractor has been awarded the contract.
g. Rejection of Proposals
Proposals may be rejected if they show any alterations of form,
additions not called for, conditional or alternative bids not called for,
incomplete bids or erasures, or for irregularities of any kind. Only the
proposal forms prepared by the City shall be used. (See State Standard
Specifications Section 2-1.06.]
h. Subcontractors
The proposal shall contain the name and location of the place of
business of any person or persons, firm, partnership, corporation, or
combination thereof who will perform work or labor or render service to the
prime contractor, except for those providing work or labor or rendering
service for wages only, in or about the construction of the work or
improvement, or a subcontractcr licensed by the State of California who,
under subcontract to the prime contractor, specially fabricates and installs
a portion of the work or improvement according to detailed drawings contained
in the plans acid specifications, in an amount in excess of one"-half of one
pereent(0.5%) of the prime contractor's bid or, in case of bids or offers for
the construction of streets or highways, including }ridges, in excess of
OM—half of one percent (0.5%) of the prince contractor's total bid or ten
thousand dollars($10,000.00) whichever is the greater. The proposal shall
list the portion of the work which will be done by each subcontractor for
this project. The prime contractor shall list only one(1) subcontractor for
each portion as is defined by the prima contractor in the prime contractor's
bid.
General Provisions page 14 of 15
INDEX
DESQ2IPTIOId PAGE(S)
ADOPTION OF STANDARD SPBCIFICATIONS 1
AP 44W7CES(Prevailing Wages) 8
A 3THORLTY TO DEVIATE FRCM
TtW APP'ROM PLANS 5
COMPETENCY OF BIDDERS 12
CIO4S1RJXTION CLAIM 8-10
CONTRACT BONDS 12
COlTRACTICR I S PAYMENTS 7
CONTROL OF M WORK 5,6
DEF71NITIONS OF TERMS 1
DUST CIONTROL 5
EDJTICN OF CONTRACT 13
HAZARDOUS MATERIALS 1,2
HEADINGS AND CITATIONS 1
INDEPIlIM 7
INSPECTION 5,6
INFRMANCE - PUBLIC LIABILITY
AND PROPERTY DAMAGE 8
INSURANCE - WOMUM COMPENSATION
AND U IDN4 LOYMENT! 12
LABOR NONDISC RIMINATIM 8
LEGAL RELATIONS AND RESPONSIBILI ES.
TO THE PUBLIC(Iabar Code 6d) 7-12
NCNUMMN=CN 6
NOISE CONTROL 2
PAYMENT! 13
PREVAILING WAGES 8
PR0Q2FSS OF ME WORK 2
PROPOSAL AND AWARD OF CONTRACT 12-14
PROPOSAL, FORMS 13,14
PROPOSAL GUARANTY 14
PROSE XTION AND PROGRESS OF THE WORK 1-5
RBOORD DRAWINGS 2
REJECTION OF PROPOSALS 14
RESOILTrIONT OF CONSTRUCTION CLAIM 9-11
RESPCNSTBn•TY FUR DAMAGES 11,12
RIGHT OF WAY 2
SAMPLES AND TESTS 6
SUBCONTRACTORS 14
24SICN OF TM CONTRACT 3
TIi�E OF CIMAPLE.TIM AND
LIQUIDATED DAMAGES 3-5
urILrTIES 6
WATER POR 6
WORDS coMPENSATIC K AND
UNE PWYME TT INSURANCE 12
General Provisions page 15 of 15
SPECIAL• PROVISIC N
1. LOCATION
'This work is located on various streets in the City of Cupertino,
County of Santa Clara, as shown on the attached location map.
2. SCOPE OF WXW:
ibe work consists of removing designated areas of pavement to the
depth specified and reconstructing the remove areas with new asphalt
pavement. Asphalt pavement replacement shall consist of Compacting
the base material, furnishing and applying paint binder and prime
coat as required and furnishing and placing asphalt concrete to the
elevation of the original wearing surface and replacing any removed
stripping. This work Est be ec upleted before any overlay work is
started.
3. TRAF7IC CONTROL:
Contractor shall furnish, erect and maintain sufficient warning and
directional signs, barricades and warning lights and sufficient
flagmen to give adequate warning to vehicular traffic at all times.
No lane closure shall be permitted on the minor City streets before
8:00 A.M. or after 4:30 P.M. Mondays through Fridays. Only under
special conditions shall the City have the riot to permit lane
closure before 8:00 A.M. or after 4:30 P.M.
No lane closure shall be allowed on major streets before 9:00 A.M. or
after 2:30 P.M. Monday through Friday.
All costs of the above shall be included in the price bid for the
various bid items and no special compensation will be allowed.
The contractor shall maintain a minimum of two (2) travel lanes for
traffic on the major street for use, in each direction at all times,
and one (1) travel lane for traffic use with traffic control in each
direction on minor streets.
4. MAINTAINING TP'�ZC:
Attention is directed to Section 7-1.08, "Public Convenience,"
7-1.09," Public Safety," 12-3.04 "Portable Delineators", and 12-2.02
"Flagging Cost" of the Standard Specifications.
ersenal vehicles of the contractor's employees shall not be parked
within the right-of-way.
The contractor shall notify local authorities and the Engineer of his
intent to begin work at least five (5) days before work is begun.
The Contractor shall provide a schedule of work and any changes to
the schedule as they occur, to the local authority and the City
Inspector. The contractor shall cooperate with local authorities
relative to handling traffic through the area and shall make his own
arra1z RJ .: I relative to keeping the wanking area clear of parked
vehicles.
SPECIAL PMWSIC NS PAGE 1 OF 5
4. MARTBUNM TRAFFIC (Continued)
When leaving a work area and entering a roadway carrying public
traffic, the contractor's equipment, whether empty or loaded, shall,
in all cases, yield to public traffic.
Material or equipment shall not be stored within thirty feet (301) of
the edge of traffic lanes.
Public traffic shall not be routed on any portion of the new
construction until the signing, pavement markers and safety features
ordered by the Engineer have been installed.
5. NOTIFICATION OF RESIDENTS:
POS77m:
The Contractor shall be responsible for providing and posting of
notices of work to be clone and also responsible for any re-posting of
notices to streets that need to be rescheduled due to unseen breakdown
Of equipment or other unforeseen delays. The oontractor enlist post the
date the work is scheduled along with the following days date on each
sign. This is in case of minor delays. The date must be printed in a
legible manner on the sign.
(Post "No Parking" signs at approximately 100 ft. intervals) .
TOWING PROCEDURE:
Cupertino Kmicipal Code section 11.24.200 D authorizes the tow away
of a vehicle parked on a public street where omr.truction or street
repair work is scheduled to oocur. The contractor performing the
scheduled work is responsible for erecting the required signs giving
notice that such vehicles may be to,red away if left on the street
during the day the work is scheduled to be performed. The signs shall
be erected at least 48 hrs. prior to the scheduled start of work. The
Contractor must notify Cupertino Code Enforcement (408)252-4505 with
locations of posting, to verify forty eight (48) hour notice.
6. INSPECTION AND INSPE7Cn0N M9IS:
The work will be inspected by the City of Cupertino.
Inspection acts for any work done before 8:00 A.M. or after 5:00 P.M.
on a regular work day, or on Saturdays, Sundays or Holidays shall be
Paid for by the contractor at the rate of $35.00 per hour.
7. PUBLIC CONVENIENCE AND SAFETY:
The Cbntractnr shall conduct his operations so as to cause the least
possible obstruction and in=wenienre to public traffic. All traffic
shall be permitted to pass through the work area.
SPECIAL PROVISIONS PAGE 2 OF 5
SPECIAL PROVISIONS (Continued) :
7. PUBLIC OON V E I94CE AND SAFETY: (continued)
Contractor shall furnish, erect and maintain sufficient warnings and
directional signs, barricades and lights, and furnish sufficient
flagmen to give adequate warning to the public at all times that the
road or street is under construction and of any dangerous conditions
encountered as a result thereof.
The contractor shall be allied to close traffic lanes as specified in
the Traffic Control Section, on the street involved in the project.
Flagmen, barricades, and signing shall be required in order to insure
safe and orderly traffic flaw. Side or adjacent streets shall be
posted and/or detoured with barricades and signs to insure traffic is
routed around the work area.
8. QUAPTI'Irt'IFS:
It is specifically pointed out that the quantities listed in the
proposal and specifications are estimates only and being given on a
basis of comparison of bids and the City of Cupertino does not agree
that the actual amount of work will correspond, but reserves the riot
to increase or decrease the amount of any class or portion of the
work, or to snit items or portions of the work that may be deemed
necessary by the Engineer. THE QUANTm LISTED Fm EACH rrEm MAY BE
INCREASED OR DECREASED UP TO TWENTY-FIVE (25) PERCENT OF THE CONTRACT
QUARrMES WITH NO CEDE IN UNIT PRICE BID.
