Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
88-025 Andero Concrete, Inc., Handicapped Ramp Installation, Project No. 88-4002 t
CONTRACT FOR PUBLIC WORKS
CONTRACT made on May 24 , 1988 by the CITY OF
CUPERTINO, a municipal corporation of the State of California,
hereinafter called the CITY, and ANDERO CONCRETE, INC.
,hereinafter called the CONTRACTOR.
• IT IS HEREBY AGREED by the parties as follows :
1 . THE CONTRACT DOCUMENTS. The complete contract consists of the
following contract documents :
A. Plans and Specifications for HANDICAP RAMP INSTALLATION
PROJECT 88-4002
B . Faithful Performance Bond, Labor and Materials Bond,
Insurance Certificate
C. This Contract
D. Bid Proposal referred to as Exhibit A
Any and all obligations of the CITY and the CONTRACTOR are fully
set forth and described herein.
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 Specificatipns on the •
one hand, and this Contract on the other, the Plans and
Specifications shall prevail.
2. THE WORK. The Contractor agrees to furnish all of the tools ,
equipment, apparatus, facilities, labor, transportation, and
material necessary to perform and complete in a good and
workmanlike manner, the work of HANDICAP RAMP INSTALLATION, PROJECT 88-4002
as called for, and in the
manner designated in , and in strict conformity with, the Plans and
Specifications prepared by : Mr . Bert J. Viskovich, Director of
Public Works and adopted by the City, which Plans and '
Specifications are entitled, respectively,
Page 1
•
' 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 material shall be furnished, and that said work
shall be performed and completed as required in said Plans and
Specifications under the sole direction of the Contractor, but
subject to the inspection and approval of the City, or its
representative. The City hereby designates as its representative
for the purpose of this Contract: Mr. Bert J . Viskovich, Director
of Public Works.
3 . CONTRACT PRICE. The City agrees to pay, and the Contractor
agrees to accept, in full payment for the work above agreed to be
done, the sum of : $19,065.00
NINETEEN THOUSAND SIXTY-FIVE AND 00/100 DOLLARS
subject to additions and deductions as provided in the Contract
Documents, per Exhibit "A" attached hereto.
4. DISPUTES PERTAINING TO PAYMENT FOR WORK. Should any dispute
arise respecting the true value of the work done, or any work
omitted, or of any extra work which the Contractor may be required
to do, or respecting the size of any payment to the Contractor
during the performance of this Contract, said dispute shall be
determined either by reference to the unit of prices, if
applicable, or in accordance with the agreement of prices, if
applicable, or in accordance with the agreement of the parties, or
in accordance with the rules of the American Arbitration
Association if the parties are unable to agree.
5. PERMITS, COMPLIANCE WITH LAW. The Contractor shall, at his
expense, obtain all necessary permits and licenses, easements,
efc. , for the construction of the project, give all necessary
notices, pay all fees required by law, and comply with all laws,
ordinances, rules and regulations relating to the work and to the
preservation of the public health and safety. •
6 . INSPECTION BY THE CITY.. The Contractor shall at all times
maintain proper facilities and provide safe access for inspection
by the 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 the City of its readiness for
inspection and without the approval thereof or consent thereto by
the latter. Should any such work be covered up without such
notice, approval, or consent, it must, if required by the City, be
uncovered for examination at the Contractor' s expense.
7. EXTRA OR ADDITIONAL WORK AND CHANGES. Should. the City at any
time during the progress of. the work require any alterations,
•
•
Page 2
•
deviations, additions or omissions from the Specifications or Plans
or the Contract Documents, it shall have the right to do so, and
the same shall in no way affect or make void the contract, but the
cost or value thereof will be added to, or deducted from, the
amount of the contract price, as the case may be, by a fair and
reasonable valuation, which valuation shall be determined either by
reference to the unit prices, if applicable, or in accordance with
the agreement of the parties, or in accordance with the rules of
the American Arbitration Association if the parties are unable to
agree. No extra work shall be performed or change be made except
by a written order from the City, duly authorized by resolution of
its governing body, 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 . CHANGES TO MEET ENVIRONMENTAL REQUIREMENTS.. The City shall
have the right to make changes in this Contract during the course
of construction to bring the completed improvements into compliance
with environmental requirements or standards established by State
and Federal statutes and regulations after the Contract has been
awarded or entered into. The Contractor shall be paid for by such
changes either by reference to the unit prices, if applicable, or
in accordance with the agreement of the parties, or in accordance
with the rules of the American Arbitration Association if the
parties are unable to agree.
9 . TERMINATION, AMENDMENTS OR MODIFICATIONS. This Contract may
be terminated, amended or modified, with the mutual consent of the
parties. The compensation payable, if any, for such termination,
amendment or modifications, shall be determined either by reference
to the unit price, if applicable, or in accordance with the
agreement of the patties, or in accordance with the rules of• the
American Arbitration Association if the parties are unable to
agree.
10 . TIME FOR COMPLETION. All work under this Contract shall be
completed: WITHIN THIRTY (30) WORKING DAYS AFTER NOTICE TO PROCEED
•
If the Contractor shall be delayed in the work by the acts or•
neglect of the City, or its employees, or those under it by
contract or otherwise, or by changes ordered in the work, or by •
strikes, lockouts by others, fire, Unusual delay in transportation,
unavoidable casualties or any causes beyond the Contractor' s
control, or by delay authorized by the City, or by any cause which
the City shall determine justifies the delay, then the time of
completion shall be extended accordingly. •
This paragraph does not exclude the recovery of damages for delay
by either party under other provisions in the Contract Documents.
Page 3
•
11. INSPECTION AND TESTING •OF MATERIALS . The Contractor shall
notify the City a sufficient time in advance of the manufacture or
production of materials to be supplied by him under this Contract,
in order that the City may arrange for mill or factory inspection
and testing of the• same, if the City requests such notice from the
Contractor.
12. TERMINATION FOR BREACH, ETC. If the Contractor should be
adjudged a bankrupt, or if he should make a general assignment for
the benefit of his creditors, or if a receiver should be appointed
on account of his insolvency, or if he or any of his subcontractors
should violate any of the provisions of the Contract, the City may
serve written notice upon him and his surety of its intention to
terminate the Contract, such notice to contain the reasons for such
intention to terminate the Contract, and unless within ten 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 days, cease and
terminate. In the event of any such termination, the City shall
immediately serve written notice thereof upon the surety and the
Contractor, and the surety shall have the right to take over and
perform the Contract; provided, however, that, if the surety within
fifteen days after the serving upon it of notice of termination
does not give the City written notice of its intention to take over
and peiform the Contract, or does not commence performance thereof
within thirty days from the date of the serving of such notice, the
City may take over the work and prosecute the same to completion by
contract, or by any other method it may deem advisable, for the
account and at the expense of the Contractor, and the Contractor •
and his surety shall be liable to the City for any excess cost
occasioned by the City thereby, and in such event the City may,
without liability for so doing, take possession of, and utilize in
completing the work, such materials, appliances, plant and other
pioperty belonging to the Contractor as may be on the site of the
work and necessary therefor.
