Loading...
HomeMy WebLinkAboutAmerican Asphalt South Inc; 2015-12-14; PWS16-23TRANRECORDED REQUESTED BY CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 DOC# 2016-0497384 111111111111 lllll 111111111111111 lllll 111111111111111111111111111111111 Sep 20, 2016 04:59 PM OFFICIAL RECORDS Ernest J. Dronenburg, Jr., SAN DIEGO COUNTY RECORDER FEES $0.00 PAGES 2 Space above this line for Recorder's use. PARCEL NO: n/a NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full name of the undersigned is City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work or improvement on the property hereinafter described was completed on April 29, 2016. 6. The name of the contractor for such work or improvement is American Asphalt South, Inc. 7. The property on which said work or improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: Slurry Seal Project, Project No. 6001-15SS. 8. The street address of said property is in the City of Carlsbad and includes Hillside Drive. VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsb d, 1 00 Carlsbad Village Drive, Carlsbad, California, 92008; the City Council of said City on -Y-=-IL...l.',a..:_==i.----1-...L.._-' 20__il2_, accepted the above described work as completed and ordered th ta Notice of Completionbefiled. I declare under penalty of perjury that the foregoing is true and correct. Executed on ~'m::l"r.20~, at Carlsbad, California. CITY OF CARLSBAD ~fu~NG~ ~>:, City Clerk Word\Masters\Forms\Notice of Completion (City) 3/9/98 LOCATION MAP STREETS TO BE SLURRY SEALED PROJECT NAME PAVEMENT MANAGEMENT PROGRAM 2015 SLURRY SEAL PROJECT NUMBER 60011 PLOTTED BY: SCOTT EVANS PLOT DA TE:6/26/15 PATH:D: \ TRANSPORTA 110N DEPARTIJENT\DESIGN DIVISION\SCHAUBLE\2O15 SI.URRY SEAL \2O15SS_LOCAT10N MAP.DIIG EXHIBIT 2 CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL -C/O #2 Project No: 6001-15 (SS) Date Routed: 'S·'-1.� i lf>fl(:, 5,tS-1<,- Reasons for changes: 2015 Slurry Seal Proiect To: Construction Mana2,Went & Inspection Department Head II'� Finance Director'llj.A City Manager/Mayor Construction Management & Inspection Item 1: The city water department requested the adjustment of nine (9) water valve cans on Hillside Drive, Cazadero Drive and Corte De La Vista. The valve can adjustments were required after the pavement resurfacing was completed and were not shown on the plans. The work was identified by the water department during the final walk through and required additional scheduling to complete. COST ACCOUNTING SUMMARY: Original contract amount $1,506,823.83 Total amount this C/O $3,217.50 Total amount of previous C/O's $52,019.42 Total C/O's to date $55,236.92 New Contract Amount $1,562,060.75 Total C/O's as% of original contract 3.67% Contingency amount encumbered $230,000.00 Contingency increase / decrease $0.00 Contingency Subtotal $230,000.00 Total C/O's to date $55,236.92 Contingency balance $174,763.08 Project Name : 2015 Slurry Seal Contract No. 6001-158S CITY OF CARLSBAD CONTRACT CHANGE ORDER NO. 2 PROJECT: 6001-15(SS), 2014 Slurry Seal CONTRACT NO. 6001-15(SS) P.O. NO. P131561 ACCOUNT NO. 15270009060/600129066 34270009060/600139006 CONTRACTOR: American Asphalt South, Inc. ADDRESS: P.O. Box 310036 Fontana, CA 92331 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this add itional work including charges for field overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of efficiency, extended equipment costs and overtime premium costs and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, sha ll apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor or his/her designee. Pursuant to Section 3 of the General Provisions of this contract, perform the following: Item 1: Schedule and perform additional work to adjust nine (9) valve cans to proper grade. Increase to contract cost. ............................................................... $3,217.50 TOTAL INCREASE TO THE CONTRACT ................................................... $3,217.50 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY FORTY-THREE (43) WORKING DAYS AS A RESULT OF THIS CHANGE ORDER. Project Name : 2015 Slurry Seal Contract No. 6001-15SS APPROVED BY: (DATE) (DATE) 8/s/11:, FINANCE DIRECTOR (DATE) D STRIBUTION: INSPECTION FILE (ORIGINAL), PURCHASING, CONTRACTOR, DEPUTY DIRECTOR DESIGN eric s South, Inc,, Date: To: Address: Attn: Phone: From: Pages: 16-Jun -16 CITY OF CARLSBAD 1635 FARADAY AVENUE CARLSBAD, CA 92008 SCOTT FISHER 760 814 7226 Fax: TYLER SKENDER 1 Subject: 2015 SLURRY SEAL PROJECT, CONTRACT NO. 6001-15S$ CHANGE ORDER REQUEST 9-ADJ USTING VALVES American Asphalt South, Inc. will provide all eq uipment, labor, material and tools to perform the following work on the above referenced project. ITEM# DESCRIPTION CCO9 VALVE ADJUSTMENT The following inclusions and exclusions apply. UNIT EA QUANTITY 9 INCLUSIONS: PER CITY OF CARLSBAD SPECIFICATIONS EXCLUSIONS: I UNIT($) TOTAL{$) $357.50 $3,217.50 TOTAL= $3,217.50 DATE: --+-0----.:,/ ft~/2 ...... o'-""'1(1 ___ _ ' l www.americanasphaltsouth.com Lie. # 784969 DATE: -~_,_/_2--+-,/i--<=I k?::..-_ MAILING ADDRESS PO. BOX 310036 • FONTANA, CA 92331 • PHYSICAL ADDRESS: 14436 SANTA ANA AVE • FONTANA, CA 92337 • (909) 427-8276 • FAX (909) 427-8279 Project Name : 2015 Slurry Seal Contract No. 6001-15SS CITY OF CARLSBAD CONTRACT CHANGE ORDER NO. 1 PROJECT: 6001-15(55), 2014 Slurry Seal CONTRACT NO. 6001-15(SS) . P.O. NO. P131561 ACCOUNT NO. 15270009060/600129066 34270009060/600139006 CONTRACTOR: American Asphalt South, Inc. ADDRESS: P.O. Box 310036 Fontana, CA 92331 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work including charges for field overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of efficiency, extended equipment costs and overtime premium costs and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor or his/her designee. Pursuant to Section 3 of the General Provisions of this contract, perform the following: Item 1: Increase Lump Sum Bid Item No. 11, Striping, Thermo and RPM's per Plans and Caltrans Details. · Increase to contract cost. ................................................................ $13,380.05 Item 2: Increase Lump Sum Bid Item No. 1, Mobilization. Increase to contract cost. ................................................................. $6,500.00 Item 3: Contract Suspension while in progress. Increase to contract cost. ................................................................ $16,383.36 Item 4: Raise two Water Valves to Grade. Increase to contract cost. .................................................................... $880.00 Item 5: Remove and Replace Asphalt on Carocal. Increase to contract cost. ............................................................... $26,600.00 Project Name : 2015 Slurry Seal Contract No. 6001-15S$ Item 6: Increase Bid Item No. 5, 2" Depth Cold Mill and Replace with AC by 4,151 SF at the contract unit price of $1.84/SF. Increase to contract cost.. ................................................................ $7,637.84 Item 7: Decrease Bid Item No. 8, Type I Slurry by 76 EL T at the contract unit price of $192.19/ELT. Decrease to contract cost. ............................................................ ($14,606.79) Item 8: Decrease Bid Item 9, Type II Slurry by 23 ELT, at the contract unit price of $206. 73/EL T. Decrease to Contract.. ................................................................... ($4,754.79) · TOTAL INCREASE TO THE CONTRACT ........................................... $52,019.42 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY 12 WORKING DAYS AS A RESULT OF THIS CHANGE ORDER. APPROVED BY: (DATE) FINANCE DIRECTOR (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL), PURCHASING, CONTRACTOR, DEPUTY DIRECTOR DESIGN CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL -C/O #1 2015 Slurry Seal Proiect Project No: 6001-15 (SS) To: Construction Management & Inspection Department Head Finance Director {Q\ City Manager/Mayor Construction Management & Inspection Reasons for changes: Item 1: Item 2: Item 3: Item 4: Item 5: Item 6: Item 7: The lump sum amount for bid item No. 11, Striping, thermostriping, and reflective pavement markers is $55,000. Adjustment of the amount is required to perform additional striping requested by the city traffic engineer. The lump sum for bid item No. 1, Mobilization, is $25,000. However, due to scheduling conflicts with the city concrete replacement project, and an additional mobilization for crack seal on Carlsbad Blvd. Item No. 1 is increased by $6,500.00. On January 27, 2016 the city requested a suspension of work and the placement of temporary asphalt cap on Neblina Drive. The directive was given to provide public safety, and to protect the exposed subgrade during a rain event and until the succesfull completion of the concrete replacement project. An additional 12 working days will be added to the contract for this delay. The City requested two (2) water valve cans be raised to match the existing street grade on Corte De La Vista. The Contract did not provide a bid item to raise valves to grade. The City requested that the Contractor remove and replace the existing 4-inch asphalt pavement on Carocal Ct. due to raveling and subgrade issues. The actual measured quantity of Bid Item No. 5, 2-inch Depth AC Cold Mill and Replace with conventional AC, is more than the original estimate of 401,122 SF. Increase Bid Item No. 5 by4,151 SF. The actual measured quantity for Bid Item No. 8, Type I Slurry, is less than the original estimate of 1,819 EL T (Extra Long Tons). Decrease Bid Item No. 8 by 76 EL T. Project Name : 2015 Slurry Seal Contract No. 6001-1 SSS Item 8: The actual measured quantity for Bid Item No. 9, Type II Slurry. Is less than the original estimate of 606 EL T. Decrease Bid Item No. 9 by 23 EL T. COST ACCOUNTING SUMMARY: Original contract amount $1,506,823.83 Total amount this C/O $52,019.42 Total amount of previous C/O's $0.00 Total C/O's to date $52,019.42 New Contract Amount $1,558,843.25 Total C/O's as % of original contract 3.45% Contingency amount encumbered $230,000.00 Contingency increase/ decrease $0.00 Contingency Subtotal $230,000.00 Total C/O's to date $52,019.42 Contingency balance $177,980.58 .San oun alifornia. s, s ··F R J sss Revised .3/6115 Contract No. 6001-15SS Page 1 of 107 Pages TABLE OF CONTENTS Notice Inviting Bids ............................................................................................................................ 5 Contractor's Proposal ........................................................................................................................ 9 Bid Security Form ................................ : ........................................................................................... 15 Bidder's Bond To Accompany Proposal ........................................................................................... 16 Guide For Completing The "Designation Of Subcontractors" Form .................................................. 18 Designation Of Subcontractor And Amount Of Subcontractor's Bid ltems ........................................ 20 Bidder's Statement Of Technical Ability And Experience ................................................................. 21 Bidder's Certificate Of Insurance For General Liability, Employers' Liability, Automotive Liability And Workers' Compensation ................................................................................................................... 22 Bidder's Statement Re Debarment. .................................................................................................. 23 Bidder's Disclosure Of Discipline Record ......................................................................................... 24 Noncollusion Declaration To Be Executed By Bidder And Submitted With Bid ................................. 26 Contract Public Works ..................................................................................................................... 27 Labor And Materials Bond ............................................................................................................... 33 Faithful Performance/Warranty Bond ............................................................................................... 35 Optional Escrow Agreement For Security Deposits In Lieu Of Retention ......................................... 37 GENERAL PROVISIONS Section 1 -Terms, Definitions, Abbreviations, And Symbols 1-1 Terms ................................................................................................................................ 40 1-3 Abbreviations .................................................................................................................... 44 1-4 Units Of Measure .............................................................................................................. 47 1-5 Symbols ............................................................................................................................ 48 Section 2 -Scope And Control Of Work 2-1 Award And Execution Of Contract ..................................................................................... 48 2-2 Assignment ....................................................................................................................... 48 2-3 Subcontracts ..................................................................................................................... 49 2-4 Contract Bonds ................................................................................................................. 50 2-5 Plans And Specifications .................................................................................................... 51 2-6 Work To Be Done .............................................................................................................. 54 2-7 Subsurface Data ............................................................................................................ .t .. 55 .~ f.J Revised 3/6/15 Contract No. 6001-15SS Page 2 of 107 Pages 2-8 Right-Of-Way .................................................................................................................... 55 2-9 Surveying .......................................................................................................................... 55 2-1 O Authority Of Board And Engineer ...................................................................................... 56 2-11 lnspection .......................................................................................................................... 56 Section 3-Changes In Work 3-1 Changes Requested By The Contractor. ........................................................................... 57 3-2 Changes Initiated By The Agency ..................................................................................... 57 3-3 Extra Work ........................................................................................................................ 58 3-4 Changed Conditions .......................................................................................................... 61 Section 4 -Control Of Materials 4-1 Materials And Workmanship .............................................................................................. 65 4-2 Materials Transportation, Handling And Storage ............................................................... 70 Section 5 -Utilities 5-1 Location ............................................................................................................................ 70 5-2 Protection .......................................................................................................................... 71 5-3 Removal ............................................................................................................................ 71 5-4 Relocation ......................................................................................................................... 71 5-5 Delays ............................................................................................................................... 72 5-6 Cooperation ....................................................................................................................... 73 Section 6 -Prosecution, Progress And Acceptance Of The Work 6-1 Construction Schedule And Commencement Of Work ...................................................... 73 6-2 Prosecution Of Work ......................................................................................................... 77 6-3 Suspension Of Work ......................................................................................................... 77 6-4 Default By Contractor ........................................................................................................ 78 6-5 Termination Of Contract .................................................................................................... 79 6-6 Delays And Extensions Of Time ........................................................................................ 79 6-7 Time Of Completion .......................................................................................................... 80 6-8 Completion, Acceptance, And Warranty ............................................................................ 81 6-9 Liquidated Damages ......................................................................................................... 81 6-10 Use Of Improvement During Construction ......................................................................... 81 Section 7 -Responsibilities Of The Contractor 7-·1 Contractor's Equipment And Facilities ............................................................................... 82 7-2 Labor. ................................................................................................................................ 82 7-3 Liability Insurance ............................................................................................................. 82 7-4 Workers' Compensation lnsurance .................................................................................... 82 7-5 Permits .............................................................................................................................. 83 7-6 The Contractor's Representative ....................................................................................... 83 7-7 Cooperation And Collateral Work ...................................................................................... 83 7-8 Project Site Maintenance ................................................................................................... 84 7-9 Protection And Restoration Of Existing Improvements ...................................................... 85 7-10 Public Convenience And Safety ........................................................................................ 86 7-11 Patent Fees Or Royalties .................................................................................................. 92 7-12 Advertising ........................................................................................................................ 93 7-13 Laws To Be Observed ....................................................................................................... 93 7-14 Antitrust Claims ................................................................................................................. 93 ,, • ., Revised 3/6/15 Contract No. 6001-158S Page 3 of 107 Pages Section 8 -Facilities For Agency Personnel 8-1 General ............................................................................................................................. 93 Section 9 -Measurement And Payment 9-1 Measurement Of Quantities For Unit Price Work ............................................................... 93 9-2 Lump Sum Work ............................................................................................................... 94 9-3 Payment ............................................................................................................................ 94 9-4 Bid Items ........................................................................................................................... 97 SUPPLEMENTAL PROVISIONS Section 203 -Bituminous Materials 203-3 Emulsified Asphalt. ............................................................................................................ 98 203-5 Slurry Seal. ....................................................................................................................... 99 203-6 Asphalt Concrete ............................................................................................................... 99 203-15 Asphalt Pavement Crack Sealants .................................................................................... 99 Section 21 O -Paint And Protective Coatings 210-1 Paint. ................................................................................................................................. 99 Section 214 Pavement Markers 214-5 Reflective Pavement Markers ............................................................................................ 99 Section 302 -Roadway Surfacing 302-14 Asphalt Pavement Repairs And Remediation .................................................................. 102 Section 31 o -Painting 310-5 Painting Various Surfaces ............................................................................................... 