HomeMy WebLinkAboutService of traffic signal systems - Traffic Signal Repair Co - 1972 City Traffic Signal Pepair Co.
/ �i6A✓Hl �P�
7777
` r _
t �r
UNITO STATES FIDEL", ARANTY COMPANY
BONDNUMBER ........................................................................................
KNOW ALL MEN BY THESE PRESENTS:
SIGNA' L T:,AIR ^C INC
THAT .,_.� _
.... of ... LJNiMAlaL
.............A1'I" - .........I as Principal , and UNITED STATES FIDELITY AND
GUARANIY COMPANY, a fsryiand corporation,as Surety, are held and firmly bound unto.........................................................................................
,
...,......_.......................-.:..i..n..R.. .r..,.....:t...:...t,r.i�. ..t:t ............... ............................................. ..............................................._...............................
as Obligee, in the PAI and just sum of...x- 0-2'.c4 . �.:.:: r D —......... F 1 A ,n ;... v .. .. .. ..
Dollars,
lawful money of the United States, for the payment of whict sum, well an(i truly to be made, we bind ourselves, our heirs, executors,
a,irr n;strators, successors and assigns, jointly and severally, firmly by these pre,-ants.
WHEREAS. the said Principal is herewith submitting its proposal
THE CONDITION OF THIS OBLIGATION is such that if ire a`-reszid Principal shall be a« r e the contract the said Principal will, within the
time required, enter into a `:r ,ai contract and give a go^d and sufficient bond to secure the performance of the terms and conditions of
the contract, then this ob igat :in to be void; otherwise the Principal and Surety will pay unto the Obligee the difference in money between
the amount of the bid of tze .aid Principal and the amount for which the Obligee legally contracts with another party to perform the work
it the latter amount be in eircess of the former, in no event shall the Surety's liability exceed the penal sum hereof.
Signed, sealed and delivered..:J. r?.........r.z..,..j. ......
(Date)
.............................. .......................................................................(SEAU
_. _ _............ .......................................................... ....................-..........................................................................(SEMI
UNITED STATY FIDELITY AND GUARANTY COMPANY
JCH* ? .hrtorneyir-fact
r, , ._
ContrwIt i t R*via d) (T-")
m�
\ DZPA.R-LlMNT OF FINANCE
. f CITY OF CUPERTINO
K STATE O£ cALIFG.RNI4
\ �-
/ �
PROPOSAL
( SPECIFICATIONS
G JzZRAL QUzwls TO BIDDERLS
NOTICE 2 I IiG SEALED 2k0 OSALS
Zea BIDS
zOR
I7R�zzic s:
zGa 2£z
CITY Jz 2z:iz0
3 OPEN1&c IG zz:
20 aav
J ea. 17/ 2972
at:
2:00 o' clock 2.=.
Honorable City Council
City oz: Cupertino
Cupertino, California
;x
4' Gentlemen:
We hereby offer to provide maintenance service and emergency repair of the traffic
signal system aA:d equipment shown in the attached inventory, and fr.r any additional
equipment activated by the City, during the tern of this contract, in strict com-
pliance with the current State of California Standard Specifications and Details , as
amended, and the .attached specificzlt:ions of the City of Cupertino.
Number of Total Cost
I Cost per i nLersection, 1r C=_:Gilt ., Unit 'rice Intersections per "10:1C
for all maintenance services,
><
GeSCriOa?d 1A t::eSe SpeCliiCatlOi�S. $ X 13
u-;ovu costs wi_ apply for tie :ull tern of the contract whether that
and are Oased on t.ie City S curr,?i z traffic control ecuip:�,.!%t
as a pa---- of zatt6e sDecii_-*czz:IO:s.
_� 1� ..:wCrjtOvG t.,i1.t tra=.�1C CO J:Oi eCulpztLn -s aGded to or 6L:JzrdCtdG fr,-..
tot%- 6j'Ste Or as 1t 1S ...00i1 1CG, t is Corr.'_spo ndln6 S
i:.CC Cost will be negotiated lbetNreea t.-12 -City star: and the CO:.tiaci.vr
=- :.ost of repair work- (total costs iacludi:o any and al;. mar cups , Dv,:: ..1
7 roils.
.arterials , co,-.tractor's is voic,_d cost: +
JOT, Str:3 .t time, contra C=or'S pz.y rates: + j.
(��Straioht'+ ci .c: is 8:00 a..... to ".30, p.m.
::on day through Thursday and 8.00 a. . to
1.2:00 p.m. on Friday)
C. Labor, ova:mime, contractor's pay rates: +
P aoe 1
D. Contractor's current rates (including markup, overhead
and profits) for the following em?loyment categories:
Straight Time Overtime
Sig:tal Maintenance Supervisor $ ?�. /hr. $ 0. 1� /hr.
2. Signal Maintenance Technician $ 110.)l /hr. $ 17.` 1 /ar.
:_ai:ic Signalman $ 14 /hr. $ 1� /hr.
4. borer $ 'r �O /hr. $ " /hr.
:ese labor costs can be increases d.:ring the term of this contract only When industry
labor rate increases occur. T're percentages shown above will repair. constant
—c term of the contract.