ITEM DF.SCPION EST.QTY. UNIT
I. Pavement Restoration (411) 48,468 S.F.
2. Pavement Restoration (611) 3,684 S.F.
9. EXPLANATION OF BID ITEKS:
The price bid per unit measure of work shall include all costs of
labor, equipment and materials necessary for the furnishing and
construction ccupleted and in place and operating, the work in
accordance with these specifications and/or the contract plans. Any
item described in the Special Provisions riot specifically listed as a
bid item shall be considered as included in the various bid items and
no special compensation will be allowed.
BID ITEM NO 1 & 2- PAVRU Tr REST RATION (S.F.)
This item is bid per square foot and shall include all labor and
material to caWlete the pavement restoration as marked in the field.
`Ihis bid item shall also include all costs For replacement of striping
and paw markers disturbed during construction. See Section 100
and 102 of Technical Provisions for Construction Method.
SPECIAL PROVISIONS PAGE 3 OF 5
SPECIAL. PROVISIONS (Continued) :
10. TIM OF OCEPLE°PION/LIQUIDAT'FD DAMAGES:
The beginning date for pavement restoration shall be June 14, 1993.
There are 30 working days allowed for completion of this project.
AIL 4rCIRK ON SAPS 70 RHCEM A SUII2'[tY SEAL MST HE COMM= BY
JULY 2, 1993. (SEA ATnU3W I TBr FM BPS)
In order to complete this maintenance work on schedule, the City
requests that once the Notice to Proceed and Project has started, the
Contractor not pull off the job until completion of work, unless
authorized by the City.
The Contractor shall pay to the City of Cupertino the sum of One }
Hundred and Fifty Dollars ($150.00) per day for each and every
calendar day's delay beyond the completion dates of July 2, 1993 and
the 30 working days.
This amount of liquidated damages shall be deducted by the City from
monies due from the Contractor hereunder, or the Contractor's assiged,
successors, and sureties shall be liable to the City for any excess.
11. EATER:
The furnishing of water and applying water shall be considered as paid
for in the items of work involved.
12. PRECONSTRUCTION MEETINGS:
A preconstruction meeting will be scheduled prior to beginning of
work. Provide a schedule of work at this meeting.
13. REMOVAL AND DISPOSAL OF MATERIAL:
Removal and disposal of all broken concrete, asphalt, earth, rock and
debris shall be off the job site. This material becomes the property
of the Contractor and must be disposed outside of the City of
Cupertino.
At the completion of the project the Contractor shall submit a report
containing the following information:
1. Quantity of each material removed and disposed of at a recycling
facility.
2. Name and address of the disposal site for each material.
14. NOISE CONTROL:
Grading, construction and demolition activities shall be allowed to
exceed the noise limits of Section 10.48.040 of the Cupertino
Municipal Code during daytime hours; provided that the equipment
utilized has high quality noise muffler and abatement devices
installed and in good condition and the activity meets one of the
following criteria:
SPECIAL PROVISIONS PAGE 4 OF 5
SPECIAL PROVISIMS (Clottinued)
14. NOISE COMML: (continued)
1. No individual device praduoes a noise level more than 89 dBA at a
distanoe of twenty five feet (251) (7.5 meters) .
2. A noise level on any nearby property does not exceed 70 dBA.
It is a violation of this chapter to engage in any gradirig, street
construction or utility work within seven hundred fifty
feet (7501) of a residential area on Saturdays, Sundays, Holidays, and
during the nighttime period ewept as provided in Section 10.48.030.
Grading, construction, or demolition come ring during nighttime
periods shall not be allowed unless they meet the nighttime standards
of Section 10.48.040.
15. PAYPtlFf:
Payment shall be made on only those streets the City has approved and
for the approved amounts. No other compensation will be allowed. A
payment schedule is available in the Public Works Department.
Change order will mat be considered or ate after the project has
been accepted by the City Council. A field change requires a change
order authorization approval prior to beginning the extra work.
SPECIAL PROVISIMS PAGE 5 OF 5
6
D. TETICAL PROVISIONS
ASPHALT CONCRETE
SECTION 100
DFSCRTION:
This work entails resurfacing of roadway pavement with asphalt
Crete and shall consist of furnishing, spreading, and compacting
plant mix asphalt concrete, including paint binder (tack coat) , to the
lines and grades shown on the plans or as directed by the Engineer,
all as specified in these specifications and the Special Provisions.
This item shall conform to Section 39, "Asphalt concrete" of the
Standard Specifications, insofar as they are applicable.
MATERIAL:
All dense graded asphalt concrete shall be Type B with aggregate
grading of one-half inch (1/211) maximum, medium, conforming to Section
39 "Asphalt Concrete", of the Standard Specifications.
Paving asphalt to be mixed with aggregate shall be steam-refined
asphalt viscosity grade AT-4000 omnforming to Section 92, "Asphalts,"
of the Standard Specifications. The exact amount of asphalt binder
shall be as directed by the Engineer.
Paint binder shall be asphaltic emulsion RS-1 conforming to Section
94, "Asphaltic Emulsions," of the Standard Specifications.
PAVEMENT PREPARATION:
The surface of the pavement to receive asphalt concrete shall be swept
clean of all soil, vegetation and debris and with a self-propelled
street broom machine immediately prior to placement of paint binder.
Raised pavement markings (buttons) and other material which interferes
with the resurfacing of pavement with asphalt concrete shall be
removed.
TEcMICAL PROVISIONS PAGE 1 OF 4
D. TB MUCAL PROVISICKS (Continued)
ASPHALT CONCRETE SBMCN 100
PAINT BINDER:
Paint binder shall be furnished and applied to all vertical surfaces
of existing pavement, orbs, gutters, and construction joints in the
surfacing against which additional material is to be placed, to a
pavement to be resurfaced, and to other surfaces designated by the
Engineer. Paint binder shall not be applied to pavement surfaces
conditioned by Heater- nix operations.
Paint binder shall be applied in one (1) application at a rate of from
0.05 to 0.10 gallon per square yard of surface covered. The exact
rate of application will be determined by the Engineer.
Immediately in advance of placing asphalt mete, additional paint
binder shall be applied as directed by the Engineer to areas where the
paint binder has been damage!, and loose or extraneous material shall
be removed, and no additional motion will be allclwrel therefor.
SPREADING AND CCMPACTIM:
Asphalt concrete shall be placed with asphalt paving machine. Paving
machine shall be self-propelled mechanical spreading and finishing
equipment, provided with a screed or strike-off assembly. Truck drawn
portable asphalt spreader may be used in certain areas inaccessible to
the paving machine providing prior approval is granted by the
engineer.
Spreading and cowacting equipment shall conform to Section 39-5 of
the Standard Specifications unless otherwise specified in the Special
Provisions.
Spreading and cmipacting shall conform to Section 39-6 of the Standard
Specifications unless otherwise specified in the Special Provisions.
MEASM04EN T AND PAYMENT:
Section 29-8, "Measurement and Payment," of the Standard
Specifications shall not be applicable. Measurement and payment for
asphalt concrete shall be per ton in place. contractor shall furnish
Engineer one (1) copy of the official weight tag from the asphalt
plant with each load of asphalt concrete when material is delivered to
the job site.
TECHNICAL PROWSIONS PAGE 2 of 4
D. TOCHNICAL PROVISIMS
SEOTICN 102
REPAIR OF FAIL PAVEMERr
1. DESC�tIPTION:
This work stall consist of removing designated areas of pavement to
the depth specified and the removed areas with new
asphalt pavement. Asphalt pavement replaced shall consist of
ooupacting the base material, furnishing and placing asphalt cmicrete
to the elevation of the original wearing surface. Patches vary in
size, look at samples on streets listed in specifications.
2. FATERIALS:
Bitaur!»nous materials; asphalt concrete shall be type B and conform to
Section 39 of the State Specif ication.s. For repairs of four inch (4")
or six inch (611) use one-half (1/211) maximum size aggregate. Asphalt
emulsion used as paint binder shall conform to Section 94 of the State
Specifications. Asphalt prime coat shall be an RL-1 emulsified
asphalt.
3. CONSTMUCTIM MEMODS:
A. All pavement cuts Shall be straight and vertical " leave a
ccapetent edge. A mete saw, pavement cutter, jack hammer or
other approved equipwnt shall be used to make all pavement cuts.
If a City survey monument is located in or near a patch do not
disturb its location during construction. If a monument is
disturbed the Contractor will be responsible for re-establishing
it as a monument.
B. The exposed base material shall be canpacted as required by the
City Inspector.
C. Paint binder shall be applied to all vertical pavement edge:.
D. RS-1 shall be applied as a prime coat to the base material at the
rate of 0.2 Gal./Sq. Yd.
E. The specified thickness of replacement asphalt concrete is to be
placed in two (2) lifts if thicker than 0.2 feet. Both lifts
stall be spread and cc%mcted in conformance with Section 39 of
the Standard Specifications. The final course shall be placed so
as to restore the original designed cis-sectional geometry of
the road. men feathering and conforming edges, excess material,
particularly the larger size aggregate, shall be removed from the
job, not rolled into the fresh mat.