104 Section 312 -Pavement Marker Placement And Removal 312-1 Placement ....................................................................................................................... 105 Section 313 -Temporary Traffic Control Devices 313-1 Temporary Traffic Pavement Markers ............................................................................. 105 313-2 Temporary Traffic Signing ............................................................................................... 106 313-4 Measurement And Payment ............................................................................................ 107 ., "'-+' Revised 3/6/15 Contract No. 6001-158S Page 4 of 107 Pages CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS UINTIL 2:00 PM ON OCTOBER 13, 2015, the City shall accept sealed bids, clearly marked as such, at the Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be opened and read, for performing the work as follows: slurry seal resurfacing at various locations throughout the city. 2015 SLURRY SEAL PROJECT CONTRACT NO. 6001-1 SSS BID NO. PWS16-23TRAN INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS This bid and the terms of the Contract Documents and General Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder. The work shall be performed in strict conformity with the plans, provisions, and specifications as approved by the City Council of the City of Carlsbad on file with the Public Works Department. The specifications for the work include City of Carlsbad Technical Specifications and the Standard Specifications for Public Works Construction, Parts 2 & 3, current edition at the time of bid opening as published by the "Greenbook" Committee of Public Works Standards, Inc.. all hereinafter designated "SSPWC", as amended. Specification Reference is hereby made to the plans and specifications for full particulars and description of the work. The General Provisions (Part 1) to the SSPWC do not apply. The City of Carlsbad encourages the participation of minority and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer . . , f...,, Revised 3/6/15 Contract No. 6001-15SS Page 5 of 107 Pages BID DOCUMENTS The bid documents comprise the following documents which must be completed and properly executed including notarization, where indicated. 1. Contractor's Proposal 2. Bidder's Bond 3. Noncollusion Declaration 4. Designation of Subcontractor and Amount of Subcontractor's Bid 5. Bidder's Statement of Technical Ability and Experience 6. Acknowledgement of Addendum(a) 7. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 8. Bidder's Statement Re Debarment 9. Bidder's Disclosure Of Discipline Record 10. Escrow Agreement for Security Deposits -( optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) ENGINEER'S ESTIMATE: All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $2,100,000 TIME OF COMPLETION: The contractor shall complete the Work within the time set in the contract as defined in the General Provisions Section 6-7. SPECIAL TY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following classifications are acceptable for this contract: "A" General Engineering or "C-12" Paving. ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 5% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. OBTAINING PLANS AND SPECIFICATIONS Sets of plans, various supplemental provisions, and Contract documents may be obtained at the Cashier's Counter of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314, for a non-refundable fee of $25 per set. If plans and specifications are to be mailed, the cost for postage should be added. INTENT OF PLANS AND SPECIFICATIONS Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any ~~ \.+; Revised 3/6/15 Contract No. 6001-15$S Page 6 of 107 Pages response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. REJECTION OF BIDS The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. PREVAILING WAGE TO BE PAID The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. PRE BID MEETING A pre-bid meeting and tour of the project site will not be held. UNIT PRICES AND COMPUTATION OF BIDS All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. ADDENDUMS Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. BOND AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor .">: ' fa/ Revised 3/6/15 Contract No. 6001-15SS Page 7 of 107 Pages shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) of the total amount payable by the terms of the contract. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the General Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 ( commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:VII 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Workers' compensation insurance required under this contract must be pffered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 2015-197, adopted on the 281" day of July, 2015. ~ . September 1, 2015 c.----~ Date eputy Ci y ~" "f.+;" Revised 3/6/15 Contract No. 6001-15SS Page 8 of 107 Pages CITY OF CARLSBAD 2015 SLURRY SEAL PROJECT CONTRACT NO. 6001=15SS CONTRACTO City Council City of Carlsbad i 200 Carlsbad Village Drive Carlsbad, California 92008 _ul-.... ~.--.:. ... t_l7a }~ • <:0,"-- . ~~ fil ~~ il1~J/2a ~ 1~~ N;.1: The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 6001-15$S in accordance with the Plans, Specifications, Genera.I Provisions, Contract Documents, and addenda thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit Item· No. Description Approximate Quantity And Unit 1 Mobilization at 1 Lump Sum Twenty-five thousand dollars (Lump Sum) 2 Public Notification of Work at 1 Lump Sum 6f.&. 1JzJ1,1J.ei,d c/4 llars (Lump Sum) 3 Traffic Control at 1 Lump Sum £;~1,, 1-), -e,~ ,,,, Tho,Jsc..,,J do /'/tu S 4 5 (Lump Sum) Remove Existing Striping & 1 Lump Sum Thermoplastic at 1hc~it ~ ,.,, t ft,~.,,J d, I/Ar[ (Lump Sum) 2-inch Depth AC Cold Mill 401,122 and Re l~ge with conv. AC at Square Feet 011,e, ti,~ c,,,,J e · t,J.. Bur t::<nh (Unit Price in Words) Revised 3/6/15 Contract No. 6001 • i 5S8 Unit Price (Figures) $25,000 Total Amount (Figures) $25,000 5"'txX) ..... $~.__ __ _ Page 9 of i 07 Pages Approximate Item Quantity No. DescriQtion And Unit 6 Crack Seal at 136,964 Linear Feet 'for/.{ /Jll'I~ {'~;-1/S" (Unit Price in Words) 7 Protect utility covers, 1 Lump Sum manholes, and vaults in place at (Ylt f~o11(c,j &,/(C.rS (Unit Price in Words) 8 PM CQS-1 h Emulsion-1,819 EL T Aggregate Slurry Type 1 w/2.5% Latex at 0 11 t. hu .. Ac ... f tt tmlt Ti,lu d"//,,.,,s t:i"' llt~1.1 tfi-t.-t"' e~.,,,s.. (Unit Price in Words) 9 PM CQS-1 h Emulsion-606 EL T Aggregate Slurry Type 2 w/2.5% Latex at TUlo hvvtll"J s; I-do/f evr., qJ.?& S'-ew .. &1t T'4r4!k C<4h/-.r (Unit Price in ords) 10 Temporary Pavement 1 Lump Sum Markers at 1 µo ../-toi,,~J d,, I l0tr s (Lump Sum) 11 Striping, Thermo and RPMs 1 Lump Sum per Plans and Caltrans ~tijils at r·,· f.. Jf tl Vit, fl, ovSC.-, J r/4 IIHS (Lump Sum) ft Unit Price (Figures} $ 0-</1 I .tv·, ~,., $ j l)f.A..,). , $ 2o<o., 7? $ Z.000, e!)U $ ST t)OO ... " ~, Revised 3/6/15 Contract No. 6001-15SS Total Amount {Figures) $ ~ I, /l~?b , $ ~ ()()0 •... $ '2-ruo,= Page 10 of 107 Pages Approximate Item Quantity Unit Price No. Descri12tion And Unit {Figures} 12 Blue Fire Hydrant Reflective 50 Each $ s.so Pavement Markers at flV<(,, dt1. I (for 5 Ofl:J.d l· JI, i. C...triH (Unit Price in Words) 13 Traffic Signal Detector loops 5 Each $ z. s<>o. p<;> Type Eat ,wo ..f hf)11s.t:.,J ~IJ.t,, ~JvJ~t.1& ~l(c.id (Unit Price in Words) Total amount of bid in words: t>.11"--Mi llioh/ .l/u~ h,MJr.,,,J S ,._,_ IJ0,1S.a.;od.,, el~ '11 kv11J1..,J Total amount of bid in numbers:$ /i£'0'1,f2,.'3. 83 I Price(s) given above are firm for 90 days after date of bid opening. Total Amount {Figures) $ l.?S'.°" $ IZ-1.JOO, - rllJ~i'7 rrlu··.e.<-! "¼, o'P/kr-J' Addendum(a) No(s). ____ has/have been received and is/are included in this proposal. The Undersigned has carefully checked ali of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the caRacity of a contractor 7in the State of California, vali_d,ly licensed under license number ?fll'lt ff , classification -~---which expires on o'l/it/1, and that this statement is true and correct and has the legal effect of an affidavit A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City § 7028.15(e). in all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with Ca!ifomia law. However, at the time the contract is awarded, the contractor shall be properly licensed. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation ma.king a bid for the Revised 3/6115 Contract No. 6001-15S$ Page 11 of 107 Pages ,beck A License -License Detail -Contractors State License Board Page 1 of: Contractor's License Detail for License # 784969 DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. CSLl3 complaint disclosure is restricted by law (B&P 7124.6) If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. Per B&P 707·1.17 , only construction related civil judgments reported to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload, there may be relevant information that has not yet been entered onto the Board's license database. Business Information AMERICAN ASPHALT SOUTH INC PO BOX 310036 FONTANA, CA 92331 Business Phone Number:(909) 427-8276 This license is current and active. All information below should be reviewed. A -GENERAL ENGINEERING CONTRACTOR Entity Corporation Issue Date 09/25/2000 Expire Date 09/30/2016 License Status Classifications Bonding Information Contractor's Bond _ • ••-,. , ., "• ~ •<•• -•o• ,--,,,. ,-•-~--•"~•~ ,,-~---< "" _,_ • oe ----• "' h•••e• • • "' xo• . .,,-,, m """ _,_ "~~--'<••••••-•""--" ~ • ""•"••>•·••••••• ,.,, • •• -m~~--••• ,_ This license filed a Contractor's Bond with THE GUARANTEE COMPANY OF NORTH AMERICA USA. 'Bond Number: 12090715 ,Bond Amount: $12,500 Effective Date: 09/30/2012 Contractor's Bond Hi~tOTY. Bond of Qualifying Individual :The Responsible Managing Officer (RMO) HENDERSON ALLAN ANTHONY certified that he/she owns 10 pe-rcent or more of the '.voting stock/equity of the corporation. A bond of qualifying individual is not required. Effective Date: 09/18/2003 BQl's Bond History Workers' Compensation :fhis license has workers compensation insurance with the ARCH INSURANCE COMPANY Policy Number:ZAWC19342800 Effective Date: 04/01/2015 1Expire Date: 04/01/2016 Workers; Compensation History _, , '"""•• •--" 1ttps://www2.cslb.ca.gov/onlineservices/checklicenseII/LicenseDetail.aspx?LicNum=784969 10/13/201: =heck A License -License Detail -Contractors State License Board Personnel listed on this license (current or disassociated) are listed on other licenses. Page 2 of: 1ttps :/ /www2.cslb.ca.gov/ onlineservices/ checklicenseII/LicenseDetail.aspx?LicNum=784969 10/ l 3/201: I Legal Name j Registration Number jcounty City Registration Date I Expiration Date I I AMERICAN ASPHALT SOUTH, INC., 1000000645 I SAN BERNARDINO FONTANA 06/04/2015 I 0513012015 I same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is /{) % /$id /klhc{ Cashier's Check) for ten percent (10%) of the amount bid. (Cash, Certified Check, Bond or The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname) of proprietor (3) Place of Business (Street and Number) City and State __________________________ _ (4) Zip Code ________ Telephone No. _____________ _ (5) E-Mail ____________________ _ IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted _________________ _ (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business _________________________ _ (Street and Number) City and State __________________________ _ (4) Zip Code ________ Telephone No. _____________ _ (5) E-Mail ___________________ _ "' llllf!Y Revised 3/6/15 Contract No. 6001-15SS Page 12 of 107 Pages IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted Impress Corporate Seal here (3) Incorporated under the laws of the State of {a, (,•~rd ,'e, (4) Place of Business /l/ljg/ SaJ?nl L111Q ~w111.1e. /,A / .AA _ C.~! (Street and Number) City and State --"L:IJJ'--'-"=''_J._(g_--=---r✓'------"L.._,,,._ .. -----=--~.,__ ______________ _ (5) Zip Code 9~./J1 Teiephone No. {9tlf/f'.lf',..J>i?6 (6) E-Mail :Tellpeamerlctmastkllsod/l.coM NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ,~LL SIGNATORIES MUST BE ATTACHED Revised 3/6/i 5 Contract No. 500·1 i 5SS Page 13 of 107 Pages . : ~ ·.c:1 State of California County ol Sc,_V) B..e..roq r1 'O 6 JERi MARIE GRANT COMM. # 2031882 z NOTARY PUBLIC -CALIFORNIA S: SAN BERNARDINO COUNTY ..... My Comm. Expires June 30, 2017 ~ii4M!~~MJ.~~(ki~~ 9J.-.proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) ie1are subscribed to the within instrument and acknowledged to me that Fre/sJ::re/they executed the same in bis/Per/their authorized capacity(ies), and that by b-i-shJ.e!'/iheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted executed the instrument. OPT!ON/!;,L ~~----Jb......-------- Though the informalion below is not required by Jaw, it may prove valuable lop rsons rel ng on the document and could prevent fraudulent removal and reatfachment of this form to not r document. DescripHon of Attached Document Title or Type of Document: ____________________________ _ Document Date: ____________________ Number of Pages: ____ _ Signer(s) Other Than Named Above: _______________________ _ Capacity(ies} Claimed by Signer Signer's Name: _________________________ _ 1· : ~= D Individual Top ol lhumb here D Corporate Officer -Title(s): ____________________ _ D Partner -• Limited D General • Attorney-in-Fact D Trustee • Guardian or Conservator • Other: _________________________ _ Signer Is Representing: ______________________ _ © i999 National l✓olary Association• 9350 De Solo Ave., P.O. Box 2402 • Chatswonh. CA 91313•2402 • www.na!ionalno1ary.org Prod. No. 5907 Remde1: Cal! Toll-Fre E l-800-876-6827 List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: J4m /b1(ierJJJtJ -/fell clel'J I Jef.£ Pe~ -i:ce /ref;dev,/ 'jJL~e.ddr-#' ..... ,, 11111.,-Revised 3/6/15 Contract No. 6001-15SS Page 14 of 107 Pages BID SECURITY FORM (Check to Accompany Bid) 2015 SLURRY SEAL PROJECT CONTRACT NO. 6001-15SS (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers check payable to the order of CITY OF CARLSBAD, in the sum of ________________________ _ _______________________ dollars{$ _______ ), this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the City if the undersigned shall withdraw his or her bid within the period of fifteen (15) dl.;).ys after the date set for the opening thereof, unless otherwise required by law, and notwithstanding the award of the contract to another bidder. BIDDER *Delete the inapplicable word. (NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed--the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.) Revised 3/6/i 6 Contract No. 60G i ~ ! 5SS Page i5 of iO? Pages BIDDER1S BOND TO ACCOMPANY PROPOSAL 2015 SLURRY SEAL PROJECT CONTRACT NO. 6001-15$S KNOW ALL PERSONS BY THESE PRESENTS: The Guarantee That we, American Asphalt South, Inc. , as Principal, and Comeany of North America USA , as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows; (must be at least ten percent (10%) of-the bid a.mount} Ten Percent of Amount Bid for which [Payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns. jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that~ the proposal of the above• bounden Princlpal for: 2015 SLURRY SEAL PROJECT CONTRACT NO. eoo1 .. 1sss In the City of Carlsbad, is accepted by the City Councfl, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council ot the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remai!'l in full force and effect, and the amount specified h&rein shall be forfeited to the said Clty. Contract No, 6001-16,S;S P~ge 16 of 107 Pages In the event Principal executed this bond as an individual, It is agreed that the dea'th of Principal shall not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this ...... ___ day of .. ~ ___ O_ct_o_ber ........... ,, ..... -... , 2015 ..... . PRINCIPAL: ~merican Asphalt South, In_~--.. -.... ••····-··-.. - (name of P~ By; . ·----, .. ••w-...... -~---·-··· .. ·• ...... ·----····· ,P;;r.~~f f1o/-·-· · -- . Yice Pro;de4./- (Title and Organization of Signatory) By:~ (prirl 'Jk he~'i/e Executed by SURETY this _~5 ••w•~--·-day of Octq,p~r ___ , 20 .• J.? .... • SURETY: Th_e Guarante~ f?n:1Pa.~y <:>_f,_No_rt~ .. ~rl:.~~-i-~~. ~~!,\ (name of Surety) One Towne Square, Ste. #1470 Southfield, Michigan 48076 (address of Surety) 866-328-0567 Elizabe Collodi, Attorne}:'.-in-Fact (printed name of Attorney-In-Fact) (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by PRINCIPAL and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign tor corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FOAM: CELIA A. BREWER City Attorney 0 Revised 3/8115 Contract No. l/i001 ·1§S.§ Page 17 of 107 Pa9ts ::;·; ,·:! (.\~ .·\· ~ ;(:.,; ,"•'· _(; State of California Countyof Sc-.lO b.Q.,rQi;uL'Oei On Gc-tok \;;} I Jo Is before me, __,__--~~---+-·m~o..~( ~i (~~~--~~-"',-- personally appeare:" ~ e_ U 0 ~ t\~ ~ n Jame '"[: 0 \ :;"' ie St:~ ;1ary Pu ,n 0 tJame{s) ol Signeici} ~ []..,proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) i81are subscribed to the within instrument and acknowledged to me that Fre/sJ,re/they executed the same in b.k,/q.er/their authorized capacity(ies), and that by b.isirJ.ITT/iheir signature(s) on the instrument the person(s), or I!, !..: .. JERI MARIE GRt\NT COMM.# 203'1882 z NOTARY PUBLIC -CALIFORNIA s'. the entity upon behalf of which the person (s) n, octed, e>ecoled the iostcomeot w:» ~ SAN BERNARDINO C?i~;.:;7 i My ~0~1m. Expires Jun~~ the document and could prevent Description of Attached Document Title or Type of Document: ___________________________ _ Documeni Date: _____________________ Number of Pages: _____ _ Signer(s) 01her Than Named Above: _______________________ _ Capacity(ies} Claimed by Signer Signer's Name: ________________________ _ D Individual Top of thumb here D Corporate Officer -Title(s): _________________ _ D Partner -D Limited D General D Attorney-in-Fact D Trustee D Guardian or Conservator 0 Other: ________________________ _ Signer Is Representing: ______________________ _ i:t t) ,•:·, i::.i: CJ 1999 Nalior.al Nolary Association• 9350 De Solo Ave.., P.O. Box 2402 • Chalswonh. CA 91313-2402 • www.nalionalno1ary.org Prod. No. 5907 Reorde,: Call Ton-Free 1·800-876•6827 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Butte on October 5, 2015 before me, Sara Walliser, Notary Public (insert name and title of the officer) personally appeared _E_l_iz_a_be_t_h_C_o_l_lo_d_i __________________ _ who proved to me on the basis of satisfactory evidence to be the person(s:) whose name(s) is/ma subscribed to the within instrument and acknowledged to me that se/she/~executed the same in :irns/her/ibeixauthorized capacity(m), and that by mher/tmmsignature(s) on the instrument the person(:s), or the entity upon behalf of which the person(~) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ~ /JJceJ2_0..__,~ (Seal) THE GUARANTEE"' The Guarantee Company of North America USA Southfield, Michigan POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the laws of the State of Michigan, having its principal office in Southfield, Michigan, does hereby constitute and appoint Barbara Midstokke, Renee Ramsey, Richard W. Pratt, John Hopkins, Elizabeth Collodi, Bobbie Beeny, Nancy Luttenbacher Phillip 0. Watkins, Keith T. Schuler, Melissa D. Diaz, Shawna Johnson, Patricia M. Simas lnterwest Insurance Services, Inc. its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise. The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attorney is executed and may be certified so, and may be revoked, pursuant to and by authority of Article IX, Section 9.03 of the By-Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31 st day of December, 2003. The President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority: 1. To appoint Attorney(s)-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof; and 2. To revoke, at any time, any such Attorney-in-fact and revoke the authority given, except as provided below 3. In connection with obligations in favor of the Florida Department of Transportation only, ii is agreed that the power and authority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. II is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. 4. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 6th day of December 2011, of which the following is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 23rd day of February, 2012. STATE OF MICHIGAN County of Oakland THE GUARANTEE COMPANY OF NORTH AMERICA USA Stephen C. Ruschak, President & Chief Operating Officer Randall Musselman, Secretary On this 23rd day of February, 2012 before me came the individuals who executed the preceding instrument, to me personally known, and being by me duly sworn, said that each is the herein described and authorized officer of The Guarantee Company of North America USA; that the seal affixed to said instrument is the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of Cynthia A. Takai Notary Public, State of Michigan County of Oakland My Commission Expires February 27, 2018 Acting in Oakland County IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee Company of North America USA offices the day and year above written. I, Randall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which is still in full force and effect. IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this 5 day of October · 2015 Randall Musselman, Secretary MINUTES OF THE 2015 ANNUAL MEETING OF THE BOARD OF DIRECTORS OF AMERICAN ASPHALT SOUTH, INC. The 2015 annual meeting of the Board of Directors of American Asphalt South, Inc., a California corporation (hereinafter referred to as the "Corporation"), was held in Fontana, California, on January 10, 2015, commencing immediately after the 2014 annual meeting of the shareholders of the Corporation. Said 2015 annual meeting of the Board of Directors was held for the purpose of electing officers of the Corporation, considering reports of the affairs of the Corporation, and transacting other business within the powers of the Board of Directors. 