LJ
C::1'� :anr- 7en -he contractor's e i: t':it 1p� is used, It Will be G11iG L t0
tae City at the C0I1traCt0r'S COz3i: +
Go:_tracto'r's current raL-E:-, for t:e following equipment art:
1. Pickup true: $! /::.cur $_ /day
2. Ladder true: our $ /Lay $ �_
3. Platform truer. S /:cur $ /day $
4. Co uoressor $ /dour $ /day $
"Cher equipment Or equip-aer.- Ot Co:pietely dE5CTc d in nu 7erS
move:
�. J /hour $ /Gay $
Y
/day
/day
:r $ /day
io. $ /ao'ur $ /day
" T1 Insurance
The insurance offered confor-ms to the City's requirements, as spediit_d,
Page 2
provides the foilowinQ ecverage:
Bodily Injury $ 100,000 each person :',00,000 each occasion
Property Damage $ 100,000
Other: I.,000,000 Incl.
ine City cannot be assessed any other costs for maintenance, repair or
zeplacemeat, except for those shown above and for subcontracting costs as
detailed on page 4 of this proposal.
ZX?ER1E:;CE QUALIrICAT Iu^:..> c0R
C17Y OF l.V?i.RT:_.�
s..ateWe nt as t0 the D-�Ce: is SUD/:Il LeC i
?ro asal, as a ?art a.d tag a::d accuracy or t:,a inf;Dr-
by t::e .11L-:`r.
�- ✓� -...c: ..cs JCC:. i.6CG -.C. Jl i:ot ...aiu ti'.i ai.C2 Doti.�i.Cjb , ii
wor:: of a naz:ur� J . .11ur :c
oVur z. perLDG of. �e,&rs.
u.�.�."... �V JL...�J�ci .�V•+ly l.V..��.l:L<. a. 4_V�L�.�l_i. ZWarC:C- . Z0 n:ZI e.1COPF .iJ a.V.r
��...._.c� _ u.-�. u��. L:.t_ i/a_��1.LJ a1:^:l'.I iLc.J V.L:. �•.1Y rl-a..I�/
J__•✓:J,. al.:enanc,2 coI:tracts .iaVC J.'acI: aat_a�aCtOr11V COL�lietCC lA Cl- l is
for :cc �ersol:, firm or aL t,.ori%y in ca tCG, a i.i to wh 0i: re i.c?rt'_.;Ce 1s
liva ccatracts.) Plea-ie s ow years s"cn contract is or wLs In eLii:Ct,
:tractee aad name of cont:actaes administrator below:
i
Yc ors CoatraCtza Contract r.d:Iir.ist.rator
?a&e 3
Y•_= Co tractee Contract Administrator
19665 ZC l l`f Campbell IM?'. N`?'en
1.9.6.7 to Date Mountain View Mr. El.lictt
1268 zo Date _ :Menlo Park M--- Ebaugi
Da,.te; iaywa.r Uruic-c i ar.;
=,z JiCul r has the following personnel available for maintenance and repair work or.
t c C-Jzy's traffic control equipment:
�2:aO:i 2i l av-i.^.g a -.-aimum of two years Forking experience in the overhaul and main-
Le a:.ce of controllers, signal e(iuipmant appurtenances.
-.e Experience
n;. _
...c .. .... locatiU OT p-ace of OUST c,S uT CL i .:OconL.acLor wao wiil per ur:. w,--
o: oL:aer service t0 L.1e bidder l:a -pl:rfc) a.iCC Oi flit'_ wO I't Cxci'_sS v�
of vn, Dercent of the total 71d, and tfle porti0 n J'z the work which will be done b,
�,L�::u:.tr�,ctor is as follows:
rage 4
o O
\a e Locatio7 cork to be Per:ormad
NONE
�_ car'S guarantee in the amount of Two 'Inousand -Five Hundred Dollars ($2,500.00) in
form of Y Ni% is enclose(d.
.:c undersi-ned certifies that he .olds a valid, unrevoked C-10 license as set iGrt i
�.. z::a Contractors License Law (c:a?t r 9, div. 3, Business & Professions Code, SLaz
1_ : ora a) .
�Li:y at :ave carelully read L e sp�c; :cr,tions re atinw, zo waint�nanc�
C•v ,cp•ilr of L:ra-fic S--' ate. a:G conz of c:..a> �:r' , ,.ave i n5p2=tc.G
JvsLe , a:G i:. a� Td�: �::i:�r5� �.G all 7rovisior's O� Ju •_ o?c �� � .._.___--
1-'q 're encs. it is a-so t:aL Upon
be &raw. u? uv L:il V Ly ovdl�i - :Uluai aori �.eI l inLG w:Yiui �.,� _
suCC.c:SSiul bid"-er Wi1i CuL,r.