13. THE CITY'S RIGHT TO WITHHOLD CERTAIN AMOUNTS AND MAKE
APPLICATION THEREOF. In addition to the amount which the City may
retain under Paragraph 21 of this Contract until the final .
completion and acceptance of all• work covered by the Contract, the
City may withhold from payment to the Contractor such an amount or
amounts as in its judgment may be necessary to pay just claims
against the Contractor or any subcontractors for labor and services
rendered and materials furnished in and about the work. The City
may apply such withheld amount or amounts to the payment of such
claims in its discretion. In so doing, the City shall be deemed
the agent of the Contractor, and any payment so made by the City
shall be considered as a payment made under the Contract by the
City to the Contractor, and the City shall not be liable to the
Contractor for any such 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 the City to
ensure performance of the Contract, Contractor will be entitled to
substitute securities •as provided in Section 4590 of the California
Government Code as more fully described in the City' s Notice to
Contractors. -
•
Page 4
14 . NOTICE AN-D SERVICE 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 the City
either by personal delivery thereof to the City Manager of the
City, or by depositing the same in the United States mails,
enclosed in a sealed envelope, addressed to the City, postage
prepaid and certified; (b) if the notice is given to the
Contractor, either by personal delivery thereof to the Contractor,
or to his duly authorized representative at the site of the
project, or by depositing the same in the United States mails,
enclosed in a sealed envelope, addressed to said Contractor at:
P.O. BOX 5580
.'SAN JOSE CA 95150-5580
postage prepaid and certified; and (c) if the notice is given to
the surety or any other person, either by personal delivery to such
surety or other person, or by depositing the same in the United '
States mails, enclosed in a sealed envelope, addressed to such
surety or person, as the case may be, at the address of such surety
or person last communicated by him to the party giving the notice,
postage prepaid and certified.
15. ASSIGNMENT OF CONTRACT. Neither the Contract, nor .any part
thereof, nor moneys due or to become due thereunder, may be
assigned by the Contractor without the prior written approval of
the City.
16. COMPLIANCE WITH SPECIFICATIONS OF MATERIALS. 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
the City agrees in writing to some other material, process or
article offered by Contractor which is equal in all respects to the
one specified.
17. CONTRACT SECURITY. The Contractor shall furnish a surety
bond in an amount at least equal to one hundred percent (100%) of
the contract price as security for the faithful performance of this
Contract. The Contractor shall also furnish a separate surety bond
in an amount at least equal to one hundred percent (100%) of the'
contractprice as security for the payment of all persons for
furnishing materials, provisions, provender, or other supplies,
used in, upon, for or about the performance of the work contracted
to be done, or for performing any work or labor thereon of any
kind, and for the payment of amounts due under the Unemployment
Insurance Code with respect, to such work or labor in connection
with this Contract, and for the payment of a reasonable attorney' s
fee to be fixed by the court in suit is brought upon the bond.
•
Page 5 -
•
18 . INSURANCE.- The Contractor shall not commence work under
this Contract until he has obtained all insurance required by the
City, nor shall the Contractor allow any subcontractor to commence
work on his subcontract, until all similar insurance required of the
subcontractor has been so obtained and approved. The Contractor
shall furnish the City with satisfactory proof of the carriage of
insurance required, and there shall be a specific contractual
liability endorsement extending the Contractor's coverage to
include the contractual liability assumed by the Contractor
pursuant to this Contract and particularly Paragraph 19 hereof.
Any policy of insurance required of the Contractor under this '
Contract shall also contain an endorsement providing that thirty •
(30) days' notice must be given in writing to the City of any
pending change in the limits of liability or of any cancellation or
modification of the policy.
(a) WORKER'S COMPENSATION INSURANCE AND EMPLOYER'S LIABILITY
INSURANCE. The Contractor shall take :ut and maintain during the
life of this Contract Worker's Compensation Insurance and
Employer' s Liability Insurance for all of his employees employed
at the site of the project and,in case any work is sublet, the
Contractor shall require the subcontractor similarly to provide
Worker's Compensation Insurance and Employer's Liability
Insurance for all of the latter's employees unless such employees
are covered by the protection afforded by the Contractor.
In signing this Contract the Contractor makes the following
certification, required by Section 1861 of the Labor Cadet
"I am aware of the provisions of Section 3700 of the Labor Code
which require every employer to be insured against liability for
worker's compensation or to undertake self insurance in
accordance with the provisions of the Code, and I will comply
With such provisions before commencing the performance of the
work of this contract."'
(b) LIABILITY INSURANCE. The Contractor shall take out and ••
maintain during the life of this Contract such Bodily Injury •
Liability and Property Damage Liability Insurance as shall
protect him and any subcontractor performing work covered by this
Contract from claims for property, damage, including third-party
property damage, to include coverage on property in the care,
custody and control of the Contractor, and also excluding what
are commonly known as the "X, C, and U" exclusions (having to do•
with blasting, collapse, and underground property damage) , which
may arise from Contractor' s operations under this Contract,
whether such operations be by himself or by any subcontractor or
by anyone directly or indirectly employed by either of them and
the amounts of such insurance shall be as followsa
•
Bodily Injury Liability Insurance in an amount not less than
$300,000.00 for injuries, including accidental death, to anyone
person, and subject to the same limit for each, person, in an
amount not less than $500,000.00 on account of one accident, and
•
Page 6
•
•
Property Damage Liability Insurance in an amount not less than
$250,000 .00 . The City and its officers and employees, shall be
named as additional insureds on any such policies of insurance,
which shall also contain a provision that the insurance afforded
thereby to the City, its officers and employees, shall be primary
insurance to the full limits of liability of the policy and that
if the City, or its officers and employees, have other insurance
against a loss covered by such policy, such other insurance Shall
be excess insurance only.
19 . HOLD HARMLESS. The Contractor will save, keep, and hold
harmless • the City and all officers, employees, and•agents thereof
from all damages, costs, or expenses, in law or in 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 said work, or by reason of any
infringement
person orpersons,afirm or corporationementinofconsethe quence atent rofhtthe f use
in, on, or about said work, of any article or material supplied or
installed under this Contract. Notwithstanding the above, the
Contractor shall wherever it is necessary keep and maintain at his
sole cost and expense during the course of his operations under
this Contract such warnings, signs, and barriers as may be required
to protect the public. The provisions of the preceding sentence
shall not impose any liability upon the City and are for the
express benefit of the general public.
20 . HOURS OF WORE. Eight hours of labor during any one calendar
day and forty hours of labor during any calendar week shall
constitute the maximum hours of service upon all work done
hereunder, and it is expressly stipulated that no laborer, workman,
or mechanic employed at any time by the Contractor or by any
subcontractor or subcontractors under this Contract, upon the work
or upon any part of the work contemplated by this Contract, shall
be- required or permitted to work thereon more than' eight hours
week,�gexcept,1easaprovidedndar abyand Sectiony1815utofduthegLaboroCodeaofnthe
State of California, 'work performed by employees of contractors in
•
excess of eight hours per day and forty hours during any one week •
shall be permitted upon public work upon compensation for all hours
•
worked in excess of eight hours per day at not less than one and
one-half times the basic rate of pay. It is further expressly
stipulated that for each and every violation of Sections 1811-1815,
inclusive, of the • Labor Code of the State of California, all the
provisions whereof are deemed to be incorporated herein, the
Contractor shall forfeit, as a penalty to the City, twenty-five
dollars ($25.00) for• each laborer, worker, or mechanic employed in
the execution of this Contract by Contractor, or by any
subcontractor under this Contract, for each calendar day during
which said laborer, worker, or mechanic is required or permitted to
work more than eight hours in any one calendar day and' forty hours
in any one calendar week in violation of the provisions of said
Sections of the Labor Code.
•
•
Page 7
•
The Contractor, and each subcontractor, shall keep an accurate
record showing the names of and actual hours worked each calendar
y and each calendar week by all laborers, workmen, and mechanics
dmployed by him in connection with the work contemplated by this
Contract, which record . shall be open at all reasonable hours to the
inspection of the City of its officers or agents and to the
Division of Labor Law Enforcement of the Department of Industrial
Relations of the State of California.
