Loading...
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