__ _ .:�,c:':esS: rG?Osai SuG tilled :iy.
:_om wtiic..: service crLws
.._.... .C:...�l.�l'.J will be C0.•'� `� _ •.. ...
y L --
no ized . e?re7-
tuL
�Ty?�_ or pri.L above .....,.���
_.•C.;..c: en sub:..il ti:b' a bid, pleast- T1.it out Janes i, 2, 3, 4 and 5 OL L nit biGGii:'
0
.orzs and mail or deliver Lo: DireCLor of Public Works, 10300 %orrF
Cupc:rLino, California 95014.
ab`
,F
x
December 22, 1:471
Mrs. Anne Dalton
Cupertino Courier
P. 0. Box 657
Cupertino, California 95014
Dear Mrs. Dalton:
We are enclosing the following Notice and Ordizw,.aces for
publication i:. .he Cupertino Courier December 2„ 1571s
1. _Notice to Contractor Tra.;ic :;iunal lfraintenance)
2. Ordinance :;o. 506 (Prohibitini; Lxistence of Certain
Conditions in Keepinr of Animals)
3• Ordinance :io. 475(a) (zLwrr-ercy Or�,anization and
unctio:.r>)
k. Ordinance I:o. 513 (Application 20'--L-71.)
Our Purchase Orde: No. 001480 authorizes publication of
this notice and these ordina4:ces.
Vex-,, truly yo,:rs,
GITY 0: CUPL'RTI :O
`i:m. E. Ryder
City C.Ierr.
Jk
encla.
WNW
PROOF OF PUBLICATION 19iiia space is for the 404unty Clerks PlAng Stamp
take C.C.P.)
STATE OF CAUIFORMA,
County of Santa Clara
Proof Of P I`— ---
I am a citizen of the United States and a resident of
be
the County aforesaid: i am over the age of eighteen ,ears, '' lV
and not a party to or interested in the above entitled
an
matter. 1 am the principal clerk of the printer of the 'r
CUPERTINO • M1ON'TA VISTA COURIER My C
10950 N. Blaney Avenue, Cupertino, California T TRif1d=F1d: $," AL MAIN-
Out V, T, "M at
a newspaper of general circulation, printed and published counif Vint
tevr f► t tom, am will
weekly in the City of Cupertino, California, County of aw"d fe bNAW see e
Santa Clara, and which newspaper has been adjudged a8flb .
No bM wM IMi 0113111011114red unftU it
a newspaper of general circulation be the Superior Court is me" na furnitibed
by the eft .Each bid autst
of the Count• of Santa Clara. State• of Cal forma that the to accompagaw f coat.certified or
n,±icc'. of whim the annexed i5 a printed cop'; ,it in t•.pc 4:851161110s a ar bit bum, trade
pavauseteMeCav iCwperwinoforan
an"Aff OMM tla at least Two
not ;mailer than nonparei:), has been published in each ThOemad Five "wWed Dollars
regular and entire ,slue of said new spapw r and not to t$2'M'W' car gwworhftr So to fW-
exited sftww am b384er to whom we
an;, sup!•lerrent thereof on the fo:t,,?wing date, to wit contract is awarded fails to enter into
the ems.
in accordance,with the provisions of
sectiong V79 to TM of the labor Code:
crimmencmg un the December 29e 1971 1 of the Stake of California, the City
Council nab adaiaed tee gptaeeral
ptevailim rate ce wages al>i em-
end ending on the December lye 1971 Plover pa�heafa for health and
welfare, vacation, pensions, and
,iii in the }ear 15 71 bsimilar purposes applicable to the
caliN whichkwhich she work is to be
due.
MOI.ID..VS: Ott- 'Year's Day,
washingpton's ®irttaQar, Memorial
Day, lgoependerceVey, Labor Day,
Admission Day, Ttfanf s0viv4 Day,
and Christman Caw.
If shelf be deaetfsatfay up*. the
contractor to to- 11 the contract is
awarded,and tin ail subcontractors
1ondM him. to pay olot less than !said
I certify or declare, under penalty of } rJur} that gleneral prevailft rates of per diem
wages,to all laborers, workmen, and
:he foregoing is true and correct. ,nychar%ts a n%-Aoyed in the execution
of the contract.
too in[f3fS plose, nor interlineated
Dated at C u p e r t 1 n O' C^i 1 f o r n 1 A proposal or bid will be accepted.
Siddws are reWired to bid on all
items of the prove-al.
No bid will be accepted from a
California, this 29thday of I C`"''"~ '1' 15 1 contractor who pis not bosot licensed
in accordance iffiest the provision of
Chapter 9 Of civesidra b a the elAihess
and Proteffiions Code of the state of
California.
� Spetial atteMiDr► of bidders is
Jirected of 9e "Instructions for
Si gr,n t a re) skideiv, tbv full 2'*ections as to
biddM9.
COntrad (pima.spfxiti-
caLwm ott.) stay to reviewed and
does of soraVem be wisi ed at the
CHtce Of the oft Engineer, City full.
f uowtteo, CatoxvdiM• eft payment
itferefore of Me per set, none Of
which plhrment win to refunded.
'Me CIly reserves the
Cupertino - Atlonta Vista Courier riot � w i►tt bk. cind
10950 N. Blaney Avenue or � a. 1.
or to Irwre r Q"n"fV
Cupertino, Calif. 95014 of any item
C1 t 41! aaTii+to
is wart �. Ydi:►
City ckntf
Cos
PRCK)F OF PUBLICATION
sus
AWL
CITY OF CUPERTINO
STATE OF CALIFORNIA
NOTICE TO CONTRACTORS
SEALED PROPOSALS will be received at the office of the
CITY CLERK, City Hall, City of Cupertino, California, until 2:00
o'clock p.m. , on Monday, January 17, 1972, at wt•.ich time they will
be publicly opened and read for performing work as follows:
City of Cupertino
rRAFFIC SIGNAL MAINTENANCE.