1. CALL TO ORDER-CHAIRMAN AND SECRETARY The meeting was called to order by Allan A. Henderson, Chairman of the Board of Directors of the Corporation. Lyle Stone, the Corporate Secretary, acted as secretary of the meeting and recorded the minutes. Mr. Henderson then noted that at the 2014 annual meeting of the shareholders of the Corporation, which annual meeting had just concluded, that Allan A. Henderson, Kimberly L. Henderson and Jeffery R. Petty had been re-elected as members of the Corporation's Board of Directors, all to serve as such until the 2016 annual meeting of the shareholders of this Corporation. 2. VALIDITY OF MEETING Notice of the date of this meeting is stated in the By-laws of this Corporation, specifically Section 3.6. All Directors present agreed that this is a valid meeting of the Board of Directors. 3. DIRECTORS PRESENT The following Directors were present: Allan A. Henderson, Kimberly L. Henderson and Jeffrey R. Petty. The following Director(s) were absent: None. 4. ELECTION OF CHAIRMAN Allan A. Henderson was then unanimously re-elected to serve as the Chairman of the Board of Directors until the 2016 annual meeting. 5. APPROVAL OF PRIOR MINUTES The Chairman then presented to the meeting the minutes of the January 10, 2014 annual meeting of the Board of Directors of this Corporation, which are in the form of a written action. Said minutes were unanimously approved and all actions taken therein unanimously ratified. 6. NOMINATION AND ELECTION OF OFFICERS Page 1 The Chairman then called for nominations for the officers of the Corporation to serve for one year until the next annual Board of Directors meeting and until their successors are elected and qualified. The following persons were nominated for the offices designated beside his or her name: Allan A. Henderson Jeff Petty Lyle Stone Allan A. Henderson -President -Vice President -Secretary -Chief Executive Officer The Chairman called for further nominations but none was made. The above persons were unanimously elected to the offices to which he had been nominated. Furthermore, all elected officers are duly authorized to sign documents on behalf of the corporation. 6. ADJOURNMENT There being no further business, the meeting was adjourned. Corporate Secretary Page 2 Company Profile Company Profile Company Search Company Information Old Company Names Agent for Service Reference Information NAIC Group List Lines of Business Workers' Compensation Complaint and Request for Action/ Appea Is Contact Information Financial Statements PDF's Annual Statements Quarterly Statements Company Complaint Company Performance & . Comparison Data Company Enforcement Action Composite Complaints Studies Additional Info Find A Company Representative In Your Area View Financial Disclaimer GUARANTEE COMPANY Of NORTH AMERICA USA (THE) ONIE TOWNE SQUARE, SUITE 1470 SOUTHFIELD, Ml 48076 Page 1 of2 Old Company Names !Effective Date MID-STATE SURETY CORPORATION 12/20/2006 Agent For Service NANCY FLORES 818 WEST SEVENTH STREET SUITE 930 LOS ANGELES CA 90017 Reference Information I NAIC #: I California Company ID #: I Date Authorized in California: I License Status: !company Type: I State of Domicile: NA.IC Group list NAIC Group #: lines Of Business 1136650 I 114609-4 I 1110/14/1999 I II UNLIMITED-NORMAL I II Property & Casualty I II MICHIGAN I 0000 The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT FIRE LEGAL INSURANCE LIABILITY https://interactive.web.insurance.ca.gov/companyprofile/companyprofile?e... 10/13/2015 Company Profile © 2008 California Department of Insurance MARINE MISCELLANEOUS PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE Page 2 of2 https://interactive.web.insurance.ca.gov/companyprofile/companyprofile?e... 10/13/2015 Company Profile Company Profile Company Search Company Information Old Company Names Agent for Service Reference Information NAIC Group List Lines of Business Workers' Compensation Complaint and Request for Action/ Appeals Contact Information Financial Statements PDF's Annual Statements Quarterly Statements Company Complaint Company Performance & Comparison Data Company Enforcement Action Composite Complaints Studies Additional Info Find A Company Representative In Your Area View Financial Disclaimer COMPANY PROFIILE Company Information GUARANTEE COMPANY OF NORTH AMERICA USA (THE) ONE TOWNE SQUARE, SUITE 1470 SOUTHFIELD, MI48076 Page 1 of2 Old Company Names !Effective Date MID-STATE SURETY CORPORATION Agent For Service NANCY FLORES 818 WEST SEVENTH STREET SUITE 930 LOS ANGELES CA 90017 Reference Information I NAIC #: I California Company ID #: I Date Authorized in California: 12/20/2006 1136650 114609-4 !110/14/1999 I License Status: II UNLIMITED-NORMAL I Company Type: II Property & Casualty I State of Domicile: II MICHIGAN I NAIC Group list NAIC Group #: 0000 lines Of Business The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT FIRE LEGAL INSURANCE LIABILITY https://interactive.web.insurance.ca.gov/companyprofile/companyprofile?e... 10/13/2015 Company Profile © 2008 California Department of Insurance MARINE MISCELLANEOUS PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE Page 2 of2 https:/ /interactive.web.insurance.ca.gov/companyprofile/companyprofile?e... 10/13/2015 GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTORS" FORM REFERENCES Prior to preparation of the following "Subcontractor Disclosure Form" Bidders are urged to review the definitions in section 1-2 of the General Provisions to this Contract, especially, "Bid", "Bidder", "Contract", "Contractor'', "Contract Price", "Contract Unit Price", "Engineer'', "Own Organization", "Subcontractor'', and 'Work". Bidders are further urged to review sections 2-3 SUBCONTRACTS of the General Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or otherwise to be performed by forces other than the Bidder's own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the "Contractor's Proposal" are not included in computing the percentage of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder's total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor-installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter "NONE" in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The explanation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perform no less than fifty percent {50%) of the work with its own forces. Determination of the subcontract amounts for purposes of award of the contract shall be determined by the City Council in conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the City Council shall be final. Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or 1777. 7. ft \.J Revised 3/6/15 Contract No. 6001-158S Page 18 of 107 Pages Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. Revised 3/6/i 5 Contract No. 600i = ti 5SS Page 19 of i07 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) 2015 SLURRY SEAL PROJECT CONTRACT NO. 6001-1 SSS The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Subcontractor Name and Subcontractor's License No., Classification and DIR Reg. No. Page _J__ of _J_ pages of this Subcontractor Designation form Amount of Work by Subcontractor in Dollars* • Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the information preceded by an astensk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." ,, •fl Revised 3/6/15 Contract No. 6001-15SS Page 20 of 107 Pages BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) 2015 SLURRY SEAL PROJECT CONTRACT NO. 6001-15SS The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. Date Contract Name and Address of Name aind Phone No. Amount of Completed the Emolovei· of Person to Contract Type of Work Contrnc:t See. ' V-fttchPd L;sl- Revised 3/6/i 5 Contract No. 6001-15S.S Page 21 of 107 Pages n REFERENCE LIST AGENCY/CONTACT PROJECT ~JAME DOLLAR AMOUNT DATE COMPLETED CITY OF SAN JACINTO 2014 RESIDENTIAL SLURRY SEAL & DOWNTOWN $900,633.20 Feb-15 SEAN MOTLAGH PAVEMENT REHABILITATION PROJECT (951 )654-3592 CITY OF SANT A BARBARA ZONE 1 SLURRY SEAL PROJECT $754,867.82 Jan-15 ALAN CHIERICI (805)966-2224 CITY OF SAN CLEMENTE FY 2015 SLURRY SEAL PROGRAM $183,417.84 May-15 GARY VOBORSKY PROJECT NO. 27304 (949)361-6132 CITY OF COMPTON 2014 STREET RESURFACING PROJECT $1,992,378.57 Jun-15 JOHN STRICKLAND (310)761-1422 CITY OF STANTON FY 14-15 CITYWIDE SLULRRY SEAL $362,612.60 Mlar-15 QUANG LE ((714)890-4204 COUNTY OF SAN DIEGO COUNTYWIDE SLURRY SEAL RESURFACING $759,626.98 Feb-15 KEITH MURDOCK FISCAL YEAR 2013-2014 (858)694-3166 CITY OF COSTA MESA 20'13-2014 SLURRY :SEAL PROJECT $384,311.55 Mar-15 IAN BRONSWICK (714)754-5045 CITY OF RIAL TO 20'14/2015 ANNUAL :SLURRY SEAL PROJECT $556,854.09 Mar-15 EDDIE CHAN (909)820-2651 CITY OF CARLSBAD 20'14 SLURRY SEAL PROJECT $1,222,158.81 May-15 JON SCHAUBLE (760)602-2762 AGENCY/CONTACT CITY OF VISTA JASON CHRISTMAN (760)726-1340 EXT 1264 CITY OF RANCHO P .V. MELISSA COUNTRYMAN (310)544-5256 CITY OF YORBA LINDA RICK YEE (714)961-7170 CITY OF SAN DIEGO KIM LASELLE (619)527-5455 CITY OF R. SANT A MARG. CARLOS CASTELLANOS (949)635-1800 CITY OF DOWNEY KEITH HOEY (562)622-5898 CITY OF 29 PALMS DANNY CHOW (760)367--6799 CITY OF EL CENTRO JACK FLEMING (760)337--4515 CITYOF CYPRESS DARIO SIMORES (714 )229-6694 REFERENCE UST PROJECT NAME 2014 SLURRY SEAL PROJECT DOLLAR AMOUNT $2,444,062.00 RESIDENTIAL STREET REHABILITATION PROJECT PENDING CCO FISCAL YEARS 2012-2013 & 2013-2014, AREAS 1, 58, &9 ZONE 6 FY 2014-15 ANNUAL $1,460,043.54 PAVEMENT PRESERVATION PROGRAM FY 14 SLURRY SEAL GROUP 2 $3,120,683.77 ANNUAL RESIDENTIAL SLURRY SEAL (FY 2014-15) $407,597.57 SLURRY SEAL PROJECT AREA "A" $242,447.04 2014 CITY-WIDE MICRO-SURFACING $290,196.40 ENGINEERED PAVING MAT INTERLAYER PENDING OVERLAY, ARHM OVERLAY AND SLURRY SEAL ON DESIGI\IATED STREETS ANNUAL SLURRY SEAL PROJECT NO. 129 $1,037,~'.84.57 DATE CC)MPLETl:D May-15 Aug-15 Jul-15 Jul-15 May-15 Jul-15 Jun-15 S,ep-15 ,Jul-15 REFERENCE UST AGENCY/CONTACT PROJECT NAME DOLLAR AMOUNT DATE COMPLETED CITY OF MENIFEE ZONE 3-2015 STREET RESURFACING $336,485.13 ,Jul-15 CARLOS GERONIMO (951 )639--1368 EXT 152 CITY OF POWAY 2015-2016 STREET MAINTENANCE PROJECT PENDING IN PROGRESS JEFF BEERS (858)668-4624 CITY OF VICTORVILLE CC15-073 TYPE II SLURRY SEAL $637,205.65 Aug-15 STEPHAN LONGORIA (760)243-1946 CITY OF LA CAN-FLINTRIDGE 2015 SLURRY SEAL PROGRAM PENDING CCO IN PROGRESS NASSER SHOUSHT ARIAN (818)790-8882 CITY OF NEWPORT BEACH 2014-2015 CITYWIDE SLURRY SEAL PROGRAM PENDING IN PROGRESS ALFRED CASTANON (949)644-3311 CITY OF CLAREMONT RESIDENTIAL STREET SLURRY PROJECT $288,521.40 Aug-15 VINCENT RAMOS C.I.P. 2015-04 (909)399-5395 CITY OF ARROYO GRANDE 2015 STREET RESURFACING PROJECT $239,817.90 Aug-15 MICHAEL LINN (805)4 73-5444 CITY OF SAN DIEGO SLURRY SEAL GROUP 1404 Pl:NDING IN PROGRESS KIM LASELLE (619)527 ~5455 CITY OF SAN DIEGO SLURRY SEAL GROUP 1501 PENDING IN PROGRESS KIM LASELLE (619)527 ~5455 REFERENCE LIST AGENCY/CONTACT PROJECT NAME DOLLAR AMOUNT DATE COMPLETED CITY OF SAN DIEGO SLURRY SEAL GROUP 1502 PENDING IN PROGRESS KIM LASELLE (619)527-5455 CITY OF LOMA LINDA PAVEMENT REHABUTATION BY SLURRY SEAL $254,745.67 Sep-15 JARB THAIPEJR METHOD AT LAWTOM AVE, WHITTIER AVE, BRYN (909)799-2811 MAWR AVE, HINCKLEY ST AND MT VIEW AVE CITY OF ONT ARIO FY 2014-15/FY 2015-16 COLLECTOR/ARTERIAL, PENDING IN PROGRESS GARY HARMS LOCAL STREET MAINTENANCE (909)395-2130 CITY OF LA QUINTA FISCAL YEAR 2015/2016 SLURRY SEAL PROGRAM $706,130.10 Sep-15 LEONARD ST SAUVER (760)777-7048 CITY OF ESCONDIDO FY 14/15 STREET MAINTENANCE PROJECT $1,364,061.90 Sep-15 DAN HIGBEE (760)839-4084 CITY OF INDUSTRY 2014-2015 SL.URRY SEAL AND PAl~KING LOT $230,967.17 Jun-15 GERARDO PEREZ SEALCOAT (626)333-0336 CITY OF SOLVANG FY 2015-16 SLURRY SEAL PROJECT; PW 063 PENDING IN PROGRESS FRANK SAUNDERS (805)688-5575 BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) 2015 SLURRY SEAL PROJECT CONTRACT NO. 6001-1 SSS As a required part of the Bidder's proposal the Bidder must attach either of the following to this page. 1) Certificates of insurance showing conformance with the requirements herein for each of: • Comprehensive General Liability • Automobile Liability • Workers Compensation • Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies ottered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project for each insurance company that the Contractor proposes. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. •"> {.J Revised 3/6/15 Contract No. 6001-1 SSS Page 22 of 107 Pages I I AC::ORD® CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYYJ ~-10/9/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES ':IELOW . THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER{S), AUTHORIZED . {EPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the po!icy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsementfs). PRODUCER CONTACT Joanne Cadarette ~il)ME: !nterWest Insurance Services rA~~1'trA IM\• 916-609-8362 I rt~ Nol: 916-979-7562 License #0801094 P.O. Box 255188 t8b~~s..§:jcadarette@iwins,com Sacramento CA 95865-5188 INSURER(S) AFFORDING COVERAGE NAIC# INSURER A :Financial Pacific Ins Company 131453 INSURED AMERl26 INSURER s :Arch Insurance Company 111150 American Asphalt South, Inc INSURERC: 14436 Santa Ana Avenue INSURERD: Fontana CA 92337 , ____ INSURER E: INSURERF: COVERAGES CERTIFICATE NUMBER· 666052864 REVISION NUMBER· 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 WlTH 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, 1r+w1 TYPE OF INSURANCE INSD wvo POLICYEFF POLICY EXP LIMITS POLICY NUMBER IMM/ODNYYYl I !MMIODNYYYI A X COMMERCIAL GENERAL LIABILITY y y 60423382 12/31/2014 12/31/2015 EACH OCCURRENCE $2,000,000 ~ 0 CLAIMS-MADE w OCCUR ~DAMAGE TO RENTED I--PREMISES fEa occurrence\ $100,000 ~ Contractual liab MED EXP (Any one person) $5,000 ~ Qfill,jfi 000 PERSONAL & ADV INJURY $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $4,000,000 ~ POLICY l2<] ff& Ll LOG PRODUCTS -COMP/OP AGG $4,000,000 11 OTHER: $ ' AUTOMOBILE LIABILITY y y 60423382 '12/31/2014 12/31/2015 1.,0,v1 B1Nt:u ShsGLt: Lll~l l $1,000,000 (Ea accident) 1-------- X ANY AUTO BODILY INJURY (Per person) $ I-------I! SCHEDULED --ALL OWNED BODILY INJURY (Per accident) $ AUTOS HAUTOS ~ X , NON-OWNED PROPERTY DAMAGE X HIRED AUTOS $ ,_ nAUTOS (Per accident) $ A UMBRELLA LIAB ~~ OCCUR 60423382 12/31/2014 12/31/2015 EACH OCCURRENCE $5,000,000 ---X \ EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 I oEo !x l RETENTION$ None $ 8 WORKERS COMPENSATION ZAWCl9342800 4/1/2015 4/1/2016 'PER I , OTH-y X I STATUTE I ER ANO EMPLOYERS' LIABILITY YIN ANY PROPRIETORIPARTNERIEKECUTIVE • NIA EL. EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? E.L. DISEASE-EA EMPLOYES $1,000,000 (Mandatory In NM) If yes, describe under DESCRIPTION OF OPERATIONS below E.L DISEASE -POLICY LIMIT $'! ,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) Re: 2015 Slurry Seal/Contract #6001-15SS. Additional insured Status Applies To City Of Carlsbad, Its Officials, Employees, Volunteers (GL/Auto), Primary Wording, Per Project Aggregate, GUAU/WC Waivers Attached, 30-Day Notice Of Cancellation Except 10-Day Notice For Non-Payment Of Premium Applies Per Policy Provisions. CERTIFICATE HOLDER CANCELLATION City of Carlsbad SHOULD ANY OF TH!il ABOVE DESCRIBED POLICIES EIE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 1635 Fairaday Avenue Carlsbad CA 92008 ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE l'~t .. /.,✓ , t; f', 11,,,....·-,-i,, l''-,,,., © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD I ✓ POLICY NUMBER: 60423382 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: Re: 2015 Slurry Seal/Contract #6001-15SS. Additional Insured Status Applies To City Of Carlsbad, Its Officials, Employees, Volunteers (GL/Auto). Primary Wording, Per Project Aggregate, GL/AU/WC Waivers Attached. 30-Day Notice Of Cancellation Except 10-Day Notice For Non-Payment Of Premium Applies Per Policy Provisions. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement) VVHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only to the extent that the person or organization is held liable for "your work" for that person or organization by or for you. This endorsement applies to the following work: Description of Job: See Above Location of Job: see Above Al only Effective from: Effective Date: 12/31/2014 Expiration Date: 12/31/201s When this endorsement applies, such insurance as is afforded by the general liability policy is primary and any other insurance shall be excess and shall not contribute to the insurance afforded by this endorsement. CG 20 10 11 85 Modified (07-01) Page 1 of 1 Includes copyrighted material of Insurance Services Office, lnco, with its permission. POLICY NUMBER: 60423382 COMMERCIAL GENERAL LIABILITY CG 24 0410 93 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Re: 2015 Slurry Seal/Contract #6001-lSSS. Additional Insured Status Applies To City Of Carlsbad, Its Officials, Employees, Volunteers (GL/Auto). Primary Wording, Per Project Aggregate, GL/AU/WC Waivers Attached. 30-Day Notice Of Cancellation (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAJNST OTHERS TO US Condition (Section IV -COMMER- CIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products-completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 0410 93 Copyright, Insurance Services Office, Inc., 1992 Page 1 of 1 POLICY NUMBER: 60423382 ASDA AU 07 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFUll Y. ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM SCHEDULE NAMEDINSURED:American Asphalt South, Inc 14436 Santa Ana Avenue Fontana CA 92337 ADDITIONAL INSURED: Re: 2015 Slurry Seal/Contract #6001-15SS. Additional Insured Status Applies To City Of Carlsbad, Its Officials, Employees, Volunteers (GL/Auto). Primary Wording, Per Project Aggregate, GL/AU/WC Waivers Attached. 30-Day Notice Of Cancellation WHO IS AN INSURED (SECTION II) is amended to include as an insured the organization shown in the Schedule above, but only with respect to the operation of vehicles owned by the named insured and operated on behalf of the named insured. This endorsement does not apply to any operations for other than the named insured. Each person or organization named above is an insured for liability coverage, but only to the extent that person or organization qualifies as an insured under the Who Is An Insured provision of Section II Liability Coverage. The additional insured is not required to pay for aiy premiums stated in the policy or earned from the policy. Any return premium, if applicable, declared by us shall be paid to you. You are authorized to act for the additional insured in all mailers pertaining to this insurance. We will mail the additional insured notice of any cancellation of this policy. If the cancellation is by us, we will give thirty days notice to the additional insured. The additional insured will retain any right of recovery as a claimant under this policy. ASDA AU 07 01 Page 1 of 1 POLICY NUMBER: 60423382 ASDAAU 07 02 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFUll Y. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM SCHEDULE Name of PersonorOrganization:Re: 2015 Slurry seal/Contract #6001-1588. Additional Insured Status Applies To City Of Carlsbad, Its Officials, Employees, Volunteers (GL/Auto). Primary Wording, Per Project Aggregate, GL/AU/WC Waivers The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV BUSINESS AUTO CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above be- cause of payments we make for bodily injury or property damage arising out of losses or accidents which occur during the policy period. This waiver applies only to liability you assume pursuant to a contract with the person or organization shown in the schedule. ASDAAU 07 02 Page 1 of 1 POLICY NUMBER: 60423382 COMMERCIAL GENERAL LIABILITY CG25 030397 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Projects: ALL PROJECTS WITH THE POLICY PERIOD. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under COVERAGE A (SECTION I), and for all medical expenses caused by acci- dents under COVERAGE C (SECTION I), which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. A separate Designated Construction Project General Aggregate Limit applies to each designated construction project, and that limit is equal to the amount of the General Aggre- gate limit shown in the Declarations 2. The Designated Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A, except damages because of "bodily injury" or "property damage" included in the nproducts-completed operations hazard", and for medical expenses under COVERAGE C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". 3. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the Desig- nated Construction Project General Aggre- gate limit for that designated construction project. Such payments shall not reduce the General Aggregate Limit shown in the Decla- rations nor shall they reduce any other Des- ignated Construction Project General Aggre- gate limit for any other designated construc- tion project shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Ex- pense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Con- struction Project General Aggregate limit. B. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under COVERAGE A. (SECTION I), and for all medical expenses caused by acci- dents under COVERAGE C (SECTION I), which cannot be attributed only to ongoing operations at a single designated construction project shown In the Schedule above: 1. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products-Completed Operations Ag- gregate Limit, whichever Is applicable; and 2. Such payments shall not reduce any Desig- nated Construction Project General Aggre- gate Limit. C. When coverage for liability arising out of the "products-completed operations hazard" is pro- vided, any payments for damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard" will reduce lhe Products-Completed Operations Ag- gregate Limit, and not reduce the General Ag- gregate Limit nor the Designated Construction Project General Aggregate Limit. CG 2503 0397 Copyright, Insurance Services Office, inc., 1996 Paae 1 ~f 2 ID. If the applicable designated construction project has been abandoned, delayed, or abandoned and then restated, or if the authorized contract• ing parties deviate from plans, blueprints, de- signs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of Limits Of Insurance (SECTION Ill} not otheiwise modified by this endorsement shall continue to apply as stipulated. C:onvrinht ln~ilmnce Services Office. Inc.. 1996 CG 25 03 03 97 COMMERCIAL GENERAL LIABILITY CG 20 21 01 96 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -VOLUNTEER WORKERS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART WHO IS AN INSURED (Section II) is amended to include as an insured any person(s) who are volun- teer worker(s) for you. but only while acting at the direiction of, and within the scope of their duties for you. However, none of these volunteer worker(s) are insureds for. 1. "Bodily injury" or "personal injury": a. To you, to your partners or members (if you are a partnership or joint venture). to your members (if you are a limited liability com- pany), to your other volunteer worker(s) or to your "employees" arising out of and in the course of their duties for you; b. To the spouse, child, parent, brother or sister of your volunteer worker(s) or your "employees" as a consequence of para- graph 1.a. above; c. For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in paragraphs 1.a. or b. above; or d. Arising out of his or her providing or failing to provide professional health care serv- ices. 2. "Property damage" to property: a. Owned, occupied, or used by, b. Rented to, ln the care, custody or control of, or over which physical control is being exercised for any purpose by you, any of your other volunteer workers, your "employees". any partner or member (if you are a partnership or joint venture), or any member (if you are a limited liability company). CG 20 21 01 96 Copyright, Insurance Services Office, Inc., 1994 Page 1 of 1 • WORKERS COMPENSATION AND EMPLOYERS UABUTV INSURANCE POUCV POLICY NUMBER: ZAWCI 9342800 WC 040300 (Ed. 04-84) 'NAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT .. CALIFORNIA We have the right to recover our payments from anyone liable fol' ari injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must 1naintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium tor this endorsement shall be 2 otherwise due on such remuneration. '% of the California workers' compensation premium SCHEDULE PERSON OR ORGANIZATION ANY PERSON OR ORGANIZATION WHERE WAIV'ER OF OUR RIGHT TO RECOVER IS PERMITTED BY LAW AND IS REQUIRED BY WRITTEN CONTRACT PROVIDED SUCH CONTRACT WAS EXECUTED PRIOR TO DATE OF LOSS JOB DESCRIPTION ALL JOBS UNDER CONTRACT This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 04-01-15 Policy No. ZAWCI9342800 Endorsement No. Insured AMERICAN ASPHALT Premium $ INCL. Insurance Company M.CH. INSURANCE COMPANY Countersigned By ____________ _ DATE OF ISSUE: 03-23-15 © 1998 by the Workers' Compemalion Insurance Ra!ing Bureau d California. All rights mmrved. From the WCIRB's caiomia Workers' Compensation Insurance Forms Manual © 1999. BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) 2015 SLURRY SEAL PROJECT CONTRACT NO. 6001-15SS 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? L yes 110 2) If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debarments. party debarred party debarred agency agency period of debarment period of debarment BY CONTRACTOR: ~ao &f!koll Sov/J, Z,,r_ (name of Contractor) Page _____ I_ of __ / _ pages of this Re Debarment form () Revised 3/6/15 Contract l\!o. 600H 5SS Page 23 of 107 Pages }ss J_ On _(j.,._c~1.....,,.o~k~«~\_)__,.,~d_O~I s~-before me, ~+-1 ~-\ _m_u._(_i _( __ b_· '("_c.___{} -+ __ N_6~+"-~- DalE ,-.. (\ I Name and T,lle ol OHiw le.g. ·Jane Doe. No1a,y Pu ,,·, personally appeared --~~e_~ll~_,_.e._t\~J-+--i-µ~· ~-af-,i-,J-oi 5_;9~~~~+1 ~\ 8-~-S~t~D_'()~e,~----- State of California 5ecV) B.e..roi;:r,t'06 County of ElJ-.,proved to me on the basis of satisfactory [} ev~ence 0 JERI MARIE GRANT COMM.# 2031882 ·- NOTARY PUS UC -CALIFORNIA~ SAN BERNARDINO COUNTY ... My Comm. Expires June 30, 2017 to be the person(s) whose name(s) ietare subscribed to the within instrumen1 and acknowledged lo me that Fre/~/they executed the same in b-is/b.er/lheir authorized capacity(ies), and that by bish.ef/iheir signature(s) on the instrument the person(s), or ihe entity upon behalf of which the person(s) act ' led the instrument. ~~-~----~----OPTIONAL~-+-~-~--~----- Though the inlormalion below is not required by law, it may prove faluable to per ons re/yin on the document and could prevent lraudulenl removal and reatlachment of /his form lo no/herd cumenl. DescripHon of Attached Document Title or Type of Document: ----------~------------------ Document Date:--------------+-------Number of Pages: ____ _ Signer(s) Other Than Named Above:------+------------------- Capacity(ies} Claimed by Signer Signer's Name: ---------------+------------ • Individual D Corporate Officer -Title(s): ________ ,_ __________ _ D Partner -D Limited D Generai D Attorney-in-Fae! D Trustee D Guardian or Conservator 0 Other:----------------+------------ Signer Is Representing: ___________ ~----------- Top al lhumb here :-·-. ··-·--· /'.J' ·,.,. ·,/:··:C:.~::'.,:;,/c,< .. ·c:: :>,,,.: "'··. ··=. ··c_··._:•c::, c/:.··c;..•::-,;i,:.>,c•:"c,/ '.,. ::i .. ::::.,·,-,:, .. :::1•·:: :::: :.:·:': ·< ·.'<~ .<: ..... · :,·: i ··c·i·•. :,c .. 0·''.': '·~c :· .. ; J· :/:-":-;;-;,-: ... ·,:~>:.:.;;-:''·" © 1999 t-lational Nolary Associalion • 9350 De Solo Ave .. P.O. Bm 2402 • Chalswor1h. CA 91313-2402 •1 www.nationalnolary.org Prod. No. 5907 Remde1: Call Toll-Free 1-800-8/6-6827 I BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) 2015 SLURRY SEAL PROJECT CONTRACT NO. 6001-1 SSS Contractors are required by law to be licensed and rngulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 1 O years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License board, P.O. Box 26000, Sacramento, California 95826. 1) Have you ever had your contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an 1aight year period? yes 2) Has the suspension or revocation of your contractor's license ever been stayed? yes no 3) Have any subcontractors that you propose to perform any portion of the Work ever had their contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? X yes no 4) Has the suspension or revocation of the license o1: any subcontractor's that you propose to perform any portion of the Work ever been stayed? yes no 5) If the answer to either of 1. or 3. above is yes Jr ully identify, in each and every case, the party disciplined, the date of and violation that the disc:iplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefore. (If needed attach additional sheets to provide full disclosure.) Page _L of __J_ pages of this Disclosure of Discipline form ft ~, Revised 3/6/15 Contract No. 6001-158S Page 24 of 107 Pages RE (CONTINUED) (To Accompany Proposal) 2015 SLURRY SEAL PROJECT NO. 6001-15SS E 6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who's discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (it any) upon which the disciplinary action was stayed. (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: krican l.,p/,,/1-SocJI/,, .llll By: (n;; ~actor) ½Z'd (sig ere) / ~ Y,'ct R,,,Jtttf Lule f,{,,,(,l('CY(J'(,,, (pr name/title) v / Page _j_ of _/__ pages of this Disclosure of Discipline form Revised 3/6/i 5 Contract No. 600H 5SS Page 25 of i 07 Pages (! 'j ·•;:.-; :i)t ·\J :(1 i(:1 :~! ,.-:,,• ! :~ ::d .Y~} :jI ,.XJ On Oc-to'ou: \~) dO IS before me, ---~~---m~C\._( i~c-~6____.__c.__{l_+---+----'N~6+~(i,,.....,.__,,,,_ Dale 0. Name and T,Ue ol OHim (e.g .. ·Jane Doe. No1a,y Pu ,n personally appeared __ c3~e.~ff ___ .e._t\~J-+--a._-~-~af-.,-,i_01 _5,9_~-J.,._1 l~e.~_S_-t~o~n~e~<----- i;/J.--proved to me on the basis of satislact ory evidence to be the person(s) whose name(s) ietare subscribed to the within instrument and acknowledged to me that 19-e/sl=l-e/they executed the same in b.i-s/~/their authorized capacity(ies}, and ihat by bi-s.lhef/iheir signature(s) on the instrument the person(s). or the entity upon behalf of which the person(s) ----.....executed the instrument. Though the information below is no/"required by law, ii may prove valuable fraudulent removal and real/achment of this for Description of Attached Document Title or Type of Document: ___________________________ _ Documeni Date: _____________________ Number of Pages: ____ _ Signer(s) Other Than Named Above: ______________________ _ Capacity(ies} Claimed by Signer Signer's Name: _________________________ _ ',! • Individual Top ol lhumb here :_\i D Corporate Officer -Title(s): __________________ _ D Partner -D Limited D General rn O Attorney-in-Fact 1::: D Trustee ''J (] D Guardian or Conservator •'."/ ,6 0 Other:_____________________________ fi = 0 .i.~.i ~ ~~r (j Signer Is Representing:_______________________ .__ ____ ____, :?; . ~ ·'./~:,~ , __ ·,:,~:<,:'i •:~ c, <S: --_:··cc•.-:~-:_:··,;--'. ·::•<~'.::s;,~:-<;,:.'.~·;;;:--. .-:0:~:s--_--;,,-•··:<,• : :;.:-,,c?:,,,-.,:;:-;:;,~_,,;~.,::-·:;,.,-'.;,,,~~~--::··•:->_:-~.:,,:;::_,, .\c =:'0'/~< :<;_::-:-;-,~,-,,-q;.-.-,-~~"';_,;.,.-;a;:;;::;;/~: Ct 1999 National Nola')' AssociaIicn ~ 9350 De Solo Ave., P.O. Box 2402 .. Chalswor1h. CA 91313-2402 • www.nalionalnota,y.org Prod. No. 5907 Reorder: CaH Toll-Free 1-800-876-6827 NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 2015 SLURRY SEAL PROJECT CONTRACT NO. 6001-1 SSS The undersigned declares: I am the Y.Ro,,J.~of ~ /s,1,,,/1-, the party making the foregoing bid. Si :r,, The bid is not made in the intere~t of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the SaZ(J Californ,Jhat the foregoing is true and ~rrect and that this declaration is executed on 'tr Iii , 20'-L!l. at &Ai A'tt [city], ( d [state]. :It/+ Ptf& lft'ce P1t1:de11I- .... ~, Revised 3/6/15 Contract No. 6001-158S Page 26 of 107 Pages State of California } County of ~5~··~· C-.~10~b~~-e.~.r_Q,__._,q__,r~1~l~; '0~6~----ss. @i...,proved to me on the basis of satisfactory j} evidence '>'' to be the person(s) whose name(s) ie1are to the within instrument and JERI MARIE GR.ANT COMM.# 2031882 z NOTARY PUBLIC -CALIFORNIA S: SAN BERNARDINO COUNTY ... My Comm. Expires June 30, 2017 Though !lie inlormalion below is not required by law, it may prove valuable o persons rel ng on the document and could prevent fraudulent removal and rea/tachmenl of /his lo to anoth document. DescripHon of Attached Document Title or Type of Document: ____________________________ _ Documeni Date: _____________________ Number of Pages: ____ _ Signer(s) Other Than Named Above: ______________________ _ Capacity(ies) Claimed by Signer Signer's Name: _________________________ _ D Individual Top ol lhumb here D Corporate Officer -Title(s): ________________ _ D Partner -D Limited D General D Attorney-in-Fact D Trustee D Guardian or Conservator D Other: _________________________ _ Signer Is Representing: ______________________ _ ;·); © 1999 t~ational No1ary Assoc:ialion • ~350 De Solo Ave., P.O. Box 2402 • Cha1swonh, CA 91313·'2~02 • www.nal!ona!no1a,y.org Prod. No. 5907 Reorder: Call Toll-Free 1-eo0-876-6827 CONTRACT PUBLIC WORKS This agreement is made this 14:-th day of Decew\J:Je,y-, 20 f ~ by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and American Asphalt South, Inc., a California corporation whose principal place of business is 14436 Santa Ana Avenue, Fontana, CA 92337 (hereinafter called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: (hereinafter called "project") 2015 SLURRY SEAL PROJECT CONTRACT NO. 6001-1 SSS 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Noncollusion Declaration, Designation of Subcontractors, Technical Ability and Experience, Bidder's Statement Re Debarment, Escrow Agreement, Release Form, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications and General Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. The City shall withhold retention as required by Public Contract Code Section 9203. 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and {'\ •+;' Revised 3/6/15 Contract No. 6001-15SS Page 27 of 107 Pages has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class Ill disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. {'l •ti Revised 3/6/15 Contract No. 6001-15SS Page 28 of 107 Pages Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in City Council Policy # 70. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Commercial General Liability Insurance: $2,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employees are additional insured. b. Business Automobile Liability Insurance: $2,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) Additional Provisions: Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. a. The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage. b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. l'l 11.., Revised 3/6/15 Contract No. 6001-15SS Page 29 of 107 Pages (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after ten (10) days' prior written notice has been sent to the City by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention {S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (IE) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (IF) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by City Council Policy # 70. (H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. {I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is included in Section 3 of the General Provisions. The contractor shall initially submit all claims over $375,000 to the City using the informal dispute resolution process described in Public Contract Code subsections 20104.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false {'\ •+;' Revised 3/6/15 Contract No. 6001-15SS Page 30 of 107 Pages claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. I have read and understand all provisions of Section 11 above. _.,r:£,,....,,,_ __ init ;;::/ init 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. 15. Unfair Business Practices. In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment by the parties. 16. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. l'\ II+;' Revised 3/6/15 Contract No. 6001-15SS Page 31 of 107 Pages 17. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) ..4t?t. CITY OF CARLqBAD ~ municipal corporation of the Stat\3 of Ccjilit¢rnia")/ \ ~.\. -~~,,.~ J" l) By·. h i (1l I l t I nl,f 1' ,\A' jl'i "'t>{ MA rr KALL~ Mayor By:---~ ~ii"""-'"""'""""~__..-=c..,c--=------/(signhere) ~le s-/4,,e, 5ecre¼ rint name ifnd title) ) President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER :~yAtt¼~~ Assffi-taAt City Attorney i>ep,,tfi1 j ,, •+' Revised 3/6/15 Contract No. 6001-158S Page 32 of 107 Pages ACKNOWLEDGMENT A notary public or other officer completing this certificate Verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Diego ) On ueG 11.) ~Ol 6 before me Morgen Fry, Notary Public '-------------------(insert name and title of the officer) personally appeared l\l\ o.,.-\--4-±tzt\ \ who proved to me on the basis of satisfactory evidence to be the person~ whose name~ is/are subscribed to the within instrument and acknowledged to me that he/sl:tefthey-executed the same in his/1:½er/their authorized capacity(-ies), and that by his/herftheil' signature(~ on the instrument the person(-aj, or the entity upon behalf of which the person(s,.acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature \_,~ (Seal) CALIFORNIA All-PURPOSE ACKNOWLEDGMENT On Pee o 1 ~ J,arf t:late Name and Title of Officer (e.g., "Jane Doe, Notary Public" personally appeared -~1-_· _,,v~L~r~-_s~-~t_..,,...., le..,./~(~.~· ~C~1 ~Cf~e,=,/-~Je~: =It~' ~M~t~:: ~i~t_._1/-'ii'--' -----r Name(s) of Signer(s) T ~ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) .idare subscribed to the within instrument and acknowledged to me that ~/they executed the same in ~Ll::i-e11their authorized capacity(ies}, and that by J=tts)'J'l'El'r/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. ------------OPTIONAL----~------- Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: ___________________________ _ Document Date: ____________________ Number of Pages: ____ _ Signer(s) Other Than Named Above: ______________________ _ Capacity(ies) Claimed by Signer Signer's Name: _________________________ _ • Individual • Corporate Officer -Title(s): _________________ _ • Partner -• Limited • General • Attorney-in-Fact • Trustee • Guardian or Conservator • Other: ________________________ _ Signer Is Representing: ____________________ _ © ·1999 National Notary Association° 9350 De Soto Ave., P.O. Box 2402 ° Cl1atsworth, CA 91313-2402, www.nationalnotary.org Prod. No. 5907 Reorder: Call Toll-Free 1-800-876-6827 LABOR AND MATERIALS BOND Bond Number: 12127201 Premium Included in Performance Bond WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2015-286, adopted November 17, 2015, has awarded to American Asphalt South, Inc., a California corporation whose principal place of business is 14436 Santa Ana Avenue, Fontana, CA 92337 (hereinafter designated as the "Principal"), a Contract for: 2015 SLURRY SEAL PROJECT CONTRACT NO. 6001-1 SSS in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, AMERICAN ASPHALT SOUTH, INC., as Principal, (hereinafter designated as the "Contractor"), and The Guarantee Company of North America USA as Surety, are held firmly bound unto the City of Carlsbad in the sum of ONE MILLION FIVE HUNDRED SIX THOUSAND EIGHT HUNDRED TWENTY FOUR Dollars ($1,506,824), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 9100, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 9554. This bond shall inure to the benefit of any of the persons named in California Civil Code section 9100, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety 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 hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. {'\ •+;' Revised 3/6/15 Contract No. 6001-15SS Page 33 of 107 Pages In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this day of lleceAkr CONTRACTOR: American Asphalt South, Inc. /.rr , 20/.5. (title and organization of signatory) By:____,-~'------'~_..,""""--=-----~ (sign here) ~ le 5foi/le_ (print name here) Sa:re Executed by SURETY this __ 23 ____ day of November , 20 15 . SURETY: The Guarantee Company of North America USA (name of Surety) One Towne Square, Suite 1470, Southfield MI 48076 (address of Surety) (925) 566-6040 (telephone number of Surety) o\~ 7 L, I ,1 (/, ~< .J ,,; By: _ ___._..__r--"7'--f--__ "--'<-___ ~_,~_ • .,,,,,z,.,,_-_# __ (signature of Attorney-in-Fa;!}" Bobbie Beeny, Attorney-in-Fact(_ (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: CELIA A. BREWER City Attorney , ( A /_, , ~" By: '-l-l{-::11;/e,t' 'l ~, {A/1.,,'L'l Assi~ City Attorney fr_flCftJ {'\ •ti' Revised 3/6/15 Contract No. 6001-15SS Page 34 of 107 Pages CALIFORNIA All=PURPOSE ACKNOWLEDGMENT State of California } County of -"=s~-t.~i~n~~f3=~='2~'~,-·~n~t~4~f~j~l~-'1~· ~t~✓---ss. On ~ () I • 2, (U ~ before me, _LJ=-"'4-"-'-4---'='-'-'--'--"--=-,._,_,_"-L-----"--"-'"'"""""'-=-¥---'-p-'--•· _ r Date Name and Title of Officer (e.g., "Jane Doe, Notary Public" personally appeared --"L_v~l"-'f---"5'---'Lh,""",.,__nµ(~-'-_CJ.q_,.,,.,__,L:c.,/ _ __,.Jt"'-'e=.-~lf<--_,_A_,.""