TECHNICAL PROVISIONS PAGE 3 OF 4
D. TEC}MCAL PROVISICKS (Cbntimied)
SBMCN 102
REPAIR OF FAILED PAVEMERr
CCOTSPR=CN MHODS (continued)
A repair may be left low by a mast. of 1/1 overnight (not over the
wee)csnd) . However, if directed by the City Inspector feathering of
the repair edge maybe required before a patch may be left law
overnight.
Final lift shall be placed by paving machine or other methods as
approved by the City Etngineer.
4. MEIHOD OF PAYMERr:
CmAract price per square foot for removal of failed areas of pavement
to the specified depth and replacing with asphalt concrete to full
depth shall include full compensation for furnishing and placing all
material complete in place including the application of the prime
coats and paint binder.
TDQHIICAL PROVISICKS PAGE 4 OF 4
D. OONTRACT FOR PUWL.-,: WORKS
1! is OONIRACr made an 19 by the CITY OF
CUPERM10, a municipal corporation of the State of California, hereinafter
called CITY, and hereinafter
called OQNTR k=R.
IT IS HEREBY A 2U= by CITY and CDNTRACPOR as follows:
1. TW CCUBViCT DOCUMENrS. The couplete contract consists of the
following contract documents:
a. Notice to Contractors, Proposal, Time for Completion, Estimated
Quantities, Nou-1collusion Affidavit, Bidder Qualification Form, Sub-
Contractors Form and Signature Farm.
b. Standard Specifications, General Provisions and special Provisions.
C. Plans and Specifications for
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 Ire 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 intended to cooperate so that any work
called for in one and not mentioned in the other, or vice versa, is to be
executed the same as if uention ed in all of said documents. The documents
comprising the complete contract are sometimes hereinafter referred to as
the Contract Doc ument,: In case of conflict between the Plans and the
Specifications on the one hand, and this Contract on the other, the Plans
and specifications shall prevail.
2. THE WORK. CCNTRAC'It7R agrees to furnish all of t )ols, equipment,
apparatus, facilities, labor, transportation and mat.-.._Als necessary to
perform and complete in a good and working order, the work of
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, 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 ampleted as required
in said Plans and Specifications under the sole direction of CMMA=,
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. Viskovich.
Contract Page 1 of 6
CONTRACT F R PLMUC WOWS (cmntinued)
3. PRICE. CITY agrees to pay, and CO UTRACMR agrees to accept,
in full payment for the work above agreed to be done, the sum of
subject to additions arts/or deductions as
provided in t.'m Contract Docents, per EAubit A attached hereto.
4. UUMM PEMDMIG ID PAMMU FUR MM. Should any dispute arise
respecting the true value of the work done, or any work omitted, or of any
extra work which CONTRAC`rOR may be required to do, or respecting the s;�ze of
any payment to COMMCMR 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
accordar.m with the agreement the parties, or in accordance with Section
6, paragraph 'If" of the General s'-7Aslons.
5. PMWM, OMWLMMZ WM UN. ccNTRACIOR shall obtain and bear all
expense for all necessary permits, licenses and easements for the
construction of the project, give all necessary notices, pay all fees
required by law, and comply with the laws, ordinances and regulations
relating to the work and to the preservation of the public health and safety.
6. INSPBMMM BY TM CITY. CONIR,CIOR 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. there the
Specifications require work to be specially tested or approved, it shall not
be tested or covered up without timely notice to CrrY of its readiness for
inspection and without the approval thereof or consent thereto by CTN.
Should any such work be covered up without such notice, approval, or consent,
it must, if required by CM, be uncovered for examination at CONTRACTOR'S
7. E TM M AMMCNAL W= AND CMUFiS. Should CITY at any time during
the progress of the work require any alterations, deviations, additions or
omissions from the Plans 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
de lucted 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 aunt of the parties. No extra work shall be
performed or change be made except by a written order frczn 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 eum shall be valid
unless so ordered.
8. CHNEM TO MEW EMMUMBRML ElS. CITY shall have the right
to make changes in this Omitract during the course of construction to bring
the completed impr-ovements into compliance with environmental requirements or
standards established by State and Federal statutes and regulations after the
Contract has been awarded or entered into. cW RACMR shall be paid for such
changes either by reference to the Unit Prices bid, if applicable, or in
accordance with the ant of the parties.
Contract- Page 2 of 6
CONTRACT FOR PUUJC WOWS (continued)
9. Offmauf ARMIGM CN 71CMICIN. This Contract may be
terminated, amended or modified, with the mutual consent of the parties. The
ewtpensation 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. TIM FOR CCHPUMC K. All work under this Contract shall be completed
in accordance with the 'Time for ConQletion section in the pro,-x)sal and the
Specifications �af this project. If CONTRA IOR shall be delayed in the work
by the acts ,x neglect of CITY, or its eaployees 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 CONTRACIORIS control, or by delay authorized
by CITY, or by any cause which CITY shall dete.~mine justifies the delay, then
the tine of completion shall be extended accordingly. This paragraph does
not exclude the recovery of damages for delay by either party under other
provisions in the Contract Documents.
11. INEPBMTM AND TESTD G OF MANUALS. CONTRACTOR 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. T 1TIC1d FOR EMAR M INSOLVENLY. If CONTRACTOR should be
adjudged a bankrupt, or should make a general assigrment 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 CONTRACMR and CONTRACIOR'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
ten(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 CONTRACTOR'S surety and CAR, and the surety shall have the right
to take over and perform the Contract; provided, however, 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 ca=enee performance therec" within thi ty(30) days
from the date of the serving of such notice, CITY may take over the work and
prosecute the same to omxmpletion by contract, or by any other method it may
deem advisable, for the account and at the expense of CONTRACTOR, and
CONTTRACIOR and CONTTRA=I S surety;- shall be liable to CITY for any excess
cost occasioned by CITY thereby, and in such event CITY may, without
liability for so doing, take possession of, and utilize in canpleting the
work, such materials, appliances, plant and other property belonging to
CONTRACTOR as may be on the site of the work and neoessary therefor.
13. TM CITY'S MOU TO KVBNEILD CHIN ANXN15 AND MM APPUCMIM
7HEREF. In addition to amounts which CITY may retain under other
provisions of the Specifications until final oempletion and acceptance of all
work covered by the Contract, CITY may withhold from payment to CONTRACTOR
such an amount or amounts as in its judgement may be necessary to Tay just
claims against CONTRACTOR or sub-oontractors for labor and services rendered
and materials furnished in and about the work.
Contract page 3 of 6
CONTRACT FOR PUBLIC WORKS (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 OONTRACTDR,
and any payment so made by CITY shall be considered as a payment made under
the Contract by = to oCWMCTOR, and CITY shall not be liable to
CONTRACTOR for any payment made in goad faith. Such payment may be made
without prier judicial determination of the claim or claims. With respect to
any retention of payment by CITY to ensure performance of the Contract,
C N RACI0R will be entitled to substitute securities as provided in Section
4590 of the California Government code as more fully described in CITY'S
ONotiee tD Contractors.
14. HUME AND SdRVICS 7HESOMP. 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 CM 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, CUPERM40, CA 95014,
postage prepaid and certified; (b) if the notice is given to CONTRACTOR,
either by personal delivery thereof to OWMACTOR, or to CONTFAMCR'S duly
authorized representative at the site of the project, or by depositing same
in the United States mails, enclosed in a sealed envelope, addressed to
, postage prepaid and certified; and (c)
if notice is given to coNTRACIOR'S surety or any other person, either by
personal delivery thereof to OONI'RAMOR'S surety or other person, or by
depositing same in the United States mails, enclosed in a sealed envelope,
addressed to CONTRACIOR'S surety or person, as the case may be, at the
address of OONTRACTOR'S surety or the address of the person last communicated
by such person to the party giving the notice, postage prepaid and certified.
15. ASSIORMW OF Cam. Neither the Contract, nor any part thereof,
nor money- due or to became due thereunder, shall be assigned by CONTRACMR
without t►1e prior written approval of CITY.
16. CC194ATAUM WIM SPBCMCATM3NS OF MAMWEAM 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 CONTRACTOR, unless CITY agrees in writing to some other material,
process or article offered by CONTRACInR which is equal in all respects to
the one specified. It shall be 00NTRACIOR'S responsibility to prove equality
of any such material, process or article offered as a substitution to the
one(s) specified.
17. MC99=11S IlMHM AID EMPIDMIS 1JABnM
CONTRACTOR shall take out and maintain during the life of this Contract
Worker's Compensation Insurance and Employer's Liability Insurance for all of
CONTRAC.ZOR'S employees eaployed at the site of the project. In case any work
is sublet, CONTRACTOR shall require any and all sub-oontractors similarly to
provide Worker's Compensation and Employer's Liability Insurance for all of
the latter'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 CWTAAC= makes the following certification,
required by Section 1861 of the labor Code: "I am aware of the provisions of
Section 3700 of the Labor Code which requires every euployer to be insured
against liability for worker's coapensation or to undertake self insurance in
accordance with the provisions of the Labor Code, and I will ccuply with such
provisions before wing the performance of the work of this Contract."