On Monday, February 7, 1972, at 7:30 o'clo,.k p.m. , the City
Council will review the bids submitted and will award the bid to the
lowest responsible bidder.
No bids will be considered unless it is made on a proposal form
furnished by the City Engineer. Each bid :rust be accompanied by cash,
certified or cashier's check, or bid bond, riiad,z2 payble to the City of
Cupertino for an amount equal to at Least Two rhousand Five Hundred
Dollars ($2,500.00' , such guaranty to be forfeited should the bidder
to whom the contract is awarded fails to enter into the contract.
In accordance with the provisions of. Sections 1770 to 1780 of the
Labor Code of the State of California, the Cit ., Council has adopted the
general prevailing rate of wages and employer payments for health and
welfare, vacation, pensions, and similar purpoevs applicable to the
locality in which the work is to be done.
H
HOLIDAYS: New Year's Day, Washington's Birthday, Memorial Day,
Independence Day, Labor Day, Admission Day, Thanksgiving Day, and
Christmas Day.
It shall be mandatory upon the contractor to whom the contract is
awarded, and upon all subcontractors under him, to pay not less than said
E"
general prevailing rates of per diem wages, to all laborers, workmen, and
mechanics employed in the execution of the contract.
No incomplete nor interlineated proposal or bid will be accepted.
Bidders are required to bid on all items of the proposal.
No bid will be accepted from a contractor who has not been licensed
in accordance with the provisions of Chapter 9 of Division 3 of the Busi-
ness and Professions Code of the State of California.
Special attention of bidders is directed to the "Instructions for
Bidders" for full directions as to bidding.
Contract Documents (plans , specifications, etc.) may be reviewed
and copies of same may be obtained at the office of the Cit,. Engineer,
City Hall, Cupertino, California, upon payment therefore of 52.00 per set,
none of which payment will be refunded.
The City of Cupertino reserves she right to reject_ an or all bids,
and further reserves the right to delete any! item or items from the pro-
posal, or to increase or decrease the quantity of any item thereof.
CITY OF CUPERTINO
i City Clerk
Date: December 22, 1971
§.
I
'i
__-.�..__..__ _.__,� .._ _ -- l.. ._...�_
J�. .�� ..
a, T s
F
'0!"
FM C Sm L MW
;. $.
y'
7 .0.
?` January 24, 1972
F_
_ r
City Clerk
City of Cupertino
Cupertino, California 95014 Gf 9
Dear Sir:
Enclosed is Certificate of Insurance
for Policy No. : WC 2-112-035574-021,
extendin& acknowledgment of coverage
to 11/30/72.
This Certificate should be filed in
your appropriat.- current file associ-
ated directly with the contract we
have with the City.
Yours truly,
I
FRA R. RP
FRT:lwc
Encl.
RADIO PATROL SERVICE-DEPENDABILITY 24-MR. SERVIOE
IN
CERTIFICATE LIEBRRTY
CIF INSURA CE MUTUAL
INSVRA1 CE COMPATtY
This is to Cerfifyi that
Tftffie Signal Repair Company, Ihe.
Subsidir�sg of LFS Corporation Plane and
address of
0/0 Insurance Manage. t-�
Insured.
1b01 Tr+apelo Road
L Walth:n, Massachusetts .j
at she date of this certifw;zte, insured by the Company the types of insurance and in accordance with the limits of
liability, exclusi,yns, conditi.)-)s, and other terms of the policies hereinafter described. This certificate of insurance neither
affirmatively or tr.gati ray .stncnds, extends or alters the coverage afforded by the policies listed below.
EXPIPATIO04
POLICY MU`'41910k DATE TYPE OF POLICY LOCATIONS TO WHICH CERTIFICATE APPLIES
WC2-112-035574-02 { 11-30-71 f Wor;nman's Compensation
1� Employers Liability All California Locations
WC2-112-035574-021. 11- -''2 Workmen's Compensation
& Employers Liability
a j
'WORKMEN'S COMPENSATION WORKMEN'S COMPENSATION
COVERAGE Is AFrOROSD l vca Tmv WORKMEN s COw Pchsar!OM Law OF tNE FOLLo—Na STATE,S, LIMIT OF LIABILITY—COVERAGE B
CAL1F'Ot'd+1A $500,00o.
NDICATE LIM)T' FOR EACN STATE,
LIMITS OF LIABILITY _
1
TYPE OF LIA BI L:TY INSURANCE BODILY INJURY T PROPERTY DAMAGE
Eec• P.,,— E.— 0"'.o• Agq•ega+a Each Ocr_urranca Aggrags•a
Genera' 'Liability
Automobile Liability i
1
020 policy effective for T. S. R. 9-30-71
Notice of Cancellation: (not applicable unless a number of days is entered below)
Before the above stated expiration date the Company will not cancel or reduce the insurance afforded under the above
numoered policies prior to_-30-_—days after notice of such cancellation or reduction has been mailed to
F
Cupertino, California
L
Dated................... ... ............at --------------------- ......