21. WAGE RATES. Pursuant to the Labor Code of the State of
California, or local law thereto applicable, the City has
ascertained the general prevailing rate of per diem wages and rates
for holidays and overtime in the locality in which this work is to
be performed, for each craft, classification, or type of laborer,
workman, or mechanic needed to execute this Contract. The
prevailing wages so determined are set forth in the Specifications
and made a part hereof . Neither the notice inviting bids nor this
Contract shall constitute a representation of ' fact as to the
prevailing wage rates upon which the Contractor or any
subcontractor under him may base any claim against the City.
1776. (a) Each Contractor and subcontractor shall keep an
accurate payroll record, showing the name, address, social security
number, work classification, straight time and overtime hours
worked each day and week, and the actual per diem wages paid to
each journeyman, apprentice, worker, or other employee employed by
him or her connection with the public work.
certified payroll
and records
renumerated
subdivision (a)
hallbeavailablefor inspectiontaall reasonable
hours at the principal office of the Contractor on the following
basis:
(1) A certified copy of an employee's payroll record shall be
_ made available for inspection or furnished to such employee or
his. or her authorized representative on request.
(2) A certified copy of all payroll records enumerated in
subdivision (a) shall be made available for inspection or
furnished
the contract, the uDivision "of pLabor tStandards ative of tEnforcement he body rdand
the Division of Apprenticeship Standards of the Department of
Industrial Relations.
(3 ) A certified copy of all payroll records enumerated in
subdivision (a) shall be made available upon request to the
hpublic for
ovided,
inspection
owever, that a request by the iepublic rshall mbeemaderthrough
either the body awarding the contract, the Division of
Apptenticeship Standards, or the Division of Labor Standards
Enforcement. The public shall not be given access to such
records at the principal office of the Contractor.
(c) Each Contractor shall file a certified copy of the records
enumerated in subdivision (a) with the entity that . requested such
records within ten (10) days after receipt of a written request.
Page 8
(d) Any copy of records. made available for inspection as copies
and furnished upon request to the public or any public agency by
the awarding bids, the Division of Apprenticeship Standards or the
Division of Labor Standards Enforcement shall be marked or
obliterated in such a manner as to prevent disclosure of an
individual's name, address and social security number. The name
and address of the Contractor awarded the contract or performing
the contract shall not be marked or obliterated.
(e) The Contractor shall inform the body awarding the contract of
the location of the records enumerated under subdivision (a) ,
including the street address, city and county and shall, within
five working days, provide a notice of a change of location and
address•.
(f) In the event of noncompliance with the requirements of this
section, the Contractor shall have ten (10 ) days in which to comply
subsequent to receipt of written notice specifying in what respects
such Contractor must comply with this section. Should
noncompliance still be evident after such ten (10) day period, the
Contractor shall, • as a penalty to the state of political
subdivision on whose behalf the contract is made or awarded,
forfeit twenty-five dollars ($25.00) for each calendar day or
portion thereof, for each worker, until strict compliance is
effectuated. Upon the request of the Division of Apprenticeship
Standards or the Division of Labor Standards Enforcement, such
penalties shall be withheld from progress payments then due.
(g) The body awarding the contract shall cause to be inserted in
the contract stipulations to effectuate this section. Such
stipulations shall fix the responsibility for compliance with this
section on the prime contractor.
ih) The director shall adopt rules consistent with the California
Public Records Act, (Ch: 3 .5 (commencing with Section 6250) of Div.
7; Title 1. Gov. Ch. ) and the Information Practices Act of 1977,
(Title 1.8 (commencing with Sec. 1798) Pt. 4, Div. 3, Civ. C. )
governing the release of such records, including the establishment
of reasonable fees to be charged for reproducing copies of records
required by this section. (Added by Stats. 1978, Ch. 1249) .
1775.5 Nothing in this chapter shall prevent the employment of
properly registered apprentices upon public work. •
Every such apprentice shall be paid the standard wage paid to
apprentices under the regulations of the craft or trade at which he
is employed, and shall be employed only at the work of the craft or
trade to which he is registered.
•
Page 9
.
Only apprentices, as defined in section 3077, who are in training
under apprenticeship standards and written apprentice agreements
under Chapter 4 (commencing with Section 3070) , Division 3, of the
Labor Code, are eligible to be employed on public works. The
employment and trainingof each apprentice shall be in accordance
with the provisions of the apprenticeship standards and apprentice
agreements under which he is training.
When the Contractor to whom the contract is awarded by the state
or any political subdivision, or any subcontractor under him, in
performing any of the work under the contract or subcontract,
employs workmen in any. apprenticeable craft or trade, the
Contractor and subcontractor shall apply to the joint
apprenticeship committee administering the apprenticeship standards
of the craft or trade in the area of the site or the public work
for a certificate approving the Contractor or subcontractor under
the apprenticeship standards for the employment and training of
apprenticeships in the area or industry affected) provided,
however, that the approval as established by the joint
apprenticeship committee or committees shall be subject to the
approval of the Administrator of Apprenticeship. The joint
apprenticeship or committees, subsequent to approving the subject
contractor or subcontractor, shall arrange for the dispatch of
apprentices to the Contractor or subcontractor in order to comply
with this section. There shall be an affirmative duty upon the
joint apprenticeship committee or committees administering the
apprenticeship standards of the craft or trade in the area of the
site of the public work to ensure equal employment and affirmative
action in apprenticeship for women and minorities. Contractors or
subcontractors shall not be required to submit individual
applications for approval to local joint apprenticeship committees
provided they are already covered by the local apprenticeship
standards . The ratio of apprentices to journeymen who shall be
employed in the craft or trade on the public work may be the ratio
stipulated in the apprenticeship standards under which the joint
apprenticeship committee operates but in no case shall the ratio be
less than one apprentice for each five journeymen, except as
otherwise provided in this section. •
•
. The Contractor or subcontractor, if he is covered by this
section, upon the issuance of the approval certificate, or if he •
has been previously approved in such craft or trade, shall employ
the number of apprentices or the ratio of apprentices to journeymen'
stipulated in the apprenticeship standards. Upon proper showing by'
the Contractor that he employs apprentices in such craft or trade
in the state on all of this contract on an annual average of not
less than one apprentice to each five journeymen, the Division of
• Apprenticeship Standards may grant a certificate exempting the
Contractor for the 1-to-5 ratio as set forth in this section. This •
section shall not apply to contracts of general contractors
involving less than thirty thousand ($30,000.00) or twenty ( 20)
working days or to contracts of specialty contractors not bidding
: ' for work through a general or prime contractor, involving less than
two thousand dollars ($2,000 .00) or fewer than five (5) working
days. •
•
Page 10
. L. '
•
•
•
"Apprenticeable craft or trade, " as used in this section, shall
• mean a craft or trade determined as an apprenticeable occupation in
accordance with rules and regulations prescribed by the
have
Apprenticeship
c
ethediscrCouncil. The joint
etion 'togranta certificate, which pshallibeesubject
to the approval of the Administrator of Apprenticeship, exempting a
contractor from the 1-to-5 ratio set forth in this section when it
finds that any one of the following conditions are met:
Ca) In the event unemployment for the previous three month period
in such area exceeds an average of 15 percent, or
• (b ) In the event the number of apprentices in training in such
area exceeds a ratio of 1-to-5, or
is (creplacing®atis a leastshone-thirtieththat s oapprenticeable
pritsiCjourneyrent or trade
through apprenticeship training, journeymen annually
or (2) on a local basis . either Cl)(1) on a statewide basis,
(d) If assignment of an apprentice to any work performed under a
public works contract would create a condition which would
employees jeopardize his
oyeesofthe public• life,
at largeifthe sa
specific fetor ptaskrto whichtof lthe
apprentice
When such exemptions are granted to an organization which'
represents contractors in a specific trade from the 1 to 5 ratio on
a local or statewide basis the member contractors will not be
required to submit individual applications for approval to local
joint apprenticeship committees, provided they are already covered
by the local apprenticeship standards.