18. ACX3EHff 2nTM 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 construction 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 Coumission of the State of
California.
19. OMMUCTURIS 1WWCWM1IX1Y FUR != WCIRK. OONTRACICR shall not be
responsible for the csost of repairing or restoring damage to the work caused
by Acts of God. NOMMULESS, MMRACrCR shall, if the insurance premium is a
separate bid item, obtain the insurance to indennify CITY for any damage to
the work caused by Acts of God. "Acts of God" shall include only the
following o=axences or conditions and effects: earthquakes and tidal waves,
when such occurrences or conditions and effects have been proclaimed a
disaster or state of emergency by the 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,
CITY shall not, in any way or manner, be answerable or suffer loss, damage,
expense or liability for any loss or damage that may happen to said building,
work, or equipment or any part thereof, or in, on, or about the same during
its construction and before acceptance.
20. RACTUR11S GRANTEE. CONTRACTOR 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-contractor 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 OONTRACTOR 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(1) year of the date of acceptance of
completion of this Contract by CITY, CONTRACTOR will forthwith remedy such
defects without cost to CITY.
21. EEFERRHD AL:PI2NUR MEC UM. The City reserves the right for the
term of the Contract, the deferred selection of none, any or all alternate
bid items at the bid price. The alternates chosen would be for any sites
currently under construction or to be constructed ° the future.
Contract Page 5 of 6
CONTRACT FOR PLMLSC MUS (continued) P.O.
IN WrTNESS MMMr, the parties have executed this Contract, in
duplicate, the day and year first here.inabove written.
CITY OF CUPERrINO CONTRACTOR:
By:
Notary acknowledgment is required. If a
corporation, corporate seal and corporate
notary aclamledgement are re* red. If
not a corporation a Social Security No. or
Federal Tax I.D.# is required.
Soc. Security # Federal Tax I.D. #
By:
City Manager
Attest: _
City Clerk
Date: 19
City Clerk
APPROVED AS TO FORM AND PROEDURE:
City Attorney
Project Nance & Number:
Contractors Name and Address:
Contract Amount: $
Account.Number:
File Number:
Contract Page 6 of 6
CONTRACT FOR PUBLIC WORKS (continued)
INSURANCE AGREEMERr
A. Contractor is aware of the provisions of Section 3700 of the Labor Code,
which requires e<�,xy employer to be insured against liability for workers'
compensation or undertake self-ire in accordance with the Provisions of
that Code, and will comply with such provisions before commencing the
performance of the work of this Contract.
B. Contractor and all subcontractors will carry workers' compensation
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,
commercial 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 issuarm of a
certificate in a form prescribed by the City and shall be underwritten by
insurance meanies satisfactory to the City for all operations, subooritract
work, contractual obligations, product or completed operations, all owned
vehicles and non-owned vehicles. said insurance coverage obtained by the
Contractor, excepting workers' vcapensation coverage, shall name the City,
its engineer, and each of its Directors, Officers,Agents and Employees, as
determined by the City, as additional insureds on said policies. Insurers
must be licensed to do business in the State of California. The Insurers
must also have an 11A" 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 fiction, 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 completed. The requirement for carrying the
foregoing insurance shall not derogate from the provisions for
indernrrnification of the City by Contractor under this Contract and for the
duration of the warranty period. Notwithstanding nor din:nini.shing 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 company 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
OMRRACr FOR PJBLYC WOMS (continued)
Public Liability - either Combined single limit of 1.0 million
commercial general liability per occurrence; $2.0 million in the
or comprehensive general liability; aggregate.
including provisions for contractual
liability, personal injury,
independent contractors and
property damage coverages.
Builder's all Risk. Amount equal to 100% of the contract
price bid; $25,000 deductible is
allowed.
Automobile Liability - comprehensive combined single limit of $500,000.00
covering owned, ran--owned and hired per occurrence.
automobiles.
By:
(Contractor's Name)
Dated: 19
Insurance AqWeement Page 2 of 2
C0t?MCT' FOR PUBLIC %DM (continued)
COIFICATE OF INSLRANCE
TO THE CITY OF CUPERTIM
This certifies to the City of Cupertino that the following described policies
have been issued to the insured named below and are in force at this time.
Insured:
Address:
Description of operations/locations/products insured (show contract name
aril/or number, if any) :
WORKERS I CCMPENSA„TION *Statutory Min.
*Employer's
Liability
(name of insure--)
S S $
Best's Rating insurance Ccspany's State License No.
Check Policy Type: Each Occurrence $
C CbffY,IIiENSIVE GENERAL LIABILITY
[ ] Premises/Operations General Aggregate $
(if applicable)
( ] owners & Contractors
Protective Aggregate $
[ ] Contractual for Specific
Contract Personal Injury $
[ ] Products Liability
( ] }CCU Hazards
[ ] Broad Form P.D. Fire Damage (any
[ ] Severability of Interest one fire) $
Clause
( ] Personal Injury with Medical Expense
Employee Exclusion Remrnred (any one person) $ _
or Self-Insured
C ,L GENERAL LIABILITY Retention $
(name of insurer)
Best Rating Policy No. _ Expiration Date
Certificate of Insurance Page 1 of 2
aONTRACT FOR PUBLIC CGS (continued)
AUIa20►I'IVE/VEEIICLE LIABILITY BODILY Ifi JUW PROPERTY DAMAGE
Commercial Farm Each Person Each Accident
Liability Coverage
Each Accident
(name of insurer)
$ or
Combined Single Limit $
Best's Rating Policy No. Expiration Date
BUILDER'S RISK "ALL RISK"
This is to certify that: the following policy has been issued by the below-
stated ccqDany in conformance with the requirements of Section 8-1 of the
General Provisions and is in force at this time:
(name of insures)
POLICY EXPIRATION LIMITS OF DEDUCTIBLE
NUMBER DATE LIABILITY
A copy of all Endorsements to the policy(ies) which in any way
(agQ..nts's init) limit the above-listed types of coverage are attached to this
Certificate of Insurance.
This Certificate of Insurance is not an .insurance policy and does not amend,
extend or alter the coverage afforded by the policies listed herein.
Notwithstanding any requirement, terra, or condition of any contract or any
other document with respect to which this Certificate of Insurance may be
issued or may pertain, the insurance afforded by the policies described
herein is subject to all the terms, exclusions and conditions of such
policies.
IT IS ICY CERTIFIID that the above policy(ies) provide liability insurance
as required by the Agreement bs�n the City and the insured.
By; Dated: 19
Attach Certificate of Insurance and Additional Insured Endorsement on ccupany
farms.
Certificate of Insurance Page 2 of 2
CONTRACT FOR PUBLIC GCS (continued)
ENDURSEMERr OF PRIMARY INSURANCE
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:
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 ups to cover a lass under said additional policy.
POLICY INFCRMATIM
1. Insurance many:
2. Insurance Policy Number:
3. Effective Date of this Endorsement: , 19
4. Insured:
All notices herein provided to be given by the Insurance many 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, (print/type name)
warrant that I have authority to bind the below lasted Insurance Caffpany and
by my signature hereon do so bind this Cowry.
Signature of Authorized Representative:
(Original signature required on all Endorsements furnished to the District)
Name, of
Agent/Agency: Title:
Address: Telephone:
Facsimile:
Primary Erxiorseanent Page 1 of 1
AMMoxAL IN-caRM ENDOP.SEKMT
in consideration of the policy premium and notwithstanding any incon-
sistent statement in the policy to which this Brdorsement is attached or any
other Endue attached thereto, it is agreed as follows:
The City of Cupertino ("City") and its Directors, Officers, engineers,
agents and employees, and all public agencies from wham permits will be
obtained and their Directors, officers, engineers, agents and employees are
hereby declared to be additional insureds under the terms of this policy, but
only with respect to the operations of the ContracP-^r at or upon any of the
premises of the City in connection with the Contra, with the City, or acts
or omissions of the additional insureds in connection with, but limited to
its general supervision or inspection of said operations.
POLICY INFORMATION
1. Insurance Company:
2. Insurance Policy Number:
3. Effective Date of this Endorsement: 19
4. Insured:
All notices herein provided to be given by the Insurance Copany 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, (print./type name)
warrant that I have authority to bind the below listed Insurance Ccapany and
by my signature hereon do so bind this Caapany.
Signature of Authorized Representative: _
(Original signature required on all Endorsements furnished to the District)
Names of
Agent/Ageirpy: Title:
Address: Telephone:
Facsimile:
Additional Insured Endorsement Page 1 of 1
93-013 PAVEMENT RESTORATION 3 'of 3
PROJECT 93-105
aVI'RACT FOR PUBLIC GCS (continued)
alaMMMSIVE GENERAL LIABILITY/
COHMERCIAL GEL LIABILITY
ENDORSEMEW OF AOGYMATE LIM1'Y'S OF
INSURANCE PER PRQJBCr
In consideration of the policy premium and notwithstanding any inoon-
sistent statement it the policy to which this Erdarsement is attached or any
ather Endorsement attached thereto, it is agreed as follows:
This Didorsement modifies the insurance provided under the General
Liability Coverage part of the below-referenced policy of insurance.