-", f_,_'_,_-j__,-v'lf-·-----T Name(s) of Signer(s) r )gi proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) .isfare subscribed to the within instrument and acknowledged to me that ~/they executed the same in t;iIBib-e'f1their authorized capacity(ies), and that by J;H,s'/!ate"r/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. ------------OPTIONAL------------ Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: ___________________________ _ Document Date: ____________________ Number of Pages: ____ _ Signer(s) Other Than Named Above: _______________________ _ Capacity(ies) Claimed by Signer Signer's Name: _________________________ _ D Individual Top of thumb here D Corporate Officer -Title(s): __________________ _ D Partner -D Limited D General D Attorney-in-Fact D Trustee LJ Guardian or Conservator D Other: _________________________ _ Signer ls Representing: ______________________ _ © -iggg National Notary Association° 9350 De Soio Ave., P.O. Box 2402 °Chatsworth.CA 91313-2402 e www.nationalnotary.org Prod. No. 5907 Reorder: Call To\1-Free "1-800-876-6827 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Butte on November 23, 2015 before me, Elizabeth Collodi, Notary Public (insert name and title of the officer) personally appeared _B_o_b_b_ie_B_e_e_n_y ____________________ _ who proved to me on the basis of satisfactory evidence to be the person(s:) whose name(s) ishaxe:. subscribed to the within instrument and acknowledged to me that s:e/she/~executed the same in :ims/her/mxauthorized capacity{m), and that by irusfher/tmm:signature(s) on the instrument the person(s), or the entity upon behalf of which the person(~) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. THE GUARANTEE"" The Guarantee Company of North America USA Southfield, Michigan POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the laws of the State of Michigan, having its principal office in Southfield, Michigan, does hereby constitute and appoint Barbara Midstokke, Renee Ramsey, Richard W. Pratt, John Hopkins, Elizabeth Collodi, Bobbie Beeny, Nancy Luttenbacher Phillip 0. Watkins, Keith T. Schuler, Melissa D. Diaz, Shawna Johnson, Patricia M. Simas lnterwest Insurance Services, Inc. its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise. The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attorney is executed and may be certified so, and may be revoked, pursuant to and by authority of Article IX, Section 9.03 of the By-Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31 st day of December, 2003. The President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority: 1. To appoint Attorney(s)-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof; and 2. To revoke, at any time, any such Attorney-in-fact and revoke the authority given, except as provided below 3. In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. 4. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 6th day of December 2011, of which the following is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 23rd day of February, 2012. STATE OF MICHIGAN County of Oakland THE GUARANTEE COMPANY OF NORTH AMERICA USA Stephen C. Ruschak, President & Chief Operating Officer Randall Musselman, Secretary On this 23rd day of February, 2012 before me came the individuals who executed the preceding instrument, to me personally known, and being by me duly sworn, said that each is the herein described and authorized officer of The Guarantee Company of North America USA; that the seal affixed to said instrument is the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of Cynthia A. Takai Notary Public, State of Michigan County of Oakland My Commission Expires February 27, 2018 Acting in Oakland County IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee Company of North America USA offices the day and year above written. I, Randall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which is still in full force and effect. IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this 23 day of November ·201-5 Randall Musselman, Secretary Bond Number: 12127201 Premium: $8,534.00 FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2015-286, adopted November 17, 2015, has awarded to American Asphalt South, Inc., a California corporation (hereinafter designated as the "Principal"), a Contract for: 2015 SLURRY SEAL PROJECT CONTRACT NO. 6001-1 SSS in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, AMERICAN ASPHALT SOUTH, INC., as Principal, (hereinafter designated as the "Contractor"), and The Guarantee Company of North America USA , as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of ONE MILLION FIVE HUNDRED SIX THOUSAND EIGHT HUNDRED TWENTY FOUR Dollars ($1,506,824), said sum being equal to one hundred percent (100%) of the estimated amount of the Contract, to be paid to City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety 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 there under or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. ,~ •,; Revised 3/6/15 Contract No. 6001-15SS Page 35 of 107 Pages In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this ---'-/_Sl_ir __ day of f!e(Ml/er ,20/~. CONTRACTOR: Atrier,(Afl Jsf If Srv/1., :ZIK. (name f Contractor) By: __ ~~----~----------/(~ere) TrxefnL~fi.,.i (Title and Organization of Signatory) By: (p'rint name here) (Title anft =3tion of signatory) Executed by SURETY this __ 2_3 ___ day of __N_o_ve_m_b_er __________ ,20_15_ SURETY: The Guarantee Company of North America USA (name of Surety) One Towne Square, Suite 1470, Southfield MI 48076 (address of Surety) (925) 566-6040 (telephone number of Surety) Bobbie Beeny, Attorney-in-Fact (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: CELIA A. BREWER City Attorney g~ By:Rtti:z-{,,{, ,(,-t,. ,t:,) -Ass-i&-a-P1t City Attorney J)_f't·i:llj ,, • ., Revised 3/6/15 Contract No. 6001-15S$ Page 36 of 107 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California } County of ~S~·=e::\~· rl~~p,=c2~<~; ~r~O~£~-i~r'~j_l~.~~~?-)~--ss. On ~ e. OJ ~ ~tu< e!ate Name and Title of Officer (e.g., "Jane Doe, Notary Public" personally appeared _-.,.L_v¥-·_._,fr~·-_S-=---.,t__,,,,.,__,) n'--11-'-'<-'-~--=qL.rz~,ti'-----'Je"'-'· =-=_,.,.fr,_' _,,_M_,.·':c....• j,__' ·_,_:f~v,_____ ___ _ f Name(s) of Signer(s) f )!;i proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) .dare subscribed to the within instrument and acknowledged to me that ~/they executed the same in ~Lb-e'f1t:heir authorized capacity(ies), and that by ~J'l'Sr/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature of Notary Public OPTIONAL------------ Though the information below ,s not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: ___________________________ _ Document Date: ____________________ Number of Pages: ____ _ Signer(s) Other Than Named Above: ______________________ _ Capacity(ies) Claimed by Signer Signer's Name: _________________________ _ • Individual Top of thumb here • Corporate Officer -Title(s): __________________ _ • Partner -• Limited • General • Attorney-in-Fact • Trustee LJ Guardian or Conservator • Other: _________________________ _ Signer Is Representing: _______________________ _ © ·1999 National Notary Association~ 9350 De Soto Ave., P.O. Box 2402 ~Chatsworth.CA 91313-2402 ~ www.nationalnotary.org Prod. No. 5907 Reorder: Call Toll-Free i-800-876-6827 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who.signed the document to which this certificate is attache.d, and not the truthfulness, accuracy, or validity of that document. State of California County of Butte on November 23, 2015 before me, Elizabeth Collodi, Notary Public (insert name and title of the officer) personally appeared _B_o_b_b_i_e_B_e_e_n_y ____________________ _ who proved to me on the basis of satisfactory evidence to be the person(s::) whose name(s) is/axe. subscribed to the within instrument and acknowledged to me that u/she/~executed the same in Jb4s/her/ltlaixauthorized capacity(:m), and that by :mher/m:icsignature(s) on the instrument the person(s), or the entity upon behalf of which the person(~) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. THE GUARANTEE"" The Guarantee Company of North America USA Southfield, Michigan POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the laws of the State of Michigan, having its principal office in Southfield, Michigan, does hereby constitute and appoint Barbara Midstokke, Renee Ramsey, Richard W. Pratt, John Hopkins, Elizabeth Collodi, Bobbie Beeny, Nancy Luttenbacher Phillip 0. Watkins, Keith T. Schuler, Melissa D. Diaz, Shawna Johnson, Patricia M. Simas lnterwest Insurance Services, Inc. its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise. The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attorney is executed and may be certified so, and may be revoked, pursuant to and by authority of Article IX, Section 9.03 of the By-Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31st day of December, 2003. The President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority: 1. To appoint Attorney(s)-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof; and 2. To revoke, at any time, any such Attorney-in-fact and revoke the authority given, except as provided below 3. In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. 4. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 6th day of December 2011, of which the following is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 23rd day of February, 2012. STATE OF MICHIGAN County of Oakland THE GUARANTEE COMPANY OF NORTH AMERICA USA Stephen C. Ruschak, President & Chief Operating Officer Randall Musselman, Secretary On this 23rd day of February, 2012 before me came the individuals who executed the preceding instrument, to me personally known, and being by me duly sworn, said that each is the herein described and authorized officer of The Guarantee Company of North America USA; that the seal affixed to said instrument is the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of Cynthia A. Takai Notary Public, State of Michigan County of Oakland My Commission Expires February 27, 2018 Acting in Oakland County IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee Company of North America USA offices the day and year above written. I, Randall Musselman, Secretary ofTHE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which is still in full force and effect. IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this 23 day of November •201·5 Randall Musselman, Secretary OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and whose address is ----------------------------hereinafter called ----------------------------- 11 Contractor" and whose address is ----------------------- hereinafter -------------------------------called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to section 22300 of the Public Contract Code of the State of California, the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for 2015 SLURRY SEAL PROJECT CONTRACT NO. 6001-1 SSS in the amount of ____________ dated ______ (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the City shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the City and shall designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account ., \.+;' Revised 3/6/15 Contract No. 6001-15SS Page 37 of 107 Pages only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: For Contractor: For Escrow Agent: Title FINANCE DIRECTOR Name ----------------- Signature _______________ _ Address 1635 Faraday Avenue, Carlsbad, CA 92008 Title Name ----------------- Signature _______________ _ Address ---------------- Title Name ----------------- Signature _______________ _ Address ---------------- At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. ., f.tr Revised 3/6/15 Contract No. 6001-15SS Page 38 of 107 Pages IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: Title MAYOR Name ________________ _ Signature _______________ _ Address 1200 Carlsbad Village Drive, Carlsbad, CA 92008 For Contractor: Title Name ________________ _ Signature _______________ _ Address _______________ _ For Escrow Agent: Title ________________ _ Name ________________ _ Signature _______________ _ Address _______________ _ . .,. ~, Revised 3/6/15 Contract No. 6001-158S Page 39 of 107 Pages GENERAL PROVISIONS FOR 2015 SLURRY SEAL PROJECT CONTRACT NO. 6001-15SS CITY OF CARLSBAD BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1 GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 -TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 TERMS -Unless otherwise stated, the words directed, required, permitted, ordered, instructed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. 1-2 Definitions. The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Addendum -Written or graphic instrument issued prior to the opening of Bids which clarifies, corrects, or changes the bidding or Contract Documents. The term Addendum shall include bulletins and all other types of written notices issued to potential bidders prior to opening of Bids. ~~ {.J Revised 11/24/10 Contract No. 6001-1 SSS Page 40 of 107 Agency -The City of Carlsbad, California. Agreement-See Contract. Assessment Act Contract -A Contract financed by special assessments authorized under a State Act or procedural ordinance of a City or County. Base -A layer of specified material of planned thickness placed immediately below the pavement or surfacing. Bid -The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work. Bidder -Any individual, firm, partnership, corporation, or combination thereof, submitting a Bid for the Work, acting directly or through a duly authorized representative. Board -The officer or body constituting the awarding authority of the Agency, which is the City Council for the City of Carlsbad or the Board of Directors of Carlsbad Municipal Water District. Bond -Bid, performance, and payment bond or other instrument of security. City Council -the City Council of the City of Carlsbad. City Manager -the City Manager of the City of Carlsbad or his/her approved representative. Cash Contract -A Contract financed by means other than special assessments. Change Order -A written order to the Contractor signed by the Agency directing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract time issued after the effective date of the Contract. A Change Order may or may not also be signed by the Contractor. Code -The terms Government Code, Labor Code, etc., refer to codes of the State of California. Construction Manager-the Project Inspector's immediate supervisor and first level of appeal for informal dispute resolution. Contract-The written agreement between the Agency and the Contractor covering the Work. Contract Documents -Including but not limited to; the Contract, any Addendum (which pertain to the contract documents), Notice Inviting Bids, Instructions to Bidders; Bid (including documentation accompanying the Bid and any post-bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Contract, the Bonds, the General Provisions, permits from other agencies, the Technical Specifications, the Supplemental Provisions, the Plans, Standard Plans, Standard Specifications, Reference Specifications, and all Modifications issued after the execution of the Contract. Contractor -The individual, partnership, corporation, joint venture, or other legal entity having a Contract with the Agency to perform the Work. In the case of work being done under permit issued by the Agency, the permittee shall be constructed to be the Contractor. The term "prime contractor'' shall mean Contractor. Contract Price -The total amount of money for which the Contract is awarded. ,, •+' Revised 11/24/10 Contract No. 6001-158S Page 41 of 107 Contract Unit Price -The amount stated in the Bid for a single unit of an item of work. County Sealer -The Sealer of Weights and Measures of the county in which the Contract is let. Days -Days shall mean consecutive calendar's days unless otherwise specified. Deputy City Engineer, Construction Management & Inspection -The Construction Manager's immediate supervisor and second level of appeal for informal dispute resolution. Dispute Board -Persons designated by the City Manager of the City of Carlsbad or Executive Manager of the Carlsbad Municipal Water District, to hear and advise the City Manager on claims submitted by the Contractor. The City Manager for the City of Carlsbad or the Executive Manager for the Carlsbad Municipal Water District is the last appeal level for informal dispute resolution. Electrolier -Street light assembly complete, including foundation, standard, luminaire arm, luminaire, etc. Engineer -The City Engineer of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Geotextile -Synthetic fiber used in civil engineering applications, serving the primary functions of separation and filtration. House Connection Sewer -A sewer, within a public street or right-of-way, proposed to connect any parcel, lot, or part of a lot with a mainline sewer. House Sewer -A sewer, wholly within private property, proposed to connect any building to a house connection sewer. Luminaire -The lamp housing including the optical and socket assemblies (and ballast if so specified). Luminaire Arm -The structural member, bracket, or mast arm, which, mounted on the standard, supports the luminaire. Minor Bid Item -A single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Modification -Includes Change Orders and Supplemental Agreements. A Modification may only be used after the effective date of the Contract. Notice of Award -The written notice by the Agency to the successful Bidder stating that upon compliance by it with the required conditions, the Agency will execute the Contract. Notice to Proceed -A written notice given by the Agency to the Contractor fixing the date on which the Contract time will start. Own Organization -When used in Section 2-3.1 -Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 "own organization" means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with Section 2-3.1 . .... ~, Revised 11 /24/1 0 Contract No. 6001-158S Page 42 of 107 Person -Any individual, firm, association, partnership, corporation, trust, joint venture, or other legal entity. Plans -The drawings, profiles, cross sections, working drawings, and supplemental drawings, or reproductions thereof, approved by the Engineer, which show the location, character, dimensions, or details of the Work. Private Contract -Work srubject to Agency inspection, control, and approval, involving private funds, not administered by the Agency. Project Inspector -The Engineer's designated representative for inspection, contract administration and first level for informal dispute resolution. Proposal -See Bid. Reference Specifications --Those bulletins, standards, rules, methods of analysis or test, codes, and specifications of other agencies, engineering societies, or industrial associations referred to in the Contract Documents. These refer to the latest edition, including amendments in effect and published at the time of advertising the project or issuing the permit, unless specifically ref erred to by edition, volume, or date. Roadway-The portion of a street reserved for vehicular use. Service Connection -Sen,ice connections are all or any portion of the conduit, cable, or duct, including meter, between a 1Utility distribution line and an individual consumer. Sewer -Any conduit intended for the reception and transfer of sewage and fluid industrial waste. Specifications -Generali Pmvisions, Standard Specifications, Technical Specifications, Reference Specifications, Supplemental Provisions, and specifications in Supplemental Agreements between the Contractor and the Board. Standard -The shaft or polle used to support street lighting luminaire, traffic signal heads, mast arms, etc. Standard Plans -Details of standard structures, devices, or instructions referred to on the Plans or in Specifications by title or number. Standard Specifications -The Standard Specifications for Public Works Construction (SSPWC), the "Greenbook". State -State of California. Storm Drain -Any conduit and apprurtenances intended for the reception and transfer of storm water. Street -Any road, highway, parkway, freeway, alley, walk, or way. Subbase -A layer of specified material of planned thickness between a base and the subgrade. Subcontractor -An individual, firm, or corporation having a direct contract with the Contractor or with any other SubcontraGtor for the performance of a part of the Work. ·'l ~+' Revised 11/24/1 0 Contract No. 6001-1588 Page 43 of 107 Subgrade -For roadways, that portion of the roadbed on which pavement, surfacing, base, subbase, or a layer of other material is placed. For structures, the soil prepared to support a structure. Supervision -Supervision, where used to indicate supervision by the Engineer, shall mean the performance of obligations, and the exercise of rights, specifically imposed upon and granted to the Agency in becoming a party to the Contract. Except as specifically stated herein, supervision by the Agency shall not mean active and direct superintendence of details of the Work. Supplemental Agreement -A written amendment of the Contract Documents signed by both parties. Supplemental Provisions -Additions and revisions to the Standard Specifications setting forth conditions and requirements peculiar to the work. Surety -Any individual, firm, or corporation, bound with and for the Contractor for the acceptable performance, execution, and completion of the Work, and for the satisfaction of all obligations incurred. Tonne-Also referred to as "metric ton". Represents a unit of measure in the International System of Units equal to 1,000 kilograms. Utility -Tracks, overhead or underground wires, pipeline, conduits, ducts, or structures, sewers, or storm drains owned, operated, or maintained in or across a public right of way or private easement. Work -That which is proposed to be constructed or done under the Contract or permit, including the furnishing of all labor, materials, equipment, and services. 1-3 ABBREVIATIONS 1-3.1 General. The abbreviation herein, together with others in general use, are applicable to these Standard Specifications and to project Plans or other Contract Documents. All abbreviations and symbols used on Plans for structural steel construction shall conform to those given by the "Manual of Steel Construction" published by the American Institute of Steel Construction, Inc. 1-3.2 Common Usage Abbreviation Word or Words Abbreviation Word or Words ABAN ............................................................. Abandon BC ................................................... Beginning of curve ABAND ...................................................... Abandoned BCR .............. , ........................ Beginning of curb return ABS ....................... Acrylonitrile -butadiene -styrene BDRY ............................................................ Boundary AC ..................................................... Asphalt Concrete BF ..................................................... Bottom of footing ACP .......................................... Asbestos cement pipe BLDG ........................................ Building and Buildings ACWS ..................... Asphalt concrete wearing surface BM ............................................................ Bench mark ALT ................................................................ Alternate BVC ................................... Beginning of vertical curve APTS ................................. Apartment and Apartments B/W ........................................................... Back of wall AMER STD .................................... American Standard CIC ..................................................... Center to center AWG ............... American Wire Gage (nonferrous wire) CAB ...................................... Crushed aggregate base ft "' Revised 11/24/10 Contract No. 6001-15SS Page 44 of 107 CAUOSHA ........... California Occupational Safety and EXP JT ................................................ Expansion joint ................................................... Health Administration EXST ............................................................... Existing CalTrans ........ California Department of Transportation F ................................................................. Fahrenheit CAP ................................... Corru~Jated aluminum pipe F&C .................................................. Frame and cover CB ............................................................. Catch Basin F&I .................................................. Furnish and install Cb ........................................................................ Curb FAB ............................................................... Fabricate CBP ............................... Catch Basin Connection Pipe FAS ............................................... Flashing arrow sign CBR ........................................ California Bearing Ratio FD ............................................................... Floor drain CCR ............................. California Code of Regulations FON ........................................................... Foundation CCTV ............................................... Closed Circuit TV FED SPEC .................................. Federal Specification CES .......................... Carlsbad Engineering Standards FG ......................................................... Finished grade CF ................................................................. Curb face FH ............................................................. Fire hydrant CF ................................................................ Cubic foot FL .................................................................. Flow line C&G .................................................... Curb and gutter FS .............................. : ....................... Finished surface CFR ................................ Code of Federal Regulations FT-LB ......................................................... Foot-pound CFS ......................................... Cubic Feet per Second FTG ................................................................. Footing GIP ......................................................... Cast iron pipe FW ............................................................ Face of wall GIPP ................................................ Cast-in place pipe G ............................................................................ Gas CL ............................................. Clearance, center line GA ..................................................................... Gauge CLF ..................................................... Chain link fence GAL ............................................... Gallon and Gallons CMB ............................... Crushed miscellaneous base GALV ......................................................... Galvanized CMC ......................................... Ceiment mortar-coated GAR ............................................ Garage and Garages CML ............................................. Cement mortar-lined GIP .............................................. Galvanized iron pipe CMWD .................... Carlsbad Municipal Water District GL. ........................................ Ground line or grade line CO ................................................... Cleanout (Sewer) GM ............................................................... Gas meter COL ................................................................. Column GNV ............................................... Ground Not Visible COMM ...................................................... Commercial GP ................................................................. Guy pole CONC ............................................................ Concrete GPM ............................................... gallons per minute CONN ........................................................ Connection GR ..................................................................... Grade CONST ................................... Construct, Construction GRTG ............................................................... Grating COORD ...................................................... Coordinate GSP ........................................... Galvanized steel pipe CSP ........................................... Corrugated steel pipe H ............................................................ High or height CSD ................................ Carlsbad Standard Drawings HB .................................................................. Hose bib CTB ............................................ Cement treated base HC ................................................... House connection CV ............................................................. Check valve HOWL ............................................................ Headwall CY ............................................................... Cubic yard HGL .............................................. Hydraulic grade line D ............................................................... Load of pipe HORIZ ......................................................... Horizontal dB ................................................................... Decibels HP ............................................................. Horsepower DBL. .................................................................. Double HPG ................................................ High pressure gas DF ............................................................... Douglas fir HPS ............................... High pressure sodium (Light) DIA ................................................................. Diameter HYDR ........................................................... Hydraulic DIP ...................................................... Ductile iron pipe IE ......................................................... Invert Elevation DL ................................................................ Dead load ID ......................................................... Inside diameter DR ..................................................... Dimension Ratio INCL .............................................................. Including DT ................................................................. Drain Tile INSP ............................................................ Inspection DWG ............................................................... Drawing INV ...................................................................... Invert DWY .............................................................. Driveway IP ................................................................... Iron pipe DWY APPR ................................... Driveway approach JC .................................................... Junction chamber E ....................................................................... Electric JCT ................................................................. Junction EA ........................................................................ Each JS .................................................... Junction structure EC ............................................................ End of curve JT .......................................................................... Joint ECR .............................................. ,.. End of curb return L. ....................................................................... Length EF ................................................................ Each face LAB ............................................................. Laboratory EG ......................................................... Edge of gutter LAT ................................................................... Lateral EGL ................................................. Energy grade line LB ...................................................................... Pound El ................................................................... Elevation LD ..................................................... Local depression ELC ...................................... Electrolier lighting conduit LF ............................................................... Linear foot EL T ........................................................ Extra long ton LH ................................................................ Lamp hole ENGR ....................................... Engineer, Engineering LL. .................................................................. Live load EP .................................................... Edge of pavement LOL ............................................................. Layout line ESMT ........................................................... Easement LONG ....................................................... Longitudinal ETB ........................................... Emulsion-treated base LP ................................................................ Lamp post EVC ............................................... End of vertical curb LPS ................................. Low pressure sodium (Light) EWA .............................. Encina Wastewater Authority LS ................................................................ Lump sum EXC ............................................................ Excavation L TS .................................................... Lime treated soil ., ~., Revised 11/24/1 O Contract No. 6001-1 SSS Page 45 of 107 LWD ............................... Leucadia Wastewater District AGE ........................ Registered geotechnical engineer MAINT ..................................................... Maintenance ROW ................................ : ...................... Right-of-Way MAX .............................................................. Maximum RR .................................................................. Railroad MCR ........................................... Middle of curb return RSE ............................. Registered structural engineer MEAS ............................................................ Measure RTE ................................... Registered traffic engineer MH ................................... Manhole, maintenance hole S ................................... Sewer or Slope, as applicable MIL SPEC .................................... Military specification SCCP ............................... Steel cylinder concrete pipe MISC ...................................................... Miscellaneous SD .............................................................. Storm drain MOD .................................................. Modified, modify SONA ............................. San Diego Northern Railway MON ........................................................... Monument SOR ........ Standard thermoplastic pipe dimension ratio MSL .. Mean Sea Level (Reg. Standard Drawing M-12) ............. (ratio of pipe O.D. to minimum wall thickness) MTBM ......................... Microtunneling Boring Machine SDRSD ......... San Diego Regional Standard Drawings MUL T ............................................................... Multiple SE ...................................................... Sand Equivalent MUTCD ..... Manual on Uniform Traffic Control Devices SEC ................................................................. Section MVL ............................................... Mercury vapor light SF .............................................................. Square foot NCTD .............................. North County Transit District SFM ................................................ Sewer Force Main NRCP ............................. Nonreinforced concrete pipe SI ...................... International System of Units (Metric) OBS ............................................................... Obsolete SPEC ..................................................... Specifications oc ································································on center SPPWC .......................................... Standard Plans for OD .................................................... Outside diameter Public Works Construction OE ............................................................. Outer edge SSPWC ............................. Standard Specifications for OHE ................................................. Overhead Electric ........................................... Public Works Construction OMWD .................. Olivenhain Municipal Water District ST HWY ................................................. State highway OPP ............................................................... Opposite STA ................................................................... Station ORIG ............................................................... Original STD ............................................................... Standard PB .................................................................... Pull box STA ................................................................. Straight PC .................................................... Point of curvature STA GR ................................................. Straight grade PCC ........................ Portland cement concrete or point STRUC ......................................... Structural/Structure ................................................. of compound curvature SW ................................................................. Sidewalk PCVC ....................... Point of compound vertical curve SWD ..................................................... Sidewalk drain PE ............................................................ Polyethylene SY ............................................................. Square yard Pl .................................................. Point of intersection T ................................................................. Telephone PL ............................................................ Property line TAN ................................................................ Tangent PMB ............................ Processed miscellaneous base TC .............................................................. Top of curb POC ...................................................... Point on curve TEL ............................................................. Telephone POT ................................................... Point on tangent TF .......................................................... Top of footing PP .............................................................. Power pole TOPO ....................................................... Topography PRC .......................................... Point of reverse curve TR ........................................................................ Tract PRVC ............................ Point of reverse vertical curve TRANS ......................................................... Transition PSI .......................................... Pounds per square inch TS ......................... Traffic signal or transition structure PT ..................................................... Point of tangency TSC ............................................ Traffic signal conduit PVC .................................................. Polyvinyl chloride TSS ........................................... Traffic signal standard PVMT ........................................................... Pavement TW .............................................................. Top of wall PVT R/W ....................................... Private right-of-way TYP ................................................................... Typical Q ......................... Rate of flow in cubic feet per second UE ............................................... Underground Electric QUAD ....................................... Quadrangle, Quadrant USA ................................... Underground Service Alert R ....................................................................... Radius VAR .................................................... Varies, Variable R&O .......................................................... Rock and oil VB ................................................................. Valve box R/W .......................................................... Right-of-way VC ........................................................... Vertical curve RA. ...................................................... Recycling agent VCP .................................................. Vitrified clay pipe RAC ................................... Recycled asphalt concrete VERT ............................................................... Vertical RAP ............................... Reclaimed asphalt pavement VOL ................................................................. Volume RBAC .............................. Rubberized asphalt concrete VWD ....................................... Vallecitos Water District RC ............................................... Reinforced concrete W ....................... Water, Wider or Width, as applicable RCB ....................................... Reinforced concrete box WATCH .............. Work Area Traffic Control Handbook RCE ...................................... Registered civil engineer WI ............................................................ Wrought iron RCP ...................................... Reinforced concrete pipe WM ........................................................... Water meter RCV ............................................ Remote control valve WPJ ........................................... Weakened plane joint REF ............................................................. Reference XCONN ............................................. Cross connection REINF .............................. Reinforced or reinforcement XSEC ...................................................... Cross section RES .............................................................. Reservoir A ~, Revised 11/24/1 O Contract No. 6001-15SS Page 46 of 107 1-3.3 Institutions. Abbreviation Word or Words AASHTO .............. American Association of State Highway and Transportation Officials AISC ................................................................ American Institute of Steel Construction ANSI ................................................................... American National Standards Institute API ................................................................................... American Petroleum Institute AREA .......................................................... American Railway Engineering Association ASTM .......................................................... American Society for Testing and Materials AWPA .............................................................. American Wood Preservers Association AWS ...................................................................................... American Welding Society AWWA ................................................................... American Water Works Association FHWA .......................................................................... Federal Highway Administration GRI .............................................................................. Geosynthetic Research Institute NEMA. .................. ,. ................................. National Electrical Manufacturers Association NOAA ............. National Oceanic and Atmospheric Administration (Dept. of Commerce) UL ................................................................................... Underwriters' Laboratories Inc. USGS .......................................................................... United States Geological Survey 1-4 UNITS OF MEASURE. 