•
A or •to whom the
subcontractor under him, who, inoperformingtract iany ofs wthee
work,orundan
erth'e .Contract, employs journeymen or apprentices in any
apprenticeable craft or trade and who is not contributing to a
fund or funds to administer and conduct the apprenticeship program
•
in any, such craft or trade in the area of the site of the public
work, to which fund or funds other contractors in the area of the
site of the public work are contributing, shall contribute to the
fund
funds
in
each
trade in
which
on the public work in the same amounts orouponythe
same basis and in the same manner as the other contractors do, but •
where the trust fund administrators • are unable to accept such
funds, contractors not signatory to the trust agreement shall pay a
•
like amount to the California Apprenticeship Council. The
contractoror subcontractor may add the amount of such
contributions in computing his bid for the contract. The Division
of tabot' Standards Enforcement is authorized to enforce the payment
bf. eueh •dontributiona to the fund or funds as set forth in Section
227. •
U
Page 11
•
' The body awarding the contract shall cause to be inserted in the
contract stipulations to effectuate this section. such
stipulations shall fix the responsibility of compliance with this
section for .all apprenticeable occupations with the prime
contractor.
All decisions of . the joint apprenticeship committee under this
section are subject to the provisions of Section 1081. . (Amended by
Stats. 1976, Ch. 1179)
1777.6 It shall be unlawful for an employer of a labor union to
refuse to accept otherwise qualified employees as registered
apprentices on any public works, on the ground of the race,
religious creed, color, national origin, ancestry, sex, or age,
except as provided in Section 3077, of such employee. (Amended by
• Stat. 1976,. Ch. 1179)
1777.7 (a) in the event a contractor willfully fails to comply
with the provisions of Section 1777 .5, such contractor shall:
(1) Be denied the right to bid on any public works contract for a
period of one year from the date the determination of
noncompliance is made by the Administrator of Apprenticeship; and
(2) Forfeit aa a civil penalty in the sum of fifty dollars
($50 .00 ) for each calendar day of noncompliance. Nothwithstanding
the provisions of Section 1727, upon receipt of such a
determination the awarding body shall withhold from contract
progress payments then due or to become due such sum.
(b) Any ' such determination shall be issued after a full
investigation, a fair and impartial hearing, and reasonable .notice
thereof in accordance with reasonable rules and procedures
prescribed by the California Apprenticeship council.
_ (c) Any ' funds withheld by the awarding body pursuant to this
Section shall be deposited in the general fund if the awarding body
is a state entity, or in the equivalent fund of An awarding body if
such awarding body is an entity other than the state.
The interpretation and enforcement of Sections 1777.5 and 1777.7
shall be ' in accordance with the rules and procedures of the
California Apprenticeship Council. (Amended by State. 1978, Ch.
1249)
It shall be mandatory upon the Contractor, and upon any
subcontractor under him, to pay not less than the said specified
rates to all laborers, workmen, and mechanics employed in the •
execution of the Contract. It is further expressly stipulated that
the.Contractor shall, as a penalty to the City, forfeit twenty-five
dollatd 1$25.00) for each calendar day,' or portion thereof, for
''•• ditch abater/ workman, or mechanic paid less than the stipulated
; 1tsU*ilinq rates for any work done under this Contract by him or by
• ;;,• any :eubconttactor Under work done under this Contract by him or by
i .4;°; ahy subcontractor under him; and Contractor agrees to comply with
• • ' ' ' all provisions of Section 1775 of the Labor Code.
•
Page 12
it abed
naTT uT so way; ;o due io ea;eo1;Tgiao Pres xa6TTap pue ysFuin; o;
ant;e;uasaadaa s ,L;TO BY; ;o aanTTe; ay; ;o ;um uI •uoT;aidwoo
. 30 aleoT;T4aao ay; o; ao;osa;uo0 ay; aT;Tqua o; 'paTpawai
aq o; 'Auw ;T 'sgoa;ap ay; ;o ;uawa;e;s a buTpnTouT 'sa;voT;Tzaap
ay; buTnssT ;ou so; uoseaa ally; pug gsn[ a 'poem sT4 aapun
'buT;Tas uT 'sogoesaua0 04; 0; .aATT9P TTe4s 'sa;eoF;F;sap mons ;o
naTT uT 20 'La FO 94; 0; privy aapun se;eoT;T;.eo pFes sanTTaP 'y;uow
• gpea ;o Aepsany ;set ay; aao;aq 'flays anT;eguasaadaa s ,L;To ay;
woi; pauTe;qo pue Lq paysruan; aq o; sa;epi;Tgaao pTes 4papTnosd
SE NJeq PTa4 os aorad 4oes3uoo Pres ;0 (%Om) ;uaosad ua; buTuTewas
ay; ;o ato4M ay; so;0ga;u00 ay; 0; Led Treys L;TO ay; 'aio;aq ;ou
pue awn yoTy" qv 'Apoq buruaanob BIT ;o uoT;ntosaa Lq paouaprna se
;uawanoadw1 70 Naos mons ;o uor;atdwoo ;o aoue;daooe ay; as;;e eSep
(56 ) aAT;-LgauTu ;o uoT;eITdxa ay; TTgun 'sAep ua; uT4;FM papaooaa
os ;ou aq aoT;ou mons ;F 'so : Lpoq buTuaanob s;F ;o aoT;nTosaa
Lq paouepTna Be ;Oea;uo0 mons ;o uoT;aTdwoo ;o aoue;dapoe ay;
as;;e step ua; ury;TM papaooaz eq aaT;ou mons ;F ';oeaquo0 era; Lq
pazenoo Naos TTe ;o uorgatdwoo ;o aoue;dapoe ;o a0Tgou ;o Ag TO ay;
Lq buTpaooaa ;o a;ep ay; won step (5£) aAT;-A;IF4; 3o uoT;eiTdxa
at;; TF;un sa;ewr;sa PTes ;o Epee ;o ;unowe ay; ;o (YOT) ;uaoxad
ua; uTe;aa TTFM A4TD 94; ;nq 'ao;osaguo0 ay; Lq 'q;uow aepuaTao
buTpaoaad ay; buTanp 'gDeCoad ay; uT pa;saodaoouT eTeraa;ew pue
•
pawao;aad NaoM at;; ;o a;ewr;sa TwAoadde par;F;aao ATnp e ;o sTseq
ay; uo ao;pea;uo0 at;; o; ;uawded TeTgaed ahem TTTM 43JOa41 •aTnpay3s
auamAed pag3e;;e eq; y;TM aOuepaOOOe uT apem aq TTTM ;uamLed • tuawxvd 'Et
•eTuao3TTe0 Jo agegs a4; ;o uoTssTwwoD quapTooy TPTagsnpul
ay; Lq .panssT saap.O Lga;es uoT;ona;suo0 ay; ;o suorsTnoad L;a;es
ay; 4;Ts a0uepao00e uT pa;euTwTTa ao papaenb eq Treys spaeze4 a94;o
pue ';uawdTnba 'LaauTypew • panaasgo eq Treys sapoo uoT;ona;suoo
pua buTPTFnq 'sMeT atgWOTtdde ;o suoTsTAoad L;a;es ayy •L;aadoad
pue (saaxotdwa burpnTouF) suosaad ;o uoT;oa;osd ay; ao;. sawn
TTe ;e pasTOaaxa eq Treys uoT;ne0aad • NOIyNGA3)id JNSaI00Fl •ZZ
•;uauwdotdwa Bons ;o aOuenuT;uoo
ay; buTanp pus papa;;e uosaad a4; ;o ;uawdoTdwa TeT3TuT
a4; ;o awT; ay; m011 uoT;edn000 ao apea; Lions ao; wnwTuTW a ea
aFgeoFTdde eq Treys paysTuan; any; aqua wnwruTw ayy •uoaaay; peseq
a;ea wnwTurw ay; 4;TM ao;0sa;uo0 ay; ysTuan; Treys pus uor;edn000
JO epea; TeuoflTpPV 40ns ao; a;ea buTTTenaad ay; auTWSa3ap
as;;eaaa4; AT;dwoad TiIM 04m 'd;FO 94; L;Fgou LTageTpamoT TTe4e
a0;pea;uo0 ay; 'paF;roads uraaay sT a;ea ab8M • wnwTuTw ou yoTLiM
ao; (40ne se sa9NIOM Tenuew-uou 10410 ao 'TaoTzaTo 'anTgea;sTuTwpe
'AaosTt.adns 'sanggnoaxa ;daoxa) uoF;wdn000 ' ao apes; a uT uosaad
Atm ';oeaquoo sTyg aapun ;oaCoad ay; uo Lotdwe 0; 1o;oea;uoogns
Awe ao ao;0sa;uo3 ay; ao3 Caessapau sawooaq ;r asap ul
•
thereof, the writing aforesaid, within ten (10) days after the
times aforesaid, and after written demand has been made upon him
for the same, the Contractor may file demand with the City, and, in
event said certificates are not furnished within ten (10) days
thereafter, the same shall become due and payable.