The general aggregate limit under LUUVS OF INSURANCE applies separately
to the project described as
POLICY INFORMATION
1. Insurance Company:
2. insurance Policy Number:
3. Effective Date of this Eardersement: , 19
4. Insured:
5. Additional Insured: City of Cupertino, its Direct..ors, 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,
shall be mailed to or delivered to the City at 10300 Torre Avenue, Oupertino,
California, 95014.
I, (print/type name)
warrant that I have authority to bind the below listed Insurance Company and
by my signature hereon do so bird ':his Ccapany.
Signature of Authorized Representative:
(Original signature required on all Endorsements furnished to the District)
Names of
Agent/Agency" Title:
Address: Telephone:
Facsimile:
Aggregdte Limits Endorsement Page 1 of 1
CONTRACT FOR PUBLIC WORKS (continued)
WAIVER Of SUMMATION ENDORSEMENT
WOFMM I S CCMENSATION INSURANCE
In consideration of the policy premium and notwithstanding any :incon-
sistent statement in the policy to which this Endorsement is attached or any
other FXyiorsemsnt attached thereto, it is agreed as follows:
It is agreed that with respect to such insurance as is afforded by the
policy, the Insurance Company waives any right of subrogation it may acquire
against tt a 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 cut of the performance of the above-referenced Contract.
POLICY INF+OF*tATION
1. Insurance Company:
2. Insurance Policy Number:
3. Effective Date of this Endorsement: 19
4. Insured:
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, (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:
(Original signature required on all Endorsements furnished to the District)
Names of
Agent/Agency: Title: _
Address: Telephone:
Facsimile:
Subrogation E r dor'se ent Page 1 of 1
CONTRACT FOR PUBUC GCS (cortiruied)
NOMCE OF FOUCY
CANCELLATION ENDORSEMENT
In consideration of the policy premium and notwithstanding any incon-
sistent statement in the policy to which this Eckdorsement is attached or any
other Endorsement attached thereto, it is age as follows:
Cancellation Notice. The insurance afforded by this policy shall not be
suspended, voided, cancelled, rued in coverage or in limits, or materially
altered, w oept after thirty(30) days' prior written notice by certified
mail, return receipt requested, has been given to the City of Cupertino
("City") . Such notice shall be addressed to the City as indicated below.
POLICY INFO MIXION
1. Insurance Ocupany:
2. Insurance Policy Number:
3. Effective Date of this Endorsement: , 19
4. Insured:
All notices hwein provided to be given by the Insurance Cm parry to the
City in connection with this policy and this Additional Insured E dorsemernt,
shall be mailed to or delivered to the City at 10300 Torre Avenue, Cupertino,
California, 95014.
I, (print/type name)
warrant that I have authority to bind the below listed Insurance Cmpany and
by my signature hereon do so bind this Company.
Signature of Authorized Representative:
(Original signature required on all Erdorseaents furnished to the District)
Names of
Agent/Agency: Title:
Address: _ Telex:
F°acsimile:
Cancellation Evdarsement Page 1 of 1
FAMNYM PERFXI%WCE BOND
IOW ALL MEN BY IM SE PRESE Nr:
UM WE, as
Principal, (contractor's name) —and as
Surety, (boxIug oaqpany°s name)_
are held and firmly bound unto the City of Cupertino, State of California, in
the sum of lawful
money of the United States, for the payment of which will and truly to be
made, we bind ourselves, our heirs, executors, suouv sscws and as-
jointly and severally, firmly by these presents.
TES CONDITION of the foregoing obligation is such that,
MEREAS, the Principal has entered into a contract with the City
dated ,19 with the Obligee to do and perform the
following work to-wit:
NOW, THEREFORE, if the said principal shall well and truly perform the
work contracted to be performed under said contract, then this obligation
shall be void; otherwise to wain in full force and effect.
IN WITNESS WHIERMF, this instrument has been duly executed by Principal
and Surety this day of. , 19
(To be signed by Principal and Surety. Notary acknowledgments required)
i red)
CCNrRACIM
Principal
Surety —
By:
Attorney-In-Fact
The above bond is accepted and approved this _ day of ,19_
Faithful Performance Page 1 of 1
CONTRACT FOR PUBLIC WORKS (continued)
LABOR AND MATERIAL, BOND
KNOW AIL MEN BY THESE PRESENT:
WHEREAS, the City of Cupertino, State of California, and _
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 ,
more particularly described in said ommaitz t; 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
submi tractors, shall 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, as Principal,
(contractor's name)
and , as Surety,
(Bonding Cmpany'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
team, iri¢:lements or machinery, for or contributing to said work to be done,
and all persons who perfor^+ 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
THE CONDITION OF THIS OBIIGATION IS SLXH THAT if said principal, his or
its subomtractors, heirs, executors, administrators, successors or assigns,
shall fail to pay for any materials, provisions, provender or other supplies
or team 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 reGpect to such work or labor, or
any and all damages arising under the original contract, then said Surety
will pay the same and also will pay in case suit is brought upon this bond,
such reasonable attorney's fee as shall be fixed by the court.
This bond shall insure to the benefit of any and all persons, coupanies,
and corporations entitled to file claims under Section 1184.1 of the Code of
Civil Prate, 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
CONTRACT FOR PUBLIC WOWS (continued)
And the said Surety, for value reoeived, hereby stipulates, and agrees
that no dw9e, extension of time, alteration or addition to the terms of the
contract or to the work to be performed ttxmwz der or thet specifications
accoupw ying the saute shall in any wise affect its obligations on this bard,
and it does hereby waive notice of any ox^.h change, extension of time,
alteration or addition to the terms of the contract or to the work or to the
specifications.
IN WITNESS WMWF, this instrument has been duly executed by the
Principal and Surety this day of 19_
(To be signed by Principal and Surety. Notary acknowledgments required)
C OMR iCIOR
Principal
Surety
By:
Attorney-In-Fact
The above bond is accepted and approved this ` day of ,19,
Labe' and Material Page 2 of 2
PATCHING LIST PROJECT 93-105 3.24-93
�JA A
A.
I A 1TO BE SLURRY SEAEM3
18 1 ALCALDE RD 317
51 1 ALCAZAR AVE 115 TO BE SLURRY SEALED
9 1 JALPINE DR 1,026
69 1 JANN ARBOR AVE 63 _
65 1 JANSON AVE 155 TO BE SLURRY SEALED
11 2 ASTER LN 103 TO BE SLURRY SEALED
81 2 BARNHART PL 178
75 2 BELKNAP DR 31 TO BE SLURRY SEALED
74 2 BUBB RD 1,395
27 1 CARNOUSTIE CT 258
72 2 CARRIAGE CIR 32
62 1 CAST?NE AVE 316 TO BE SLURRY SEALED
96 2 CASTLETON ST 254 TO BE SLURRY SEALED
98 2 CHADWICK PL 9911 TO BE SLURRY SEALED
114 3 CHERRY TREE LN 380 TO BE SLURRY SEALED
64 1 JICHISHOLM AVE 403 TO BE SLURRY SEALED
3 1 11CLEARCREEK CT 1,205
4 1 11CLEARWOOD CT 664
80 2 11COLLONY HILLS LN 17
77 2 11COLUMBUS AVE 493 TO BE SLURRY SEALED
20 1 JJCORDOVA RD 62
129 3 COTTONWOOD DR 117 ITO BE SLURRY SEALED
5 1 ICRESCENT RD 63
10 1 ICRESTON DR 443
1.17 3 ICYPRESS CT 425 TO BE SLURRY SEALED
118 1 3 iCYPRESS DR 1,186 TO BE SLURRY SEALED
26 1 DEANZA CIRCLE S 12
119 3 IDEODORA DR 2,112 TO BE SLURRY SEALED