HORIZE REPRESENTA71VE
SS 234 A RI (19")
.5+
(213)283••5735
MAIN OFFICE-TSM CO.,INC. 99"HAYWARD WAY, SOUTH!EL MONTE,CALIFORNIA 91733
REGIONAL OFFICE-TSR CO.,INC. 134 CARROLL AVENUE, SUNNYVALE, CALIFORNIA 94086
(408) 738-1199
iltldFF�
Sf9YY�
November 30, 1972
v t
G of;
�-• 77 1
4 A-A
SERVICE EXPERIENCE • DEPENDABILITY
were - -
t
CERTIFICATE LZBERIry
OF INSURANCE MUTUAL
neSUR"Cle COM
Tiois is to Car* heat
F— Traffic Signal Repair Company, Inc. --�
Sub. of LFE Corporation
o Inm3+ueance Manager slag and
c
/ � e� address of
1601 Trapelo Road Insured.
L Waltham, Mass. 02154
is, at the date of this certificate, insured by the Company for the types of insurance and in accordance with the limits of
.� liability,, exclusions, conditions, and other terms of the policies hereinafter described. i his certificate of insurance n6thc. --
affirmuivcly or negatively amends, extends or alters the coverage afforded by the policies listed below-.
POLICY NUMBER EII PIRA TYPE OF POLICY LOCATIONS TO WNICW CERTIFICATE AF'�_ ES
DAT EE
viC1-112-035574 012 11/30/73 Workmen's Compensation All locations
land Employers Liability
Wr
?_-1 1 2-03 5 57.4-022 11/30/73 I Workmen's Compensationstate of Cal-forn-' a on—`%-
and Employers Liability
I
f
WORKMEN'S COMPENSATION WORKMEN'S COMPENSATI=+IJ
V ERA r.E IS AF DED UNDER THE N S COMPENSATION LAw OF THE FOLLOWING STATE[S1 LIMIT pF LIABILITY COV£R..GE 'A
�`i`irginia Wisconsin °a` `ornie
Alabama Connecticut Florida Illinois Mass. Missouri Or. WC1- $100,000
Arizona Delaware Georgiala Louisiana Mich. N.J. Penn. WC2- $500,000
•nlnrAdo District of Columbia Maryland Minn. N.Y. Texas LIHIT FOR EACH STATE,
I LIMITS OF LIABILITY
TYPE OF LIABILITY INSURANCE BODILY INJURY I PROPERTY DAMAGE
Eech Person Ee!h Occurrence Aggregate Eecn Occurrence Age•t y-r'e
f I I
General lieb;lify
Automobile liability T
I DOES NOT APrLJY
I
Notice of Cancellation: (not applicable unless a number of days is entered below)
11fore the above stated expiration dater, the Company will not cancel or reduce the insurance afforded under the above
numbered policies prior to_. 0—days after notice of such cancellation or reducuen has been mailed to
Cupertino, California
11 1..//FF.�2 Lexin ....n, Mass.. ....... ............. . c: r '�..:. .::..... .. :
Dated .-..L.!2.................at. � . . .. . . .- � tl�..
AU I R14D REPRESENT:7.16 f
SS 234 A 44 (1%81
USA
t 12131283-573S
MAIN OFFICE—TSM CO.,INC. 9939 HAYWARD WAY, SOUTH EL MONTE,CAUFORNIA 91733
REGIONAL OFFICE 134 CARRM AVENK SUNNYVALE. CAUFORNIA 94086
14081 738-1199
�3
December 18, 1974
City Clerk
City of Cupertino
10300 Torre Avenue
Cupertino, California
Dear Sir:
Enclosed is Certificate of Insurance verifying our
Workmen' s Compensation coverage to November 30, 1975.
This Certificate should be filed in your current file
associated •with the traffic signal maintenance contract
we have with the City.
Yours truly,
Edna Jae#son Ci
Secretary to Frank R. Tharp
ej
Enclosure
SERVICE • EXPERIENCE DEPENDAMUTY
ti
► CIRTIFICATE
OF INSURANCE LIBERTY
MUTUAL
T�h1S 1$ t0 certify that iatart.4.w.xiwa..ri yr,...,wa:...:u:w vm;wswa,ocq cor.,n.>`z-�
�'- TRAPPIC SIGNAL MAINTENANCE CO- , f1C.
LFE CORPORATION Nome and
c/o Insurance Manager 0 a address of
1601 Trapelo Road Insured.
f Waltham, MA 02154
is, at the date of this certificate. insured by the Company for the types of insurance and in ac'�ordance utth the limit%of liability,
exclusions, conditions. and other terms of the policies hereinafter dewnbed. This certificate of insui.;n.c neither affirmati,ely or ncp- _
atively amends. extends or alters the coverage afforded by the politic; listed below.
�— EXPIRATION ii i
TYPE OF POLICY I DATE i POLICY NUMBER I LIMI'� OF LIoBILI'Y
{`.OVERAGE AFFOQ F� N ER .. - ti,•n i + ._ n-sttitI
IiAW OF -OLLCAIN,:. .
WORKMEN'S 11/30/75 WC1-112-035 -j4-014 See Belaw=- '..'2,000
COMPENSATION �
! 11/30/75 IWC1-11r-035574-02a California , ,_:,
L eJnn?RE +Fetsr:E l BODILY INJURY FPO ',R; y' [,F-tAAGE
I
.� y� � •+EDULE _:.M. i
z Z,EI; OnEF.