In case the City's representative delivers the writing aforesaid,
in lieu of the certificates, then a compliance by the Contractor
with the requirements of said writing shall entitle the Contractor
to the certificates.
The payment of progress payments by the City shall not be
construed as an absolute acceptance of the work done 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.
24. PROTECTION OF PUBLIC UTILITIES. The City shall be
responsible as between the parties to this Contract only, for the
removal, relocation, or protection of existing public utilities, if
any, located on the site. of construction, but only if such public
utilities are not identified by the City in the Plana and
Specifications made a part of the invitation for bids. The City
shall compensate the Contractor for costs incurred in relocating or
repairing damage to utility facilities not indicated in the Plans
and Specifications, other than service laterals when the presence
of such utilities on the construction site can be inferred from the
presence of such visible facilities as buildings, and meters and
junction boxes on, or adjacent to, the construction site. The
Contractor shall not be assessed liquidated damages for delay in
completion of the Contract • project, as provided in Paragraph 27
below, when such delay is caused by the failure of the City, or
other public utility, to provide for the removal or relocation of
the existing utility facilities. If the Contractor while
performing the Contract discovers utility facilities not identified
by the City in the Contract Plans and Specifications, the service
laterals as hereinabove described, he shall immediately notify the
City in writing. •
25. CONTRACTOR'S RESPONSIBILITY FOR THE WORK. The Contractor
shall not be responsible for the cost of repairing or restoring
damage to the work caused by an Act of God. NEVERTHELESS, the
Contractor shall, if the insurance premium is a separate bid item, '
obtain the insurance to indemnify the City for any damage to the
work caused by an Act of God. "Acts of God" shall include only the
following occurrences or conditions and effects: earthquakes and
tidal waves, when such occurrences or conditions and effects have
been proclaimed a disaster or state of emergency by the Governor of
the State of California or by the President of the United States,
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, the 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,
Page 14
on, or about the same during its construction and before
acceptance.
26 . CONTRACTOR'S GUARANTEE. The Contractor unqualifiedly
guarantees the first-class quality of all workmanship and of all
materials, apparatus, and equipment used or installed by him or by
any subcontractor of 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 the Contractor
unqualifiedly guarantees such lesser quality; and that the work as
performed by the Contractor will conform with the Plans and
Specifications or any written authorized deviations therefrom. In
case of any defect in work, materials, apparatus or equipment,
whether latent or patent, revealed to the City within one (1) year
of the date of acceptance of completion of this Contract by the
City, the Contractor' will forthwith remedy such defects without
coat to the City.
27. LIQUIDATED DAMAGES. Time shall be of the essence of this
Contract. If the Contractor fails to complete, within the time
fixed for such completion, the work hereinbefore mentioned and
described and hereby contracted to be done and performed, he shall
become liable to the City for liquidated damages in the sum of $150.00
ONE HUNDRED FIFTY AND 00/100 DOLLARS
for each and every working day during which said work shall remain
uncompleted beyond such time for completion or unlawful extension
thereof, which sum shall be presumed to be the amount of damage
thereby sustained by the City since it would be impracticable or
extremely difficult to fix the actual damage; and the amount of
liquidated damages may be deducted by the City from moneys due the
Contractor hereunder, or his assigns and successors at the time of
completion, and his sureties shall be liable to the City any
excess.
"28. • ADDITIONAL PROVISIONS.
None
Page 15 -
STATE OF CALIFORNIA On thMnd day of June in the year one
COUNTY OF Santa Clara thousand nine hundred and 88 , before me,
Lenis L. Pato , a Notary Public, State of California,
duly commissioned and sworn, personally appeared
Incline Woodford
known to me to be the President of the corporation
described in and that executed the within instrument, and also known to
OFFICIALSEAL s me to be the person who executed the within instrument on behalf
LEN'S LPATO^�•NOACLARA COUNTY TATPPUBLIC-CALIFORNIA
A' of the corporation therein named, and acknowledged to me that such
corporation executed the same instrument
MY CM. EXP. NOV. 21,1959 z IN WITNESS WHEREOFIhavehereuntosetmyhandandaffixed
my offician seal in the City of San Jose County of
This document is only a general form which may be proper lot use Santa Clara the day and year in this certifi ate irst above written.
in simple transactions end in no way acts.Di is intended to act.as a '
substitute for the advice of an allomey.TAe publisher does not make any warranty. ��p' �./w e�'y//y ,
either express or implied.as 10 the legal validity of any provision or the suitability of Notary Public, State of California
a
these!arms in any spehc Iransactron.
Cowdery's Form No. 28 — Acknowledgement My commission expires //-0244- X 7
Corporation (C. C. Secs. 1190-1190.1)
P .O . No .
IN WITNESS WHEREOF, the parties have executed this Contract, in
duplicate, the day and year first hereinabove written.
CITY OF CUPERTINO
Approved as to form cyf r-1 • Si,r
Mayor:
City Attorney City Clerk:e/ a
Date/City Clerk: 6 ?�ga
CONTRACTOR: ANDERO CONCRETE, INC.
4-1
Ludine Woodford, Presi, .t
Notary acknowledgment required.
If a corporation, corporate seal •
and corporate notary
acknowledgment required.
Project. Name and Number:. HANDICAP RAMP INSTALLATION, PROJECT 88-4002
Contractors Name: ANDERO CONCRETE, INC. , P.O. BOX 5580; SAN JOSE, CA 95150-5580
Contract Amount: $19,065'.00
• NINETEEN THOUSAND SIXTY-FIVE AND 00/100 DOLLARS
• COntrabt. Account Number t• 120-4002-453
•
• Page 16
.
June -1
UE (MM/DDNVY)
DATE.