1-4.1 General. U.S. Standard Measures, also called U.S. Customary System, are the principal measurement system in these specifications. However, certain material specifications and test requirements contained herein use SI units specifically and conversions to U.S. Standard Measures may or may not have been included in these circumstances. When U.S. Standard Measures are not included in parenthesis, then the SI units shall control. S.I. units and U.S. Standard Measures in parenthesis may or may not be exactly equivalent. Reference is also made to ASTM E 380 for definitions of various units of the SI system and a more extensive set of conversion factors. 1-4.2 Units of Measure and Their Abbreviations. U.S. Customary Unit (Equal To) SI Unit (Abbreviations) (Abbrev1at1onsl 1 mil (=0.001 in) ................................................................................ 25.4 micrometer (µm) 1 inch (in) .......................................................................................... 25.4 millimeter (mm) 1 inch (in) .......................................................................................... 2.54 centimeter (cm) 1 foot (ft) ............................................................................................ 0.3048 meter {m) 1 yard (yd) ......................................................................................... 0.9144 meter (m) 1 mile (mi) ......................................................................................... 1.6093 kilometer (km) 1 square foot (ft2) .............................................................................. 0.0929 square meter (m2) 1 square yard (yd2) ............................................................................ 0.8361 square meter (m2) 1 cubic foot (ft3) ................................................................................. 0.0283 cubic meter (m3) 1 cubic yard (yd3) .............................................................................. 0.7646 cubic meter (m3) 1 acre ................................................................................................ 0.4047 hectare (ha) 1 U.S. gallon (gal) ............................................................................. 3.7854 Liter (L) 1 fluid ounce (fl. 02.) .......................................................................... 29.5735 millileter (ml) 1 pound mass (lb) (avoirdupois) ....................................................... 0.4536 kilogram (kg) 1 ounce mass (oz) ............................................................................ 0.02835 kilogram (kg) 1 Ton (=2000 lb avoirdupois) ............................................................ 0.9072 Tonne(= 907 kg) 1 Poise .............................................................................................. 0.1 pascal -second (Pa -s) 1 centistoke (cs) ................................................................................ 1 square millimeters per second (mm2/s) ."lt ~, Revised 11/24/10 Contract No. 6001-15SS Page 47 of 107 1 pound force (lbf) ............................................................................. 4.4482 Newton (N) 1 pounds per square inch (psi) ......................................................... 6.8948 Kilopascal (kPa) 1 pound force per foot (lbf/ft) ............................................................. 1.4594 Newton per meter (N/m) 1 foot-pound force (ft-lbf) .................................................................. 1.3558 Joules (J) 1 foot-pound force per second ([ft-lbf]/s) ........................................... 1.3558 Watt (W) 1 part per million (ppm) ..................................................................... 1 milligram/liter (mg/L) Temperature Units and Abbreviations Degree Fahrenheit (°F): .................................................................... Degree Celsius (°C): °F = (1.8 x °C) + 32 ........................................................................... °C = (°F -32)/1.8 SI Units (abbreviation) Commonly Used in Both Systems 1 Ampere (A) 1 Volt (V) 1 Candela ( cd) 1 Lumen (Im) 1 second (s) Common Metric Prefixes kilo (k) ................................................................................................ 103 centi (c) ............................................................................................. 10-2 milli (m) .............................................................................................. 10-3 micro (µ) ............................................................................................ 1 o-6 nano (n) ............................................................................................. 10-9 pico (p) ............................................................................................... 10-12 1-5 SYMBOLS L\ L % ' " I 0 PL CL SL Delta, the central angle or angle between tangents Angle Percent Feet or minutes Inches or seconds Number per or (between words) Degree Property line Centerline Survey line or station line SECTION 2 -SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT. Award and execution of Contract will be as provided for in the Specifications, Instruction to Bidders, or Notice Inviting Bids. 2-2 ASSIGNMENT. No Contract or portion thereof may be assigned without consent of the Board, except that the Contractor may assign money due or which will accrue to it under the Contract. If given written notice, such assignment will be recognized by the Board to the extent permitted by law. Any assignment of money shall be subject to all proper withholdings in favor of the Agency and to all deductions provided for in the Contract. All money withheld, whether -~ "-1 Revised 11/24/1 O Contract No. 6001-158S Page 48 of 107 assigned or not, shall be subject to being used by the Agency for completion of the Work, should the Contractor be in default 2-3 SUBCONTRACTS. 2-3.1 General. Each Bidder shall comply with the Chapter of the Public Contract Code including Sections 4100 through 4113. The following excerpts or summaries of some of the requirements of this Chapter are included below for information: The Bidder shall set forth in the Bid, as provided in 4104: "(a) The name and location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvements, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime contractor's total bid, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the prime contractor's total bid or ten thousand dollars ($10,000), whichever is greater." "(b) The portion of the work which will be done by each such subcontractor under this act. The prime contractor shall list only one subcontractor for each such portion as is defined by the prime contractor in his bid." If the Contractor fails to specify a Subcontractor, or specifies more than one Subcontractor for the same portion of the work to be performed under the Contract (in excess of one-half of 1 percent of the Contractor's total Bid), the Contractor shall be qualified to perform that portion itself, and shall perform that portion itself, except as otherwise provided in the Code. As provided in Section 4107, no Contractor whose Bid is accepted shall substitute any person as Subcontractor in place of thie Subcontractor listed in the original Bid, except for causes and by procedures established in Section 4107.5. This section provides procedures to correct a clerical error in the listing of a Subcontractor. Section 411 0 provides that a Contractor violating any of the provisions of the Chapter violates the Contract and the Board may exercise the option either to cancel the Contract or assess the Contractor a penalty in an amount of not more than 10 percent of the subcontract involved, after a public hearing. Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or deduct an amount equal to 1 0 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor's own organization. The Board shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the Board and shall be notified ten {10) days in advance of the time and location of said hearing. The determination of the City Council shall be final. 2-3.2 Additional Responsibility. The Contractor shall give fulfillment of the Contract and shall keep the Work under its control. ., ~., Revised 11 /24/1 0 Contract No. 6001-15SS personal attention to the Page 49 of 107 The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract, and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or Proposal. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be determined from information submitted by the Contractor, and subject to approval by the Engineer. Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for approval a written statement showing the work to be subcontracted giving the name and business of each Subcontractor and description and value of each portion of the work to be so subcontracted. 2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the Contractor, and the Contractor shall be responsible for their work. 2-4 CONTRACT BONDS. Before execution of the Contract, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted below. Bonds issued by a surety, who is authorized to issue bonds in California, and whose bonding limitation shown in said circular is sufficient to provide bonds in the amount required by the Contract shall be deemed to be approved unless specifically rejected by the Agency. Bonds from all other sureties shall be accompanied by all of the documents enumerated in Code of Civil Procedure 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals. Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hundred percent of the total amount payable by the terms of this contract. Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy, of the un-revoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. " •+' Revised 11/24/10 Contract No. 6001-1 SSS Page 50 of 107 Item Section Title Subject Number 11 304-2.1 General Metal Hand Railings 12 306-2.1 General Jacking Operations 13 306-3.1 General Tunneling Operations 14 306-3.4 Tunnel Supports Tunneling Operations 15 306-6 Remodeling Existing Sewer Polyethylene Liner Installation Facilities 16 306-8 Microtunneling Microtunneling Operations 17 307-4.3 Controller Cabinet Wirinq Diaqrams Traffic Siqnal Construction Working drawings listed above as Items 5, 6, 8, 9, 10, 12, 13, 14 and 16 shall be prepared by a Civil or Structural Engineer registered by the State of California. 2-5.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or assembled products proposed to be incorporated into the Work. Shop drawings required shall be as specified in the Special Provisions. 2-5.3.4 Supporting Information. Supporting information is information required by the Specifications for the purposes of administration of the Contract, analysis for verification of conformance with the Specifications, the operation and maintenance of a manufactured product or system to be constructed as part of the Work, and other information as may be required by the Engineer. Six copies of the supporting information shall be submitted to the Engineer prior to the start of the Work unless otherwise specified in the Special Provisions or directed by the Engineer. Supporting information for systems shall be bound together and include all manufactured items for the system. If resubmittal is not required, three copies will be returned to the Contractor. Supporting information shall consist of the following and is required unless otherwise specified in the Special Provisions: 1) List of Subcontractors per 2-3.2. 2) List of Materials per 4-1 .4. 3) Certifications per 4-1.5. 4) Construction Schedulle per 6-1. 5) Confined Space Entry Program per 7-10.4.4. 6) Concrete mix designs per 201-1.1. 7) Asphalt concrete mix designs per 203-6.1 . 8) Data, including, but not limited to, catalog sheets, manufacturer's brochures, technical bulletins, specifications, diagrams, product samples, and other information necessary to describe a system, product or item. This information is required for irrigation systems, street lighting systems, and traffic signals, and may also be required for any product, manufactured item, or system. 2-5.4 Record Drawings. The Contractor shall provide and. keep up-to-date a complete "as- built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer within ten (10) days of completion of the work. Payment for performing the work required by Section 2-5.4 shall be included considered incidental to the work and no additional payment will be made therefore. 2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the Contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish all materials, equipment, tools, labor, and incidentals necessary to complete the Work. ft "' Revised 11 /24/1 o Contract No. 6001-158S Page 54 of 107 If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. Should any bond become insufficient, the Contractor shall renew the bond within 1 O days after receiving notice from the Agency. Should any Surety at any time be unsatisfactory to the Board, notice will be given the Contractor to that effect. No further payments shall be deemed due or will be made under the contract until a new Surety shall qualify and be accepted by the Board. Changes in the Work or extensions of time, made pursuant to the Contract, shall in no way release the Contractor or Surety from its obligations. Notice of such changes or extensions shall be waived by the Surety. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. The Contractor shall keep at the Work site a copy of the Plans, Contract Documents, and Specifications, to which the Engineer shall have access at all times. The specifications for the work include the General Provisions, project technical specifications, Carlsbad Engineering Standards (CES), Standard Specifications for Public Works Construction, (SSPWC), Part 2 & 3, and the latest supplements thereto, current edition at the time of bid opening as published by the "Greenbook" Committee of Public Works Standards, Inc., hereinafter designated "SSPWC", as amended. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRSD, as issued by the San Diego County Department of Public Works, together with the most recent editions of the City of Carlsbad Engineering Standards and Carlsbad Standard Drawings, as issued by the City of Carlsbad and the Carlsbad Municipal Water District, hereinafter designated as CES and CSD, respectively. The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract Documents are intended to be complementary and cooperative. Anything specified in the Specifications and not shown on the Plans, or shown on the Plans and not specified in the Specifications, shall be as though shown on or specified in both. The Contractor shall ascertain the existence of any conditions affecting the cost of the Work through a reasonable examination of the Work site prior to submitting the Bid. Existing improvements visible at the Work site, for which no specific disposition is made, but which interfere with the completion of the Work, shall be removed and disposed of by the Contractor. The Contractor shall, upon discovering any error or omission in the Plans or Specifications, immediately call it to the attention of the Engineer. 2-5.2 Precedence of Contract Documents. If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1) Permits from other agencies as may be required by law. ,, • ., Revised 11/24/10 Contract No. 6001-153S Page 51 of 107 2) Change orders, whichever occurs last. 3) Contract addenda, whichever occurs last. 4) Contract 5) Carlsbad General Provisions, Technical Specifications, and Supplemental Provisions. 6) Plans. 7) Standards plans. a) City of Carlsbad Standard Drawings. b) Carlsbad Municipal Water District Standard Drawings. c) City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. d) San Diego Area Regional Standard Drawings. e) Traffic Signal Desi~Jn Guidelines and Standards. f) State of California Department of Transportation Standard Plans. g) State of California Department of Transportation Standard Specifications. h) California Manual on Uniform Traffic Control Devices (CA MUTCD). 8) Standard Specifications for Public Works Construction, as amended. 9) Reference Specifications. 10) Manufacturer's Installation Recommendations Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over it1ams 2) through 9) above. Detailed plans and plan views shall have precedence over general plans. 2-5.3 Submittals. 2-5.3.1 General. Submittals shall be provided, at the Contractor's expense, as required in 2-5.3.2, 2-5.3.3 and 2-5.3.4, when required by the Plans or Special Provisions, or when requested by the Engineer. Materials shall neither be furnished nor fabricated, nor shall any work for which submittals are required by performed, before the required submittals have been reviewed and accepted by the Engineer. Neither review nor acceptance of submittals by the Engineer shall relieve the Contractor from responsibility for errors, omissions, or deviations from the Contract Documents, unless such deviations were specifically called to the attention of the Engineer in the letter of transmittal. The Contractor shall be responsible for the correctness of the submittals. The Contractor shall allow a minimum of 20 working days for review of submittals unless otherwise specified in the Special Provisions. Each submittal shall be accompanied by a letter of transmittal. Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g. The label '4-C' would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor's letterhead. The Letter of Transmittal shall contain the following: ..... ~, Revised 11/24/1 0 Contract No. 6001-15SS Page 52 of 107 1) Project title and Agency contract number. 2) Number of complete sets. 3) Contractor's certification statement. 4) Specification section number(s) pertaining to material submitted for review. 5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6) Description of the contents of the submittal. 7) Identification of deviations from the contract documents. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: "I hereby certify that the ( equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval." By: _____________ _ Title: _____________ _ Date: -------------- Company Name: ___________________________ _ 2-5.3.2 Working Drawings. Working drawings are drawings showing details not shown on the Plans which are required to be designed by the Contractor. Working drawings shall be of a size and scale to clearly show all necessary details. Six copies and one reproducible shall be submitted. If no revisions are required, three of the copies will be returned to the Contractor. If revisions are required, the Engineer will return one copy along with the reproducible for resubmission. Upon acceptance, the Engineer will return two of the copies to the Contractor and retain the remaining copies and the reproducible. Working drawings are required in the following sections: lt~Q'l . 1 2 3 4 5 6 7 8 9 10 §~c~!Qry ~urnbElr 7-10.4.1 207-2.5 207-8.4 207-10.2.1 300-3.2 303-1.6.1 303-1.7.1 303-3.1 304-1.1.1 304-1.1.2 0 Revised 11/24/10 TABLE 2-5.3.2 {A) Safety Orders Joints Joints General Cofferdams General General General Shop Drawings Falsework Plans Contract No. 6001-1588 Trench Shoring Reinforced Concrete Pipe Vitrified Clay Pipe Fabricated Steel Pipe Structure Excavation & Backfill Falsework Placing Reinforcement Prestressed Concrete Construction Structural Steel Structural Steel Page 53 of 107 2-7 SUBSURFACE DATA. All soil and test hole data, water table elevations, and soil analyses shown on the drawings or included in the Specifications apply only at the location of the test holes and to the depths indicated. Soil test reports for test holes which have been drilled are available for inspection at the office of the Engineer. Any additional subsurface exploration shall be done by Bidders or the Contractor at their own expense. The indicated elevation of the water table is that which existed on the date when test hole data was determined. It is the Contractor's responsibility to determine and allow for the elevation of groundwater at the date of project construction. A difference in elevation between groundwater shown in soil boring logs and groundwater actually encountered during construction will not be considered as a basis for extra work. 2-8 RIGHT-OF-WAY. !=lights-of-way, easements, or rights-of-entry for the Work will be provided by the Agency. Unless otherwise provided, the Contractor shall make arrangements, pay for, and assume all responsibility for acquiring, using, and disposing of additional work areas and facilities temporarily required. The Contractor shall indemnify and hold the Agency harmless from all claims for damages caused by such actions. 2-9 SURVEYING. 2-9.1 Permanent Survey Markers. The Contractor shall not cover or disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the Contractor shall employ a licensed land surveyor or a registered civil engineer authorized to practice land surveying within the State of California, hereinafter Surveyor, to establish the location of the monument before it is disturbed. The Contractor shall have the monument replaced by the Surveyor no later than thirty (30) days after construction at the site of the replacement is completed. The Surveyor shall file corner record(s) as required by §§ 8772 and 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction o1f the Engineer. 2-9.2 Survey Service. 