�Q
O�
L 1. C h �
r - ED
v _Q t
I_ C A BLLJ
O ,
-1-- ----- - - ---- - --- _
LO(. I_T '.u< GF b?ERarlf�,,. !. ,C.:b 7i at AJ:J,,�o kial� 1 21 -- ..—
Alab=ma, Arizona, C111ifornia
Georgia, Illinois, Louisiana, t`_c^yland, i4 — s-* r
1 New Jersey, New pork, Oregon, re^nsl-inns Texa irginiA , W s a^s_c
NOTICE OF CANCELLATION: (�,OT APPLICABLE UNLESS A NIJr.NBEu u- n.N{S IS ENTEREC. BF,01.%
BEF04E T;if. STATED EXPIRAUON DATF THE (.v'•1PA1.v NI,L NOT C-ANCEI DR '4c.,L1' f L= "t E t;yE.) ,
THE ABDVE POLICIES PRIOR TJ___IC)_DAYS AF'(R NOTIi_C CF ,U"H CANCE_LATiC 1f ;-- _'..I 6tE e .
(_
City of Cupertino I ---�
Cupertino, California
11/30/7
I DA'EU
(hia cectiticore,s eaecviced by LIBERTY MUTV.' iNSURANCE COMPANY os ceapech r•ch orrocded by That Cor parvy,it is.0 vted by LIBERTY:AUTUAL FIRE INSUSA.1 t
COMPANY as mspeos such inw.aam as is 91,11w.,ed b,TAa►Compon,,
SS 3.34A R5
CfItTIFMATE
OF INSURANCE LIBERTY ,
MUTUAL
This is to Certify that IM"ssjtiisg s.ri •,,�•�.i,� +e.�ar:Cow,s-.,�.�
r" TRAFFIC SIGNAL MAI;iS'1'ENANCE CO. , ITC.
LFE CORPORATION Name and
c/o Insurance Manager ,$ address of
1601 Trapelo Road Insured.
L Waltham, MA 02154
is. at the date of this certificate, insured by the Company for the types of msuranre and in a.:cordan,e .rh the limit-, „f liability,
exclusions, condinions, and other terms of the policies hereinafter described. This certifica : of insurance nei+her affirmatively or nci, _
atively amend%. :xtends or alters the coverage afforded by the pt.,licies listed below.
EXPIRATION
TYPE OF POLICY DATE I POLICY NUMBER LIMIT, O�- LIAr'ILITY
I — -
�CGVEiP>E AFF ttDcC I; Cfp - Irr i
I,AW OF FG_ ,,VVINC r
WORKMEN S 11/30/75 I WC'-1 12-03551 wee BelowF _�1 00,1
1 COMPENSATION T-
... —
11 30 l5 W"'-1 2-•03557 .-02.: I ..(' .$; r
al,__f ornia
BODILY INJURY °ROFEPT Dl-N'AGE
< r= 1
'Lu �y .'",its .•.
z !D oY
m
�Q F
{
t i
G _ t_ F( P L I C A B L _.
Q QD • _"i 1_ "} r fJ fi 19 .Li J`i`LU
7- t I
1 0 j
!OCA71 ., __ QaCR _•'._ F II tf AP;.S i ..L a +.•p 2—)
Alabama, A.r:.z__._, "al-4fornie, __ra-_i C:r:necticut, ..'e_a•wtit'e Di_Str_.CT_ 1'1:"r_._, f_o_
Georg_ �, AI'L _.__9, _oui.siana, zi r ' 'i:;5_C}1' S S, Michi^Lr_,
New Jersey, ;ew Y,rk, Oregon, _ .. cy'_-J?nin, 1F:;+'-�:', Virginia,JWisconsin
(
NOTICE OF CANCELLATION. APPUCA(j,E �N;ESS A NU.'FF� C%AYS S ::N'ERFD BEIO'?"
,. - 7• ; :'ABED EXPI'r GATE THE , F;r ^.+ h L :' -ANCEL U4 PL17 . ,: A! 'E ,E;. ,
4b_ X!C1E5 PRIOR. � GAYS A:-i:, -40110E G= . _H CANC'D L AT(,'
City of Cupertino
Cupertino, California
I L)ATf;) .fr
Ih•s c.rtiHrot.+s.itecal.d by LIBERTY Mutt.A:INSURANCE COMPANY osriospor,s*.Ch --"to Cis is o"ardisd by That Componr,it is executed b,LIBERTY.AUTUAL FIRE INSUN••C E
COMPANY at rsP.Ch such:nsvronco as •s eNa+o.d by TW CosyeoY.
BS 234A R5
of CUperliM
10300 Torre Avenue
d Cupertino,California 95014
Telephone 1403 i =5 2-4505
DEPARTMENT Of ADMINISTRATIVE SERVICES
December 15, 1975
Traffic Signal Maintenance Co. , Inc.
134 Carroll Avenue
Sunnyvale, California 94086
CERTIFICATE OF INSURANCE
A Regional Manager from the City's insurance carrier has reviewed our files
and has noted that we do not have a Certificate of Tnsur.ance from you relating
to Paragraph 10 of the Aoreeme:_t between the City and yourself. We do have
a certificatp- relating to Workmens ' Compensation.