Of ] . CERTIFICATE °OF°1°NSURANCE° IS
ne -1,. 1988
PRODUCER
THIS CERTIFICATE IS ISSUED ASA MATTER OF INFORMATION ONLY AND CONFERS
El
NO.RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND,
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
R.G. Speno, Inc. Oper. ID CR - "
18900 Stevens Creek Blvd.#200 COMPANIES AFFORDING COVERAGE
Cupertino CA 95014- _
COMPANY A - - - - -
, - . LETTER
- I1 L ::i . II2':11 - - -
COMPANY B
INSURED LETTER ,
ANDER° CONCRETE, INC. COMPANY C '
P.O. BOX S' 558 O LETTER •
SAN.JOSE, CA 95150 COMPANY
LETTER B
COMPANY E
_ LETTER '
COVERAGES
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,
NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO.WHICH-THIS CERTIFICATE MAY
BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS,AND CONDI-
TIONS OF SUCH POLICIES.
E TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION
DATE(MM/DOPM DATE(MM/ODmI ALL LIMITS IN THOUSANDS
GENERAL LIABILITYI
. GENERAL AGGREGATE $
. COMMERCIAL GENERAL LIABILITY / / / / PRODUCTS COMP/OPS AGGREGATE $
..CLAIMS MADE nOCCURRENCE / / / / PERSONAL&ADVERTISING INJURY $
I. OWNERS 8 CONTRACTORS PROTECTIVE / / / / EACH OCCURRENCE - $_
. - / / / / FIRE DAMAGE(ANY ONE FIRE) $'
1. MEDICAL EXPENSE ZANY ONE PERSON) $
AUTOMOBILE LIABILITYI
-1.1
ANY AUTO / ///// / / CSL $ - -
. ALL OWNED AUTOS / / / BODILY
. SCHEDULED AUTOS / / / (PER PERSON)
. HIRED AUTOS / / / IN(y�p�IgV $
. NON-OWNED AUTOS /////
, / / AC618EN11. $
. GARAGE LIABILITY / / / / PROPERTY -
. / / / /
DAMAGE $ . • r---
EXCESS LIABILITYI
AGGREGATE
GCCURRENLE,
/ 1 / 1 $ $
III OTHER THAN UMBRELLA FORM / / / /
WORKERS'COMPENSATION STATUTORY - _
AND HIP 009784 0/01/87 10/01/88 i$: 100 (EACH ACCIDENT)
EMPLOYERS'LIABILITY / / / / 5.-". WO (DISEASE-POLICY LIMIT)
$ I00 (DISEASE-EACH EMPLOYEE)
OTHER - - - - _
I / I / / /
/ / / /
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/RESTRICTIONS/SPECIAL ITEMS -
JOB: Handicap Ramp Installation -
ob: Replacement of Existing Perimeter Sidewalk. - -
CERTIFICATE HOLDER ' CANCELLATION °
City of Cupertino SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX.
10 300 Torre Avenue PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
Cupertino, California 95014 MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
LIABILITY OF ANY KIND UPON. HE COMPA Y,ITS AGEN OR.REPRESENTATIVES.
AUTHORIZED REPRESENT
` ,✓
ACORD 25S(11185). - ° J ° . . D IIWA�CORPORATION 1985
i an
i Ac11nn4 CERTIFICATE OF INSURANCE �UES(I "leD Y)
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
EVERETT W. STARK AND COMPANY NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND,
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
2190 Stokes Street, Suite #103
San Jose, CA 95128 - COMPANIES AFFORDING COVERAGE
(408) 294-4106 COMPANY A INSURANCE CO. OF THE WEST
LETTER
CODE SUB-CODE -
COMPANY B
urmn LETTER
NSERO CONCRETE, INC. - — - - -
P.O. BOX 5580 COMPANY C
LETTER
SAN JOSE, CA 95150-5580
COMPANY D
LETTER
COMPANY E
LETTER
COVERAGES - '
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE 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.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO POLICY EFFECTIVE POLICY EXPIRATION
LTR TYPE OF INSURANCE I POLICY NUMBER I DATE(MM/DD/YY) DATE(MM/DD/YY) ALL LIMITS IN THOUSANDS
GENERAL LIABILITY GENERAL AGGREGATE $ 27000
A—X� CSJ556275 5/31/88 5/31/89 I x000—
COMMEfl GENERAL LIABILITY PRODUCTS-COMP/OPS AGGREGATE $
( CLAIMSIMS MADFTX (OCCUR. PERSONAL&ADVERTISING INJURY $ 17000
—
X
OWNER'S&CONTRACTOR'S PROT - EACH OCCURRENCE $ 1000
_ FIRE DAMAGE(Any one fire) $ 50
MEDICAL EXPENSE(Any one person) $ 5--
AUTOMOBILE LIABILITY COMBINED
A X-1 CSJ556275 5/31/88 5/31/89 SINGLE $ 1,000
ANY AUTO LIMIT
ALL OWNED AUTOS BODILY
INJURY $
SCHEDULED AUTOS (Per person)
j HIRED AUTOS I BODILY
INJURY I $
NON-OWNED AUTOS (Per accident)
GARAGE LIABILITY PROPERTY
'7C DOC Respects: Paul and June Guerrero DAMAGE $
EXCESS LIABILITY I EACH AGGREGATE
OCCURRENCE
$ $
OTHER THAN UMBRELLA FORM (
WORKER'S COMPENSATION STATUTORY
I $ I (EACH ACCIDENT)
AND
$ I (DISEASE—POLICY LIMIT)
EMPLOYERS'LIABILITY
$ (DISEASE—EACH EMPLOYEE
OTHER
DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESIRESTRICTIONSISPECIAL ITEMS
Handicap Ramp Installation 88-4002 All California Operations
Certificate Holder To Be Named As Additional Insured
CERTIFICATE HOLDER CANCELLATION - -
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
City of Cupertino LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
10300 Torre Avenue LIABILITY OF ANY KIND UPON THE COMPANY,ITS AGENTS OR REPRESENTATIVES.
Cupertino, CA 95014
AUTHORIZED REPRESENTATIVE� � IV
EVERETT W. STARK & COMPANY
ACORD 25-S(3/88) I BY: C-' Cfr ©ACORD.CORPORATION 1988
POLICY NUMBER: CSJ556275 COMMERCIAL GENERAL LIABILITY.
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. •
•
ADDITIONAL INSURED - OWNERS, LESSEES OR •
CONTRACTORS (FORM B)
This endorsement modifies insurance provided under the following: ,
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
SCHEDULE •
Name of Person or Organization:
City of Cupertino
10300 Torre Avenue
Cupertino, CA 95014 Handicap Ranip Installation 88-4002
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations
as applicable to this endorsement.)
WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the
Schedule. but only with respect to liability arising out of "your work" for that insured by or for you.
•
"The City and its officers and employees, shall be named as additional insureds
on any such policies of insurance, which shall also contain a provision that the
insurance afforded thereby to the City, its officers and employees, have other
insurance against a loss covered by such policy, such other insurance shall be excess
insurance only." •
•
•
•
•
•
•
•
CG 20 10 11 85 Copyright, Insurance Services Office, Inc., 1984 •
STATE OF CALIFORNIA On this 2nd day of June in the year one
COUNTY OF Santa Clara,-- thousand nine hundred and 88 , before me,
Lents L. Pato , a Notary Public, State of California,
duly commissioned and sworn,, personally appeared
a. ' Lurlinwc'Woodford-.
known to me to be the President of the corporation
described in and that executed the within instrument, and also known to
OFFICIALSEAL •. •V
I`+!"►�'$ LENIS L PATO me to be the person who executed the within instrument on behalf
�t��'iy$ SANTA CLARA
of the corporation therein named, and acknowledged to me that such
SANTA CLARA COUERY
IyMY CO?d. EXP. NOV. 24,1922 corporation executed the same instrument
IN WITNESS WHEREOF I have hereunto set my hand and affixed
my offician seal in the Ci ty of San Jose County of
This document u only a general form wheat.may be proper for use Santa Clara the day and year in this certi icat• birst above written. .
in simple transactions and in no way acts.or Intended to act.as a ,- /
1 /
Substitute for the advice of an altOrrley.Tie publisher does not make any warranty. , / ./ les
either elm ess or implied.as to the legal vatiddyot any provision or the suitability of NotaryPublic, Staten California
mese forms in any specific transaction f
Cowdery's Form No. 28—Acknowledgement My commission expires // a r27
Cnrnnratinn IC. C Cr•-c 11on_11 an 11
STATE OF CALIFORNIA,
- - Santa Clara as.