46 1 DOLORES AVE 158
101 2 DUMAS DR 358 TO BE SLURRY SEALED
104 2 JJFALLENLEAF LN 145 TO BE SLURRY SEALED
_ 126 3 JJEERNGROVE 130 TO BE SLURRY SEALED
91 2 FESTIVAL CT 129 TO BE SLURRY SEALED
73 2 FESTIVAL DR 9
92 2 FOi KSTONE DR 494 TO BE SLURRY SEALED
32 1 FOOTHILL NORTH 288
30 _ 1 FOOTHILL SOUTH 226
82 2 GALWAY DR 267
61 1 GARDENA 93 TO BE SLURRY SEALED
43 1 GRANADA 107 TO BE SLURRY SEALED
68 I GREENLEAF 86 TO BE SLURRY SEALED
45 1 HERMOSA AVE 81
33 1 HOMESTEAD RD 16
86 2 HUNTERSON PL 144 TO BE SLURRY SEALED
109 2 JAMESTOWN 28 TO BE SLURRY SEALED
42 1 JANICE AVE 401
121 3 JOHN DR 1,367 TO BE SLURRY SEALED
79 2 1 JOLLYMAN DR 555
100 2 KIM ST 602 TO BE SLURRY SEALED
13 1 LEBANON DR 2,470 11 ITO BE SLURRY SEALED
85 0 2 BLILAC WY 42 0 jT0 BE SLURRY SEALED
PATCHING LIST PROJECT 93-105 3-24-93
t 11AREAR
AM
t 130 2 ILINDA VISTA DR. 235 TO BE SLURRY SEALED
122 3 !LINDERBROOK LN 733 TO BE SLURRY SEALED
14 1 lLrCKWOOD 21 TO BE SLURRY SEALED
54 1 11 LOMITA AVE 2,487
66 1 11LUBECST 100 ITO BE SLURRY SEALED
57 1 1 JIMAXINE AVE 32
28 1 MC CLELLAN RD 24 CLUBHOUSE TO FOOTHILL
22 1 MERCEDES RD 349
16 1 MERRIMAN RD 1,083 TO BE SLURRY SEALED
59 1 METEOR DR 295 TO BE SLURRY SEALED
60 1 METEOR PI. 274 ITO BE SLURRY SEALED
63 1 JIMILFORD DR 517 TO BE SLURRY SEALED
88 1 2 JIMILKY WAY 56 TO BE SLURRY SEALED
40 1 1 JIMIRA VISTA RD 20
37 1 1 JIMIRA VISTA RD 262
132 1 1 JIMIRAMONTE 25
24 1 1 JIMIRANIONTE RD 47
128 1 3 11MYRTLEWOOD DR 161 TO BE SLURRY SEALED
89 1 211NOVEMBER DR 3 1 TO BE SLURRY SEALED
52 1 1 IJOLIVE AVE 830
55 1 1 IJORANGE AVE 29
36 1 1 IIPALM DR 399
38 1 1 IIPALO VISTA RD 1,261
99 1 2 IIPALOS VERDES DR 577 TO BE SLURRY SEALED
53 1 1 PASADENA AVE 456
116 1 3 IIPEAR TREE LN 1,149
56 1 PENINSULAR AVE 224
2 1 PHARLAP DR 289
110 2 PLUM BLOSSOM DR 253 TO BE SLURRY SEALED
108 2 POPPY _ 88 TO BE SLURRY SEALED
76 2 PRESIDIO DR 297
106 2 PRIMROSE WY 339 TO BE SLURRY SEALED
83 2 PROSPECT RD 1,084
115 3 PRUNE TREE LN 1,764 TO BE SLURRY SEALED
112 2 RAINBOW DR 12 TO BE SLURRY SEALED
103 2 REGNART CT 36 TO BE SLURRY SEALED
102 2 REGNART RD 797 TO BE SLURRY SEALED
23 1 IRICARDO RD 16
120 1 3 IRICHWOOD CT 593 TO BE SLURRY SEALED
25 1 1 IRIVERSIDE DR 376
87 1 2 IROBINDELL WY 38 TO BE SLURRY SEALED
71 1 2 IROSEBLOSSOM DR 219
94 1 2 IRUCKER DR 367 TO BE SLURRY SEALED
67 1 1 IRUMFORD DR 1 10 ITO BE SLURRY SEALED
84 2 SAGE CT 266 TO BE SLURRY SEALED
8 1 SALEM AVE 1,489
19 1 SAN FELIPE RD 30
48 1 SAN FERNANDO AVE 855 TO BE SLURRY SEALED
50 1 SAN FERNANDO C'T 1,796
21 1 SANTA LUCIA 423
39 1 IISANTA PAULA AVE 86
9-32 IISANTA TERESA DR 448 F ITO BE SLURRY SEALED
PATCHING LIST PROJECT 93-105 3-24-93
ID A
NAME 14" REMARKS
SCENIC BL 12 _
90 2 SEPTEMBER DR 166 TO I SLURRY SEALED
12 1 SILVER OAK WY 4 TO BE SLURRY SEALED
29 1 STELLING RD 16 ISTEVENS CRK.TO MCCLELLAN
70 2 11STELLING RD SOUTH 322
127 3 11STENDAHL LN 1,326 TO BE SLURRY SEALED
131 3 STERN 1202
31 1 STEVENS CANYON RD 9
34 1 <TEVENS CREEK BL 708 STELIING TO PASADENA
I i I STONYDALE PL 110
97 2 SUTHERLAND AVE 248 TO BE SLURRY SEALED
113 3 TANTAU AVE _ 668
78 2 'TERRACE DR 65
105 2 TIPTOE LN 23 TO BE SLURRY SEALED
1 1 UNIVERSITY WAY 40
61 1 VISTA KNOLL BL 970 TO BE SLURRY SEALED
17 1 11VOSS AVE 58 TO BE SLURRY SEALED
58 1 PIWALLACE DR 183
35 1 11WALNUT CIRCLE NORTH 192 TO BE SLURRY SEALED
107 2 11WATERFORD DR 187 TO BE SLURRY SEALED
124 3 IWEST ESTATES DR 730
95 2 WILKINSON 354 TO BE SLURRY SEALED
123 3 WILLOWBROOK WY 525 TO BE SLURRY SEALED
125 3 WILLOWGROVE LN 136 TO BE SLURRY SEALED
15 1 WOODRIDGE Cr 14 TO BE SLURRY SEALED
TOTAL 48,468 3,684
TOTAL OF 26,652 S.F.OF PATCHING TO BE DONE ON STREETS TO RECEIVE A SLURRY SEAL.
i
PAVEMENT RESTORAT I ON
PROJECT 93-105
BY; APPROVEO BY:
s
Z Grigg J. skovlda
Traffic Engiraer lic Works
SICNY UM PAGE 1 OF 1
HID PROPOSAL
PAVFMERr RESIOFATIM
PST 93-105
TO: IM DIRECTOR OF PUBLIC WORDS, CITY OF CUPERT NO, STATE OF CALIFORNIA
Dear Sir:
In ccuplianoe with the plans and Specifications for the work of the
PAVE FMMXT in the City of Cupertino, MWBCT 93-105
I, the undersigned, hereby declare that I have read the proposal
requirements, visited the sites, and examined the specifications. I, the
undersigned, hereby propose to do all work required to oompW a the work
in accordance with the Plans and Specifications for the prices set forth
in the following schedule. I further understand that said prices include
all costs including, but not limited to, local state and federal taxes,
and transportation costs.
I, the undersigned, also understand that the quantities shown below are
estimates only, being given as a basis for coa)arison 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 cmit items or portions of the work deemed
unnecessary by the Engineer.
The City of Cupertino reserves the right to unilaterally detrermine and
award the contract to any qualified bidder based on the most advantageous
proposal, to reject any or all bids or to waive any irregularities in the
procedures.
The work to be done consists of furnishing all labor, methods of process,
tools, machinery and material required to complete the Annual Overlay and
Pavement Restoration, Project 93-105 as described in the Special
Provisions.
In the event of discrepancies between the written unit price and the
numerical unit price, the written price shall govern.
This amount of liquidated damages shall be deducted by the City from
monies due from the Contractor hereunder, or the Contractor's assigned,
successors, and sureties shall be liable to the City for any excess.
Completion of entire project 30 working days from Notice to Proceed.
ESPY QUANI I=
The bid prices for this project shall be as outlined below:
BM EST. Q►TY.
ITEM UNIT I7 M UNIT PRICE TOTAL
1. 48,468 Pavement Restoration (4t1) $ 3.4 6/S.F. $ 167,699.28
Per S.F.
2. 3,684 Pavement Restoration (610) $ 5.50 /S.F. $ 20 ,262 .00
Per S.F.
PROPOSAL PAGE 1 OF 6
r
NONCOMBIONT AFFI kVrr TO BE E%ECUrED BY
BIDDER AND Sty WrM BID
I, the undersigned, being first duly sworn, deposes and says that I am
CORPORATE SECRETARY, of EL CAMINO PAVING, INC.
(business title) (buses name)
the party making the foregoing bid, that the bid is not made in the
interest of, or on behalf of, any undisclosed person, partnership,
many, association, organization, or corporation. The bid is genuine
and not collusive or sham. The bidder has not directly or indirectly
inured or solicited any other bidder to put in a false or shale bid, and
has not directly or indirectly colluded, mired, connived, or agreed
with any bidder or anyone else to put in a sham bid, or that anyone shall
refrain fz bidding. The bidder has not in any manner, directly or
indirectly, sought by agreement, ccumunic 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. All
statements contained in the bid are true and, further, the bidder has not,
directly or indirectly, submitted the bid price or any breakdon thereof,
or contents thereof, or divulged information or data relative thereto, or
paid, and will not pay, any fee to any corporation, partnership, may,
association, organization, bid depository, or to any member or agent
thereof to effectuate a collusive or sham bid.
Pd2fJ OML PAGE 2 OF 6
BIDDER QUALIF-10 ON FORM
in further coopliance with the specifications furnished, I, the
undersigned, submit the following statements as to my wq erienoe and
qualifications to perform this work as a part of this proposal.
We have been in business under the present name for 17
years.
Our experience in work coupax:3ble with that required by the proposed
contract is 17 years operating under our current business name.