If you could provide us with evidence of general liability insurance, we would
appreciate it.
ALIMINISTRATIVE SERVICES
rw
s=:
A G R E E M E N T
THIS AGREEMENT, made and entered into by and between the CITY OF CUPERTINO,
ir.
" a Municipal Corporation of the State of California, herein called "City," and
TRAFFIC SIGNAL, REPAIR COMPANY, INC., a California Corporation, herein called
"Contractor;"
W I T N E S S E T H'
WHEREAS, City desires to contract for the maintenance, emergency service
and repair of the entire traffic signal system and equipment presently maintained
by or at the: direction of City., together with any additions thereto which during
h
the term of this Agreement, or any extension or extensions thereof, may be installed,
constructed , )r become the responsibility of City; and
'WHEREAS, Contractor is willing to perform said maintenance and repair services ;
NOW, THEREFORE, City and Contractor, in consideration of the mutual prorises
and covenants herein contained, agree as follows :
1. Subject to the terms contained herein, the complete Agreement consists of
the following documents (herein referred to as the Contract Documents) , to wit.
"City of Cup-rtino Specifications Traffic Signal Maintenance" and all docune-_s
referred to and incorporated therein; "General Requirements and Specifications";
"Signal Inventory"; ".notice to Bidders"; Instructions to Bidders ; and Proposal
for Traffic Signal Maintenance and Repair submitted by Traffic. Signal Repair
Company, Inc.
(a) All of the Contract Documents and this Agreement are intended
to cooperate so that any performance called for in one and not mentioned in
the others , or vice versa, is to be executed the same as if mentioned in this
Agreement and in all said documents.
(b) In the event of conflict between the Specifications and this
Agreement, the Specifications shall prevail.
-1-
(c) Except as otherwise stated herein, any and all obligations
of City and Contractor are fully set forth and described in the Contract
Documents.
2. Contractor, for the consideration herein mentioned, does hereby covenant,
Promise, and agree to and with City that Contractor will well and sufficiently
furnish all labor, tools, equipment, apparatus, facilities, transportation, and
all materials necessary to perform and complete in a good and workmanlike manner,
the work of maintaining, providing er•ergency service and repairing the traffic
signal system and equipment presently maintained by or at the direction of the
City of Cupertino, together with any additions thereto which during the term of
this Agreement, or any extension or extensiors thereof, may be installed, con-
tructed, or become the responsibility of City, as called for and in a manner
Designated in, and in strict conformity with, the Specifications adopted by
:ity Council of City on January 17, 1972, by 1"inute Order, during the period
zommencing on February 1, 1972, and ending on January 31, 1975. Provided, however,
tv at its sole option shall have the right upon the same terms any' ^.ondii:ions
as are contained herein to extend the term of this Agreement for one (1)
a diticnal year commencing on February 1, 1975 and ending on January 31, 1976,
_y so notifying Contractor in writing on or before November 1, 1975. If said
:ption i= exercised, City shall have the right and option a,,ain to extend the
term of this agreement for one (1) additional year commencing on February 1, 19 r-
and ending on January 31, 1977, by so notifying Contractor in writing on or
efore November 1, 1976.
(a) It is understood and agreed that said labor, tools, equipment,
apparatus, facilities, transportation, and materials shall be furnished anc
said work performed and completed as required in said Specifications under
the sole direction and control of Contractor, and subject only to inspectio-.
and approval of City and its representatives.
-2-
` (b) city and Contractor each agrees that time shall be of the
essence of this Agreement.
3. City agrees to pay and Contractor agrees to accept, in full payment for
the work above agreed to be done, the sums of money specified in Exhibit "A"
attached hereto and incorporated herein by reference, subject to fiaal determina-
tion of actual work performed and materials furnished a- unit prices per Exhibit
"A".
4. Contractor shall, at his expense, obtain all necessary permits and
licenses for the performance of the ;.fork which is the subject of this Agreement,
give all necessary notices , pay all fees required by law, and comply with all
laws , ordinances, rules and regulations relating 4_o the work sn the preservation
of the public health and safety.
5. Notwithstanding any other provision to the contrary , unless otherwise
directed by City in writing, Contractor shall not perform or initiate performa____
of any part of this Agreement prior to obtaining a valid C-10 license to Con-
tractor by the Contractor's Licensing Board of the State of California.
6. Any notice from one party to the other required to be in writing under
this Agreement or the Contract Documents shall be dated and signed by the party
giving such notice or by a duly authorized representative of such party. Any
such notice shall be served in the following manner:
(a) If notice is given to City, by personal delivery thereof
to the City :Manager, or by depositing the same in the United States Mail
enclosed in a sealed envelope, postage prepaid, addressed as follows:
City Manager
City of Cupertino
10300 Torre Avenue
Cupertino, California 95014
(b) If the notice is given to Contractor, by personal delivery
thereof to its duly authorized representative, or by depositing the same i
-3-
! the United States Mail enclosed in a sealed envelope, postage prepaid,
addressed as follows:
Traffic Signal Repair Company, Inc.