County�n�5 S_a_n_-- ems— —
On thisi '- ._day of__—.Y�� -.—in the year one thousand nine
t ; 'i Laura S. Reierson
` .a .PD.,-:+..j. . hundred and.._...___ _..__.__before me,—_—_.------ -------'-
tI]St' .lir tgio, nr1- a Notary Public, State of uly commissioned and sworn, personally appeared
. ,',, , , , ' -, " " __ _ Patricia _GoldenCalifornia, ____ _ __ __
,"",:,..11�>.T`�i0P I[I'AL G} known to me to be the_ Attorne -1 n- .a —__ f the corporation described"7 4-44 ` iASki179[1!>71SC! t a 4 in and that executed the within instrment,and also known to me to be the person who
d illy yt,/ rM1' 'c ul ,,,,,' ' executed the within instrument on behalf of the corporation therein named,and acknowledged
SRRA taltr' OL'NfL, I- to me that such corporation executed the same
u jlCcCea+Mdoli D a
.t 4It**War •sainEXt,a,{.ar JPS A _._...—..._...__.............._.._. ....
r«. G - ,� IN WITNESS WHEREOF I have hereunto set my hand and affixed my official scat
tt a , `a " ?n',' Santa Cl aro .the da
..tips , a n e-R,a.
�,.. i; � ( ` year in this certificate first above tten.
i ansa •
"\vv}}} Nottttrypiblic,gate of California.
My Commission Expires August Li , I y� t
This document is only a general form.Hieb may be proper for use in simple transactions nd in noway trots,or is intended to
Cowden a Form No. 27—(Acknowledgment Corporation). act,as a substitute for the advice of an attorney.The publisher does not make any warranty,either aaprm w implied n to ma lapel
(C.C.Sea.1190-1190.1) validity of any provision or the suitability of these forms in any specific transaction. ,
Bond No. BD 391702
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS:
THAT WE, ANDERO CONCRETE, INC.
as Principal and A1liad Mutual Lnsuranre Company
as Surety are held and firmly bound unto the City of Cupertino, State of California,
in the sum of NINETEEN THOUSAND SIXTY-FIVE AND 00/100 Dollars
($ 19.065.00 ) lawful money of the United States, for the payment
of which will and truly to be made, we bind ourselves, our heirs, executors,
successors and assigns, jointly and severally, firmly by these presents.
THE CONDITION of the above obligation is such that,
WHEREAS, the Principal has entered into a contract dated May 24, 1988
with the Obligee
to do and perform the following work to-wit:
HANDICAP RAMP INSTALLATION
PROJECT 88-4002
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 remain in full force and effect.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal
\>> and Surety this 24th day of May , 1988
(To be signed by Principal 2 -
and Surety and acknowledgment.) Andero Concrete,, Inc.
Inc.
Principal Ludine Wood rd
M, ".- f
President 0oil
„ �,oaa s Sag
Allied Mu -1 Insurance Com' -o
Surety ` t ° a
�gJ -a..) `S.o off:.
By: i a
Attorney-in-Fact /
The above bond is accepted and approved this day of , 19
Bond No. BD 391702
_ _ LABOR AND MATERIAL BOND
KNOW ALL MEN BY THESE PRESENT:
WHEREAS, the City of Cupertino, State of California, and
ANDERO CONCRETE, INC.
hereinafter designated as "Principal" have entered into or are about to enter
into a contract providing for the installation, construction, and erection by
Principal of certain improvements more particularly described in said contract;
and incorporated herein by reference.
WHEREAS, said Principal is required to furnish a bond in connection with
said contract, providing that if said Principal, or any of his or its sub-
contractors, shall fail to pay for any materials, provisions, provender or
other supplies or teams used in, upon, for or about the performance of the work
contracted to be done, or for any work or labor done thereon of any kind, the
Surety on said bond shall pay the same to the extent hereinafter set forth;
NOW, THEREFORE, we, the Principal, and Allied Mutual Insurance Company
as Surety, 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 abut the perfor-
mance of the aforesaid work contracted to be executed or performed under the
contract hereinabove mentioned, and incorporated herein by reference, and all
persons, companies or corporations lending or hiring teams, implements or
machinery, for or contributing to said work to be done, and all persons who
.perform work or labor upon the same, and all persons who supply both work and
materials, whose claim has not been paid by Principal or by any other person,
in the just and full sum of
NINETEEN THOUSAND SIXTY-FIVE AND 00/100 DOLLARS
($ 19,065.00 ) . •
THE CONDITION OF THIS OBLIGATION IS SUCH THAT if said Principal, his or
its subcontractors, heirs, executors, administrators, successors or assigns,
shall fail to pay for any materials, provisions, provender or other supplies
or teams used in, upon, for or about the performance of the work contracted to
be done, or for any work or labor thereon of any kind, or for amounts due under
the Unemployment Insurance Act with respect to- such work or labor, or any and
all damages arising under the original 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 inure to the benefit of any and all persons, companies,
and corporations entitled to file claims under Section 1184. 1 of the Code of
Civil Procedure, so as to give a right of action to them or their assigns in
any suit brought upon this bond.
STATE OF CALIFORNIA On this 2nd day of June in the year one
COUNTY OF Santa el ara thousand nine hundred and 88 before me,
Lenis L. Pato , a Notary Public, State of California,
duly commissioned and sworn, personally appeared
Ludine Woodford
known to me to be the President of the corporation
described in and that executed the within instrument, and also known to
{ • '• �..a.. OFFICIAL'SEALme to be the person who executed the within instrument on behalf
x LENTS L PA corporationtherein named, andacknowledged to me that such
NOTARY PUBLIC-CALIFORNIA of the corti
�
SANTA CLARA COLOtTY corporation executed the same instrument
MY COi+�1. EXP. NOV. 24,)1989
. ..�ac 9 IN WITNESS WHEREOF 1 have hereunto set my hand and affixed
my offician seal in the Sity of San Jose County of
Thisdocumenl is only a general form which may beproper for use Santa Clara the day and year in this certificate birst above written.
in simple to,the transactions and inofa no way acts.ons intended to enact.as a ' /y�
substitute for the advice of an allomey.Ttte publisher does not make a ny warranty. �/ �V) `nom'
en nor express or implied.as to the legal validity 01 any provision or the swfabrlrly of C/r u' Notary Public, State of California
Mese forms in any specific transaction
Cowdery's Form No. 28—Acknowledgement My commission expires fA 074/—s9
Corporation (C. C. Secs. 1190-1190.1)
STATE OF CALIFORNIA,
Santa Clara
_._ County= L
r'c'} .Y,, r On this.. day of__—..!71_2. -__...+in the year one thousand nine
.1e-4+r i ; . *S hundred and.._..—....��—.-__beforeme,_LdUrd S.. Reierson
eh
16y ria � ��^ a Notary Public, State of California duly commissioned and sworn, personally appeared
'• ;e art � uilk Patricia Golden __---- ---..--_
•
i -,y —........ -Attorne - n_Fact
known to me to be the.__.._....-_..._.. .............__—..of the corporation described
t re '�' • U 'E cY sg Ill in and that executed the within instrument,and also known to me to be the person.—_...who
f '1 C.,.. � $ executed the within instrument on behalf of the corporation therein named,and acknowledged
a" t �"'. $y ITA ..1 xi to me that such corporation executed the same
»u.h hetri7naix.c,rata)?CONSINItt .,,..4g."