Our experience in work comparable with that required by the proposed
contract is years operating under the following different
name(s) .
My California Contractor's License Number is 329094
-
The classification of my Contractor's License is A & C-12
The expiration date for my Contractor's Lic::nse is 6/3 0/9 4
***************************************************************************
* (This Section for City use Only)
* The above information has been verified by
on
* Contractors State License Board (800) 321-2752 or (408) 277-1244.
vame federal funds are involved, no bid submitted shall be
invalidated by the failure of the bidder to be licensed in accordance with
the laws of the State of California, however, at the time the contract is
awarded the contractor shall be properly licensed.
PROPOSAL PAGE 3 OF 6
BIZEER tOFWCOK
The following is an exanple of work siaLlar in character to that
required in the Proposed contract which our organization or personnel in
our organization has Coopleted within the past three(3) years.
Year Location Class For ini= Performed Phone Number Amount
SEE ATTACHED
PF40POSAL PAGE 4 OF 6
GRADING and PAVING
P.D. BOX 62319 • SUNNYVALE. CA 940H
415-%5-7283 FAX 415 W5-7357
Cont. License No.329094
CLASS, LOCATION OF WORK, FOR WHOM CONTRACT
YEAR PERFORMED & CUNTACT AMOUNT
1990 HEWLETT PACKARD, SANTA CLARA f 1�•4, 88�. ��
PATCH PAVE, PE.TROMAT/OVERLAY
CONTACT: DUN LIEN (408)5b;3-c 104
1990 LUCKHEE.D MISSILES & SPAGE, SUNNYVALE .53 , 663. C,0
PETROMAT/OVERLAY & SLURRY SEAL
SUPS: STRIPING
CUNTAL;T: ROBERT LINDERMAN (406) c:4-6t[.16:i
1990 SUMITRUNICS, :iANTA CLAr1A : 8, 000. lily'
PATCH PAVE, PETROMAT/JVERL'AY
SUB:3: STRIPING
CONTACT: ELLEN FOSTER (406) 980-0811
1991 OAK GROVE SCHOOL DISTRICT, SAN JOSE '79, 664. 00
PATCH PAVE & OVERLAY.
SUBS: STRIPING
CONTACT: ELVA JUAREZ (408) EE7-8 300
1991 S. L. A. C. FACILITIES # 4 S FANI=ORD 39, E`�. ovi
GRADING & PAVING, PATCH PAVE, 80, 880. 00
PE.TROMAT & OVERLAY
CONTAUT, BEN GOODMAN (415) 9E6-4692
1991 UNION SCHOOL DISTRICT, SAN J USE E8 , s<'�00. tcivt
GRADE & F44VE. SUBS: CONCRETE WORK,
ELECTRICAL & ST'RIPING
CONTACT: CARROL KRENZ (408) 377-80.t 1 G
1991 CITY OF ATHERTON ESE+, BEE. kik1
GRADE & PAVE. SUBS: C:UNCRETE, ELEC-
TRICAL AND STRIPING
CONTACT: RICHARD MOORE (415)686-6:>3,;
199d BARBACCIA PROPERTIES, bkN JOSE 60, 914o. ow)
PATCH PAVE & PETRUMAT/UVI=RLAY
CUIV'TACT: PH I L BARBACC I A (406)9._:3-7 kt09
199E CUMPUTER CURRICULUM, SANTA C:LARA 2-3, 6.a4. 00
PATCH PAVE, SEALING & STRIPING
CONTACT : JOHN HUGHES (408)745-6E'70
199E EAST SIDE UNION HIGH SCHL)UL DISTRICT 15k), 6E8. tilo
SAN JOSE, V-1647CH PAVE & OVERLAY
SUBS: CONCRETE & SIRIPING
CONTACT : RAY DELGADO (408) E7:'-641 S
199E SHN JOSE/EVERGREEN C0I114UN1 (Y LULLEGE: 113, 54i. 041_t
DISTRICT, SAN JOSL. PHTLF4 PAVE, OVERLAY,
*6EALIN6• Ul56s 5TRIPINCB
SUBCOMMM M'S FORM
Z?ke M&XII 3ractor(s) , as defined in the General Provisions and in
Section 7026 of the California Business and Professions code, that Z
propose to hire to perform any of the wcrk for this project in an amouryt
in ems of are-half of one percent(0.5%) of the total bid are listed
below. Only those listed below shall perform work on this project and
each of them has been provided with a full and complete set of plans and
specifications for this project by the bidder.
1. Name
Address
Wore 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
7. Name
Address
Fork to be Performed
PROPOSAL PAGE 5 OF 6
BIDL R IS SIGOLIM RE FORS4
IF YOU ARE AN INDIVIDUAL, SO STATE. IF YOU ARE: A OMWANY OR A
CO-PAS, 93MTE THE OMWANY NAM AND = THE MiES OF ALL
INDIVIDEM , OD--PAIMIERS CaGWING THE COMPANY. IF YOU ARE A MMON,
STATE TEE LMAL NAME OF THE 00RPQRATION AND THE NAMES OF THE PRESIDENT,
SBC REAM-TREASURE R AND MANS. THE SATE SEAL MUST BE AFFDOM TO
THIS Fes'!. ENTER THE NAME OF YOUR BUSINESS ON THE LINE OPPOSITE THE
APPROPRIrE BUSINESS TYPE.
1
TYPE OF
BUSINESS NAME OF BUSINESS
CCRPORATION EL CAMINO ?AVING, INC.
CO-PpRINERS¢IP: ESTEVAN ALVA - PRESIDENT
INDIVIDUAL MONICA ALVA - SECRETARY
JOB VENTURE ; MARIE ALVA - TREASURER
OTHER ESTVAN ALVA - MANAGER
(Describe)
Name and Signature of Bidder: DAN ROUGERS
(Print or Type Name)
Date: 5/1/93
(mailing & location) 924 SAN RAFAEL AVE.
MOUNTAIN VIEW, CA 94043
Telephone Number ; (415) 96 5-7 28 3
Adoiowledgement of all addenda received is required by circling each
addendum number.
1 2 3 4 5 6 7 8 9 10
PROPOSAL PAGE 6 OF 6
PAVEMENT RESTORATION
PROJ E C T 93-105
REVI BY; APPFDVED BY:
Glenn M. Grigg i J. c6vich
Traffic Engineer ire�tor f Public Works
SIGHKTURE PAGE 1 OF 1
City of Cupertino
10300 Torre Avenue
Cupertino, California 95014
The City of Cupertino, Santa Clara County, California, invites sealed
proposals for the construction of the work as delineated on the Plans
and/or in the Specifications, entitled PAVENWr FBFMURATIC N, FM=
93-105.
Contract Documents, consisting of Notice to Contractors, Prowl, Time
for Completion, Estimated Quantities, Noncollusion Affidavit, Bidder
Qualification Form, Subcontractors Form, Signature Form, Standard
Specifications, General Provisions, Special Provisions and Plans, Faithful
Performance Bond, labor and Material Bond, Insurance Certificates 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 Torre
Avenue, Cupertino, CA 95014, for a non refundable deposit of $5.00 each.
Special attention of bidders is directed to Section 7, Proposal and Award
of Contract, of the General 1,irovisions for full directions as to bidding.
Sealed proposals will be received at the office of the City Clerk, City
Hall, City of Cupertino, 10300 Torre Avenue, Cupertino, CA 95014, until
2:00 P.M. on 3W 1, 1993, at which time they will be publicly opened and
the couparative totals read.
All proposals or bids shall be accompanied by cash, a cashier's check
or certified check payable to the order of the City of Cupertino, in the
amount of ten percent (10%) of the bid, or by a bond in said amount payable
to the City of Cupertino. Said bond shall be signed by the bidder and a
corporate surety, or by the bidder and two (2) sureties who shall justify
before any officer competent 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 become 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 Contractor has been awarded the
contract.
All bids shall be compared using the estimated quantities prepared by
the Engineer and the Unit Prices submitted. No incomplete nor
interlineated proposal or bid will be accepted. Bidders are required to
bid on all items of the proposal.
No 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
accordance with the provisions of Division 3 of Chapter 9, "Contracts" of
the Business and Professions Code of the State of California. The contract
shall not be awarded to any bidder who does not possess a General
Engineering Contractor's Ucense.
Page 1 of 2
CC TO
All bids received will be repotted to the City Council of Cupertino
within thirty (30) days of receipt, at which time the City Council will
review and act upon the bids submitted. Award, if any, will be made to
the responsible bidder whose proposal is most advantageous to the City.
The City of Cupertino reserves the riot to award the contract to any
qualified bidder based on the proposal that is most advantageous to the
City. The City also reserves the right to reject any or all bids or to
waive any irregularities in the bidding procedures, provided the variance
cannot have affected the amount of the bid or cannot have given a bidder
an advantage or benefit not allowed other bidders.
The Contractor shall furnish to the City a Faithful Performance Bond
and a Labor and Material Bond as required in the specifications.