134 Carroll Street
Sunnyvale, California 94088
7. Contractor shall not assign, underlet or sublet this Agreement, nor any
part thereof, without the prior written approval of City, and in the event that
such consent be obtained Contractor shall be liable for the faithful performance
of this Agreement for the remainder of the term hereof, nr any extension or ex-
tensions thereof. Any as: igning, subletting or underletting without the written
consent of City shall be null and void.
8. Contractor shall not assign any of the payments due or to become due
under the terms of this Agreement or any part thereof , without written consent c_
City, and any such assignment made without said written consent shall be null ;_=
void.
9. City and Contractor, each binds themselves , their successors , legal
representatives , and assigns to the other party to this Agreement and to the
successors , legal representatives and assigns , of such other party in respect t:
all covenants of this Agreement.
10. Contractor will save, 'keep and bear harmless City and all officers , e —
playees and agents thereur from all damages , costs or expenses , in law or zn
equity , that may at any time arise or be set up because of personal injury or
damage to property sustained by any person or persons by reason of, or in the
course of the performance of the work or cervices required under this Agreement .
Notwithstanding the above, the Contractor shall, wherever it is necessary, keep
and maintain at its sole cost and expense while performing an,: of the work or
services under this Agreement such warnings , signs and barriers as may be requiz=»
to protect the public.
-4-
11. Contractor is an independent contractor and not an agent, subagent,
or employee of City.
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be
executed by Contractor on the 2nd day of February and by
City on the 17th day of January„ 1972
CITY OF CUPERTINO
a Municipal Cor orattiionn
By
Ma or
ATTEST:
By
Jam/
Ci7/Clerk
TRAFFIC S ' REPAIR CWTANY, INC. ,
a Ca orni
B
By
-5-
P
STATE OF CALIFORNIA )
ss.
COUNTY OF SANTA CLARA
On this 28th day of january , 1972, before
me, a Notary Public in and for the County of Santa Clara, State of California,
personally appeared Clyde L. Noel and — Wm. E. Ryder ,
known to me to be the Mayor and City Clerk, respectively, of the City of
Cupertino, State of California, and known to me to be the persons who executed
the within instrument on behalf of the Municipal Corporation therein named,
and acknowledged to me that such Municipal Corporation executed the within
instrument pursuant to a resolution of its City Council.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official
seal the day and year in this certificate first above written.
tc I H S. ITZCEP,",1-D
u 3. rY A
No ary Public n and '+the C01nC
of Santa Clara, State of California
1G ` "�•Se atr,,a su nyvate M_r. upertino.Ca.95014
My commission expires :
Se
EXHIBIT "A"
City shall pay, and Contractor shall receive as consideration for
services rendered, subject to ::he security fund and liquidated damages,
provisions se: forth nn page 1.0 of Specifications, Call For Bids Traffic
Signal Maintenance, the following sums on or before the loth day of each
calendar month following the montii in which services are rendered during the
life of the contract:
Number of
Maintenance and Unit Existing Total Cost
Emergency Service Price Intersections Per Month
Cost per intersection per
month for all maintenance
services described in the
specifications. $38.38 13 $498.94
It is understood that as traffic control equipment is added to or subtracted
from the City's total system, or as it is modified, the correspond[rg change
I
iiz the City's maintenance costs will be negotiated between the City and the
i
Contractor.
Repair
Payment for repairs of systems , when requested by City, shall be computed
ir_ accordance with the following schedule:
A. Contractor's invoiced cost of materials , plus 251". thereof.
B. When repairs are performed during straight time periods:
Cost of labor at Contractor's straight time pay rates , plus 35% thereof.
C. When work is performed during overtime periods:
Cost of labor at Contractor's ocartime pay rates , plus 30% thereof.
D. When Contractor's equipment is used: contractor's cost, plus 0%
thereof.
"Straight" time shall mean the periods of time between 8:00 a.m. and 4:00 p.m. ,
Monday through Thursday, and between 8:00 a.m. and 12:00 p.m. on Friday,
"overtime" shall mean any other periods of time.
z . i
It is understood that Contractor's hourly pay rates are as follows:
Straight Time Overt.'_me
1. Signal Maintenance Superintendent $13.06 $20.15
r 2. Signal Maintenance Technician $10.91 $17.91
3. Traffic Signalman $ 9.14 $15.59
4. Laborer $ 7.00 $12.14
If industry-wide labor rate increc_ses occur during the term of this Agreement,
or any extension o.• extensions thereof, City and Contractor may negotiate for
an increase in the current hourly straight time and overtime pay rates. In
no event shall the percentage figures set forth in Paragraphs A, B, C and D
above be increased during the term of this Agreement, or any extension or ex-
tensions thereof.
It is understood that Contractor's current rates for its equipment are
as foliows:
Hour Day Job
1. Pickup truck S 3.50 $ 7.00 $ 5.00
® 2. Ladder truck $ 3.50 $ 7.00 $ 5.00
3. Platform truck $ L.•00 $10.00 $ 5.50
4. Compressor $ 3.50 $20.00 S12.00
S. Boom/Ladder $10.50 $55.00 $25.50
5. Personnel Vehicle $ 3.50 3 7.00 $ 5.00
7. Hydro. Manl:ift $10.50 $55.00 $25.50
Payment for maintenance, emergency service and repair of new traffic
signals prior to their formal inclusion in this Agreement shall be made in
accordance with the appropriate unit prices or rates set forth in Exhibit "A".