IN WITNESS WHEREOF I have hereunto set my hand and affixed my official seal
"MAW y .xw* �k ' in the County of Santa Clara the day and
VtV & i1 j -E la t year in this certificate first above w 'ten. LI
Ir
AU U t t ry)tl
Lfi Ibli;$Lyyate of California.
My Commission Expires 9
This document is only a general form which may be proper for use in simple transactions end in no way acts,or is intended to
Cowderfe Form No. 27—(Acknowledgment Corporation). act,as a substitute for the advice of an attorney.The publisher does not make env warranty,either express or implied n to the legal
(C.C.Sees.1190-1190.1) validity of any provision or the suitability of these forms in any specific transaction. s
Labor and Material Bond Page 2
And the said Surety, for value received, hereby stipulates. and agrees
that no change, extension of time, alteration or addition to the terms of the
contract or to the work to be performed thereunder or the specifications
accompanying the same shall in any wise affect its obligations on this bond,
and it does hereby waive notice of any such change, extension of time, alter-
ation or addition to the terms of the contract or to the work or to the speci-
fications.
IN WITNESS WHEREOF, this instrument has been duly executed by the
Principal and Surety this 24th day of May , 19 88
Andero Concrete, Inc.
(To be signed by Principal Principal Ludine Wooesident
and Surety. Notary
acknowledgments required.) Allied Mutual Insurance Company
Surety
By: c`�tt`�j e f
Attorney-in-Fact '
e
C
45) Prif
The above bond is accepted and approved this day of
•
, 19 --
6/17/85
ALLIED Mutual Insurance Company •
• • des Moines, Iowa 50304-0974
POWER OF ATTORNEY ALLIED
Insurance
KNOW ALL MEN BY THESE PRESENTS That ALLIED Mutual Insurance Company, a corporation organized
under the laws of the State of Iowa,with its principal office in the City of Des Moines, Iowa,hereinafter called 'Company',
does hereby make, constitute and appoint PATRICIA GOLDEN RONALD C.SPENO
FRANCIS E. COOK C.LAWTON
CUPERTINO, CA
each in his individual capacity,its true and lawful Attorney-In-Fact with full power and authority to sign, seal, and execute
in its behalf any and all bonds and undertakings and other obligatory instruments of similar nature (except bonds guaran-
teeing the payment of principal and interest of notes,mortgage bonds and mortgages)in penalties not exceeding the sum of
( S 500,000.00 5
and to bind the Company thereby,as fully and to the same extent as if such instruments were signed by the duly authorized
officers of the Company; and all acts of said Attorney pursuant to the authority hereby given are hereby ratified and con-
firmed.
This Power of Attorney is made and executed pursuant to and by authority of the following By-Laws duly adopted by the
Board of Directors of the Company.
ARTICLE IX- EXECUTION OF CONTRACTS
'Section 2. Bonds, undertakings, and other obligatory instruments of similar nature, other than policies and endorsements, issued
by the Corporation shall be validly executed and binding on the Corporation when signed by the President, or a Vice President, or by
Attorney(s)-1n-Fact appointed by the President,or by a Vice President.'
'Section 3. The President, or a Vice President, shall have the power to appoint agents of the Corporation, or other persons, as
Attorney(s)-In-Fact to act on behalf of the Corporation in the execution of bonds,undertakings,and other obligatory instruments of similar
nature,other than policies and endorsements with full power to bind the Corporation by their signature and execution of any such instru-
ment. The appointment of such Attorney(s)-In-Fact shall be accomplished by Powers of Attorney signed by the President,or a Vice Pres-
ident.
This Power of Attorney is signed and sealed by facsimile under and by the following By-Laws duly adopted by the Board
of Directors of the Company.
ARTICLE IX-EXECUTION OF CONTRACTS
'Section 4.The Secretary, or an Assistant Secretary, is authorized to certify that any such Power of Attorney so signed shall be
validly executed and binding on the Corporation;and to certify that any bond,undertaking,or obligatory instrument of similar nature,other
than policies and endorsements,to which this Power of Attorney is attached is and shall continue to be a valid and binding obligation of the
Corporation,according to its terms,when executed by Attorney(s)-In-Fact appointed by the President or a Vice President.'
'Section 5. It shall not be necessary to the valid execution and binding effect of the Corporation of any bond, undertaking, or
obligatory instrument of similar nature, other than policies and endorsements, signed on behalf of the Corporation by the President, or a
Vice President, or Attorney(s)-In-Fact appointed by the President,or a Vice President, or any Power of Attorney executed on behalf of the
Corporation appointing Attorney(s)-In-Fact to act for the Corporation,or of any certificate to be executed by the Secretary,or an Assistant
Secretary, as hereinabove in Section 2,3, and 4 of this Article provided, that the corporate seal be affixed to any such instrument but the
person authorized to sign such instrument may affix the corporate seal, and a facsimile corporate seal affixed to any such instrument shall
be as effective and binding as the original seal.'
'Section 6. A facsimile signature of the President, or of a Vice President, affixed to any bond, undertaking,or obligatory instrument
of similar nature, other than policies and endorsements, or to a Power of Attorney signed by such President, or a Vice President, as herein
in Sections 2 and 3 provided, or a facsimile signature of the Secretary,or of an Assistant Secretary to any certificate as herein in Section 4
provided,shall be effective and binding upon the Corporation with the same force and effect as the original signatures of any such officers.'
'Section 7. A facsimile signature of a former officer shall be of the same validity as that of an existing officer, when affixed to any
policy or endorsement, any bond or undertaking,any Power of Attorney or certificate, as herein in Section 1,2,3 and 4 provided."
IN WITNESS \VIIEREOF, the Company has caused these presents to be signed by its President and its corporate seal to
be hereunto affixed this 26 day of AUGUST 1986
s�'`ie ALLIED MUTUAL INSURANCE COMPANY
STATE OF IOWA niSEALlE0
0 : a By: )C�() 1/IM ` 2, President
COUNTY OF POLK ss �� k(I
�a
On this 26 day of AUGUST X86 ,before a personally came John E.Evans,to me known,who,being by me duly sworn,
did depose and say that he is President of ALLIED Mutual Insurance Company,the corporation described in and which executed the above
instrument; that he knows the seal of said corporation, that the seal affixed to said instrument is such corporation seal;that it was so affixed
pursuant to authority given by the Board of Directors of said corporation and that he has signed his name thereto pursuant to like author-
ity, and acknowledged the same to be the act and deed of said corporation.
S. A. Denning �y
S. A. DENNING Notary Public in nd r the State Iowa
MY COMMISSION EXPIRES •
4-13-89 CERTIFICATE
I,the undersigned,Secretary of ALLIED Mutual Insurance Company,a corporation organized under the laws of the
State of Iowa, do hereby certify that the foregoing Power of Attorney is still in force, and further certify that Section 2, 3,4,
5, 6 and 7 of Article IX of the By-Laws of the Company set forth in said Power of Attorney are still in force.
IN TESTIMONY WHEREOF, I have subscribed my name and affixed the seal of the company
this42 /d day of /V/l7 , 1Tr' ao�
g'r SEAL 4 eri\s-
This Power of Attorney expires X4'•1:: a Secretary
06101 08/26/89
Ed 1 (04-86)00