It shall be mandatory upon the Contractor to whom the contract is
awarded, and upon all actors, to pay m less than the general
prevailing wage rates to all workers employed in the execution of the
contract as provided for in Section 7-1.01A of the Standard
Specifications.
Payments to the Contractor will be made in cash by said City upon
sutmission by the Contractor and approval by the Engineer of a progress
billing which reflects the value of the work completed. The press
payments made as work progresses will be payments on account and will not
be considered as an acceptance of any part of the material or workmanship
required by the Contract.
Pursuant to Section 4590 of the California Government Code, the
Contractor will be permitted, upon request and its sole expense, to
substitute securities for any moneys withheld by the City to ensure
performance under the Contract. Said securities will be deposited either
with the City or with a state or federally chattered bank as escrow agent.
Securities, eligible for this substitution are those listed in Section
16430 of the California government Code or bank or savings and loan
certificates of deposit, interest bearing demand deposit accounts, standby
letters of credit, or any other security mutually agreed to by the
Contractor and the City. The Contractor shall be the beneficial owner of
any securities substituted for moneys withheld and shall receive any
interest therm.
CITY OF CUTER M40
r
By: ' Date: �•� �,. S f-3
Ci Clerk
Published:
May 12, 1993
May 19, 1993
Page 2 of 2
BID PROPOSAL
PAVE ERR RES'IORA ON
PRaJgX.T 93-105
TO: THE DIRDCMR OF PUBLIC WORKS, CITY OF CITEff7I'.M, STATE OF CALYFMT1A
Dear Sir:
In coopliance with the plans and Specifications for the work of the
PAVENEWRF3'I VATION HMO= in the City of Cupertino, FRMPJCT 93-105
I, the signed, hereby declare that I have read the prowl
requirements, visited the sites, and examined the specifications. I, the
undersigned, hereby propose to do all work required to Clete the work
in -- - -rdance with the Plans and Specifications for the prices set forth
in the following schedule. I further understand that said prices include
all costs including, but not limited to, local state and federal taxes,
and transportation costs.
I, the undersigned, also understand that the quantities shown below are
estimates only, being given as a basis for ocaparison of bids. The City
of Cupertino does not state that the actual amount of work will correspond
but reserves the right to increase or decrease the amount of any class or
portion of the work or to omit items or portions of the work deemed
ummessary by the Engineer.
The City of Cupertino reserves the right to unilaterally determine and
award the contract to any qualified bidder based on the most advantageous
proposal, to reject any or all bids or to waive any irregularities in the.
procedures.
The work to be done consists of furnishing all labor, methods of process,
tools, machinery and material required to complete the Annual Overlay and
Pavement Restoration, Project 93-105 as described in the Special
Provisions.
In the event of discrepancies between the written unit price and the
numerical unit price, the written price shall govern.
This amount of liquidated damages shall be deducted by the City from
monies due from the Cmitractor hereunder, or the CmY=actor's assigned,
MI ?ssors, and sureties shall be liable to the City for any excess.
CMPletion of entire project 30 working days from Notice to Proceed.
EST•Il4PiTED QUAMTTIES
The bid prices for this project shall be as outlined below:
BID EST. QN.
ITEM UNIT IT 01 UNIT PRICE TOTAL
1. 48,468 Pavement Restoration (411) $ 3.90 /S.F. $ 189,025.20
Per S.F. 5.60 20,630.40
2. 3,684 Pavement Restoration (6") $ /S.F. $
Per S.F.
PROPOSAL PAGE 1 OF 6
NONODL UISION AFFMPiVIT TO BE E BCUrE D BY
BIDDER AND SUENT TFZ) WITH BID
I, the undersigned, being first duly sworn, deposes and says that I am
President of C.F.Archibald Paving, Inc.
(business title) (business name)
the party making the foregoing bid, that the bid is not made in the
interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation. The bid is genuine
and not collusive or sham. The bidder has not directly or indirectly
induced or solicited any other bidder to put in a false or sham bid, and
has not directly or .indirectly colluded, conspired, connived, or agreed
with arty bidder or anyone else to put in a sham bid, or that anyone shall
refrain from bidding. The bidder has not in any manner, directly or
fly, sought by aunt, caminication, 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 posed contract. All
statements contained in the bid are true and, further, the bidder has not,
directly or indirectly, submitted the bid price or any breakdown thereof,
or contents thereof, or divulged information or data relative thereto, or
paid, and will not pay, any fee to any corporation, partnership, many,
association, organization, bid depository, or to any member or agent
thereof to effectuate a collusive or sham bid.
PROPOSAL PAGE 2 OF 6
�9
BIDDER QLALIFICATION Yam'!
In further cceplianee 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 Twenty-three
years.
Our experience in work ecqparable with that required by the Proposed
contract istwenty-three` years operating under our current business name.
Our experience in work ale with that required JOY the proposed
contract is years operating under the following different
name(s) .
My California Contractor's License Number is 267077
'i'he classification of my Contractor's Lieer'se is A, C12
The expiration date for my Contractor's License is 5/31/94
* (This Section for City use Only)
* The above information has been verified by
on
* Contractors State License Board (600) 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 accordance with
the laws of the State of California, however, at the time the contract is
awarded the contractor shall be properly licensed.
PBfJPOSAL PAGE 3 OF 6
B3MM MWIM OF WCW
The following is an exile of work similar in d-aracter to that
required in the pry cantracL• which our organization or, personnel in
our organization has coupleted within the past three(3) years.
Year Location Class For Mm Performer Phone Neer Am�tult
90/92 Tamien Station Caltr_ans/Dan Caputo (415) 961-1002 $173,000
90/92 McClellan & Stelling Caltrans/Dan Caputo (415)961-1002 $306,000
91/92 Shoreline/Hghwy 101 Caltrans/Dan Caputo (415)961-1002 $406,000
92 UAL Flight Kitchen Howard J. White, Inc. (415)966-1001 $260,000
92/93 Parking Lot/Street Lockheed MSC (408) 524-6017 $750,000
Resurfacing Ron Thomson
92 Street Resurfacing Town of Atherton/ (408)294-9792 $250,000
Detrick Corporation
PROPOSAL PAGE 44 OF 6
Hw"
SUBCONIRACIOR'S FORK
The subeontractor(s) , as defined in the General Provisions and in
Section 7026 of the California Business and Professions Code, that I
propose to hire to perform arry of the work for this project in an amount
in excess of one-half of one peroeatt(0.5%) of the total bid are listed
below. Only those listed below shall perform work on this project and
each of than has been provided with a full and complete set of plans and
specifications for this project by the bidder.
1. Name Pl atherly Striping
Address 1725 E. Baysho.re, �103, Redwood City, CA 94063
Work to be Performed Miscellaneous Pavement Markinqs
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
7. Name
Address
Work to be Performed
PROPOSAL PAGE 5 OF 6
BIDDER'S SIG UMME FM
r `
IF YOU ARE AN INDIVIEKML, SO STATE. IF YOU ARE A OCHPANY OR A
C0-PARnWLq ZIP, STATE THE 0OMANY NAME AND LIST THE NABS OF ALL
INDIVIDUAL OD-PAr aNERS 0Mqp0SM THE oomA 4Y. IF YOU ARE A OOtPORATION,
STATE THE IBGM NAME OF THE O'M2PORATIOK, AND THE NAMES OF THE PRESIDENT,
SECpETARY-IRFASURER AND Pam. THE SEAL MUST BE AFF (ED TO
TMS FORM. ENTER um NAME OF YOUR 11ZINESS ON THE LINE OPPOSITE THE
APPROPRIATE BUSINESS TYPE.
1
TYPE OF
BUSINESS NAME OF BUSINESS
C0Fd3 RATION C.F. Archibald Paving, Inc.
OD-PAP:
INDnTIDUAL
JOINT VENIIUM
OTHER
(Describe)
Name and Sigmture of Bidder: W.L. Archibald
(print or Type
Date: June 1, 1993
Address(mailing & location) P.O.Box 37
Redwood City, CA 94064
3624 Haven Avenue
Redwood City, CA 94063
Telephone Number : ( 415) 364-3045
Ada-owledgement, of all addenda received is required by circling each
addendum number-
01 2 3 4 5 6 7 8 9 10
PROPOSAL PAGE 6 OF 6
r
1b
at4 of CUPCS'tino
/ 10300 Torre Avenue
Cupertino,CA 9 5014-3 25 5
Telephone: (408)252-4505
FAX:(408)2.52-0753
DEPARTMENT OF THE CITY CLERK
June 24, 1993
Wattis Construction Company, Inc.
964 Stockton Avenue
San Jose,California 95110
CONTRACT FOR PUBLIC WOXS-PAVEMENT RESTORATION, PROJECT 93-
105
Enclosed is one (1) copy of the Contract for Public Works between the City of Cupertino
and Wattis Construction Co., Inc. which has been fully executed by City officials. This
contract was awarded to you or, June 7, 1993.
Enclosed please find your bid bond.
Sincerely,
DOROTHY CWJZ ELIUS, CMC
CITY CLERK
DGcs
Encl.
cc: Department of Public Works