7rhe Contractor shall hire and pay for the services of a Surveyor, hereinafter Surveyor to perform all work necessary for establishing control, construction staking, records research and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall personally supervise and certify the surveying work. 2-9.2.3 Payment for Survey, Payment for work performed to satisfy the requirements of Sections 2-9.1 through 2-9.2.2 shall be included in the actual bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra work shall include full compensation for attendant survey work and no additional payment will be made. Payment for the replacement of disturbed monuments and the filing of records of survey and/or corner records, including filing fees, shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made. ft ~, Revised 11 /24/1 0 Contract No. 6001-158S Page 55 of 107 2-9.3 Private Engineers. Surveying by private engineers on the Work shall conform to the quality and practice required by the Engineer. 2-9.4 Line and Grade. All work shall conform to the lines, elevations, and grades shown on the Plans. Three consecutive points set on the same slope shall be used together so that any variation from a straight grade can be detected. Any such variation shall be reported to the Engineer. In the absence of such report, the Contractor shall be responsible for any error in the grade of the finished work. Girades for underground conduits will be set at the surface of the ground. The Contractor shall transfer them to the bottom of the trench. 2-10 AUTHORITY OF BOARD AND ENGINEER. The Board has the final authority in all matters affecting the Work. Within the scope of the Contract, the Engineer has the authority to enforce compliance with the Plans and Specifications. The Contractor shall promptly comply with instructions from the Engineer or an authorized representative. The decision of the Engineer is final and binding on all questions relating to: quantities; acceptability of material, equipment, or work; execution, progress or sequence of work; and interpretation of the Plans, Specifications, or other drawings. This shall be precedent to any payment under the Contract, unless otherwise ordered by the Board. 2-10.1 Availability of Records. The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor's or subcontractor's possession pertaining to the work that the Engineer may request. 2°10.2 Audit and Inspection Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor's and its subcontractors performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor's staff and the staff of all subcontractors to this contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor's ongoing business operations. Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. 2-11 INSPECTION. The Work is subject to inspection and approval by the Engineer. The Contractor shall notify the Engineer before noon of the working day before inspection is required. Work shall be done only in the presence of the Engineer, unless otherwise authorized. Any work done without proper inspection will be subject to rejection. The Engineer and any authorized representatives shall at all times have access to the Work during its construction at shops and yards as well as the project site. The Contractor shall provide every reasonable facility for ascertaining that the materials and workmanship are in accordance with these specifications. l\ • ., Revised 11 /24/1 0 Contract No. 6001-158S Page 56 of 107 Inspection of the Work shall not relieve the Contractor of the obligation to fulfill all conditions of the Contract. SECTION 3 -CHANGES IN WORK 3-1 CHANGES REQUESTED BY THE CONTRACTOR. 3-1.1 General. Changes in the Plans and Specifications, requested in writing by the Contractor, which do not materially affect the Work and which are not detrimental to the Work or to the interests of the Agency, may be granted by the Engineer. Nothing herein shall be construed as granting a right to the Contractor to demand acceptance of such changes. 3-1.2 Payment for Changes Requested by the Contractor. If such changes are granted, they shall be made at a reduction in cost or no additional cost to the Agency. 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.1 General. The Agency may change the Plans, Specifications, character of the work, or quantity of work provided the total arithmetic dollar value of all such changes, both additive and deductive, does not exceed 25 percent of the Contract Price. Should it become necessary to exceed this limitation, the change shall be by written Supplemental Agreement between the Contractor and Agency, unh:1ss both parties agree to proceed with the change by Change Order. Change Orders shall be in writing and state the dollar value of the change or established method of payment, any adjustment in contract time of completion, and when negotiated prices are involved, shall provide for the Contractor's signature indicating acceptance. 3-2.2 Payment. 3-2.2.1 Contract Unit Prices. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does not involve substantial change in character of the work from that shown on the Plans or specified in the Specifications, then an adjustment in payment will be made. This adjustment will be based upon the increase or decrease in quantity and the Contract Unit Price. If the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications varies from the Bid quantity by 50 percent or less, payment will be made at the Contract Unit Price. If the actual quantity of said item of work varies from the Bid quantity by more than 50 percent, payment will be made per Section 3-2.2.2 or 3- 2.2.3 as appropriate. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does involve a substantial change in the character of the work from that shown on the Plans or specified in the Specifications, an adjustment in payment will be made per Section 3-2.4 . . , ~+a' Revised 11 /24/1 0 Contract No. 6001-158S Page 57 of 107 3-2.2.2 Increases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications, exceed the Bid quantity by more than 50 percent, payment for the quantity in excess of 150 percent of the Bid quantity will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3. The Extra Work per Section 3-3, basis of payment, shall not include fixed costs. Fixed costs shall be deemed to have been recovered by the Contractor through payment for 150 percent of the Bid quantity at the Contract Unit Price. 3-2.2.3 Decreases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price, and constructed in conformance with the Plans and Specifications, be less than 50 percent of the Bid quantity, an adjustment in payment will not be made unless so requested in writing by the Contractor. If the Contractor so requests, payment wm be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3; however, in no case will payment be less than would be made for the actual quantity at the Contract Unit Price nor more than would be made for 50 percent of the Bid quantity at the Contract Unit Price. 3-2.3 Stipulated Unit Prices. Stipulated Unit Prices are unit prices established by the Agency in the Contract Documents as distinguished from Contract Unit Prices submitted by the Contractor. Stipulated Unit Prices may be used for the adjustment of Contract changes when so specified in the Special Provisions. 3-2.4 Agreed Prices. Agreed Prices are prices for new or unforeseen work, or adjustments in Contract Unit Prices per Section 3-2.2, established by mutual agreement between the Contractor and the Agency. If mutual agreement cannot be reached, the Engineer may direct the Contractor to proceed on the basis of Extra Work in accordance per Section 3-3, except as otherwise specified in Sections 3-2.2.2 and 3-2.2.3. 3.2.4.1 Schedule of Values. Prior to construction, Contractor shall provide a schedule of values for all lump sum bid items that shall be used for the purpose of progress payments. The prices shall be valid for the purpose of change orders to the project. 3.2.5 Eliminated Items. Should any Bid item be eliminated in its entirety, payment will be made to the Contractor for its actual costs incurred in connection with the eliminated item prior to notification in writing from the Engineer so stating its elimination. If material conforming to the Plans and Specifications is ordered by the Contractor for use in the eliminated item prior to the date of notification of elimination by the Engineer, and if the order for that material cannot be canceled, payment will be made to the Contractor for the actual cost of the material. In this case, the material shall become the property of the Agency. Payment will be made to the Contractor for its actual costs for any further handling. If the material is returnable, the material shall be returned and payment will be made to the Contractor for the actual cost of charges made by the supplier for returning the material and for handling by the Contractor. Actual costs, as used herein, shall be computed on the basis of Extra Work per Section 3-3. 3-3 EXTRA WORK. 3-3.1 General. New or unforeseen work will be classified as "extra work" when the Engineer determines that it is not covered by Contract Unit Prices or stipulated unit prices. •"--~, Revised 11/24/10 Contract No. 6001-1588 Page 58 of 107 3-3.2 Payment. 3-3.2.1 General. When th13 price for the extra work cannot be agreed upon, the Agency will pay for the extra work based on the accumulation of costs as provided herein. 3-3.2.2 Basis for Establifihing Costs. (a) Labor. The costs of labor will be the actual cost for wages of workers performing the extra work at the time the extra work is done, plus employer payments of payroll taxes, workers compensation insurance, liability insurance, health and welfare, pension, vacation, apprenticeship funds, and other direct costs, resulting from Federal, State, or local laws, as well as assessments or benefits required by lawful collective bargaining agreements. The use of a labor classification which would increase the extra work cost will not be permitted unless the Contractor establishes the necessity for such additional costs. Labor costs for equipment operators and helpers shall be reported only when such costs are not included in the invoice for equipment rental. The labor cost for foremen shall be proportioned to all of their assigned work and only that applicable to extra work will be paid. Nondirect labor costs, including superintendence, shall be considered part of the markup of Section 3-3.2.3 (a). (b) Materials. The cost of materials reported shall be at invoice or lowest current price at which such materials are locally available and delivered to the job site in the quantities involved, plus sales tax, freight, and delivery. The Agency reserves the rig1ht to approve materials and sources of supply, or to supply materials to the Contractor if necessary for the progress of the Work. No markup shall be applied to any material provided by the Agency. (c) Tool and Equipment Rental. No payment will be made for the use of tools which have a replacement value of $200 or less. Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, "Labor Surcharge and Equipment Rental Rates" published by CALTRANS, current at the time of the actual use of the tool or equipment. The right- of-way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to tlhe Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract. The rental rates paid shall include the cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, and all incidentals. Necessary loading and transportation costs for equipment used on the extra work shall be included. If equipment is used intermittently and, when not in use, could be returned to its rental source at less expense to the Agency than holding it at the Work site, it shall be returned, unless the Contractor elects to keep it at the Work site, at no expense to the Agency. All equipment shall be acceptable to the Engineer, in good working condition, and suitable for the purpose for which it is to be used. Manufacturer's ratings and approved modifications shall be " •'7 Revised 11 /24/1 0 Contract No. 6001-15SS Page 59 of 107 used to classify equipment and it shall be powered by a unit of at least the minimum rating recommended by the manufacturer. The reported rental time for equipment already at the Work site shall be the duration of its use on the extra work. This time begins when equipment is first put into actual operation on the extra work, plus the time required to move it from its previous site and back, or to a closer site. (d) Other Items. The Agency may authorize other items which may be required on the extra work, including labor, services, material, and equipment. These items must be different in their nature from those required for the Work, and be of a type not ordinarily available from the Contractor or Subcontractors. Invoices covering all such items in detail shall be submitted with the request for payment. (e) Invoices. Vendors' invoices for material, equipment rental and other expenditures shall be submitted with the request for payment. If the request for payment is not substantiated by invoices or other documentation, the Agency may establish the cost of the item involved at the lowest price which was current at the time of the report. 3-3.2.3 Markup. (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ................................... 20 2) Materials . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 15 3) Equipment Rental ................... 15 4) Other Items and Expenditures .. 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 1 O percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor. When the price for the extra work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other services and expenditures when authorized. Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. Failure to submit the daily report by the close of the next working day may waive any rights for that day. An attempt shall be made to reconcile the report daily, and it shall be signed by the Engineer and the Contractor. In the event of disagreement, pertinent notes shall be entered by each party to explain points which cannot be resolved immediately. Each party shall retain a signed copy of the report. Reports by Subcontractors or others shall be submitted through the Contractor. The report shall: 1. Show names of workers, classifications, and hours worked. 2. Describe and list quantities of materials used. ft ~, Revised 11/24/10 Contract No. 6001-15SS Page 60 of 107 3. Show type of equipment, size, identification number, and hours of operation, including loading and transportation, if applicable. 4. Describe other services and expenditures in such detail as the Agency may require. 3-4 CHANGED CONDITIONS. The Contractor shall promptly notify the Engineer of the following Work site conditions (hereinafter called changed conditions), in writing, upon their discovery and before they are disturbed: 1. Subsurface or latent physical conditions differing materially from those represented in the Contract; 2. Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generaliy recognized as inherent in work of the character being performed; and 3. Material differing from that represented in the Contract which the Contractor believes may be hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class Ill disposal site in accordance with provisions of existing law. The Engineer will promptly investigate conditions which appear to be changed conditions. If the Engineer determines that conditions are changed conditions and they will materially affect performance time, the Contractor, upon submitting a written request, will be granted an extension of time subject to the provisions of 6-6. If the Engineer determines that the conditions do not justify an adjustment in compensation, the Contractor will be notified in writing. This notice will also advise the Contractor of its obligation to notify the Engineer in writing if the Contractor disagrees. The Contractor's failure to ~Jive notice of changed conditions promptly upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall not be t:mtitled to the payment of any additional compensation for any act, or failure to act, by the Enginieer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any daim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor's failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the City with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655. ft '-J Revised 11/24/10 Contract No. 6001-158S Page 61 of 107 "The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code Sections 12650-12655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City's proposed final estimate in order for it to be further considered." By: _______________ _ Title: _____________ _ Date: --------------- Company Name: ___________________________ _ The Contractor's estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. If the contractor and the agency are unable to reach agreement on disputed work, the Agency may direct the contractor to proceed with the work. Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Construction Manager 3. Deputy City Engineer, Construction Management & Inspection 4. City Engineer 5. City Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 1 0 working days of receipt of said claim or appeal of claim, review the Contractor's report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the City will provide its position within 10 working days of receipt of said additional information or Contractor's presentation of its report. The Contractor may appeal each level's position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. ~, ~., Revised 11/24/10 Contract No. 6001-158S Page 62 of 107 The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below: ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 ( commencing with Section 10240) of Chapter 1 of Part 2. (b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separaite demand by the contractor for (A) a time extension, (8) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subjrect to this article, the following requirements apply: (a) The claim shall be in wrilting and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. ft ~, Revised 11/24/10 Contract No. 6001-158S Page 63 of 107 (c)(1) For claims of over fifty thousand dollars ($50,000} and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. ( d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article ., f..,-Revised 11/24/10 Contract No. 6001-1 SSS Page 64 of 107 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceedi111g brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.!5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de nova but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherv11ise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or jud!Jment. The interest shall begin to accrue on the date the suit is filed in a court of law. Although not to be construE~d as proceeding under extra work provisions, the Contractor shall keep and furnish records of disputed work in accordance with Section 3-3. SECTION 4 -CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.1. General. All materials, parts, and equipment furnished by the Contractor in the Work shall be new, high grade, and free from defects. Quality of work shall be in accordance with the generally accepted standards. Material and work quality shall be subject to the Engineer's approval. Materials and work quality not conforming to the requirements of the Specifications shall be considered defective and wm be subject to rejection. Defective work or material, whether in place or not, shall be removed immediately from the site by the Contractor, at its expense, when so directed by the Engineer. If the Contractor fails to replace any defective or damaged work or material after reasonable notice, the Engineer may caiuse such work or materials to be replaced. The replacement expense will be deducted from the amount to be paid to the Contractor. " •+' Revised 11/24/10 Contract No. 6001-158S Page 65 of 107 Used or secondhand materials, parts, and equipment may be used only if permitted by the Specifications. 4-1.2 Protection of Work and Materials. The Contractor shall provide and maintain storage facilities and employ such measures as will preserve the specified quality and fitness of materials to be used in the Work. Stored materials shall be reasonably accessible for inspection. The Contractor shall also adequately protect new and existing work and all items of equipment for the duration of the Contract. The Contractor shall not, without the Agency's consent, assign, sell, mortgage, hypothecate, or remove equipment or materials which have been installed or delivered and which may be necessary for the completion of the Contract. 4-1.3 Inspection Requirements. 4-1.3.1 General. Unless otherwise specified, inspection is required at the source for such typical materials and fabricated items as bituminous paving mixtures, structural concrete, metal fabrication, metal casting, welding, concrete pipe manufacture, protective coating application, and similar shop or plant operations. Steel pipe in sizes less than 18 inches and vitrified clay and cast iron pipe in all sizes are acceptable upon certification as to compliance with the Specifications, subject to sampling and testing by the Agency. Standard items of equipment such as electric motors, conveyors, elevators, plumbing fixtures, etc., are subject to inspection at the job site only. Special items of equipment such as designed electrical panel boards, large pumps, sewage plant equipment, etc., are subject to inspection at the source, normally only for performance testing. The Specifications may require inspection at the source for other items not typical of those listed in this section. The Contractor shall provide the Engineer free and sate access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to purchase materials, fabricated products, or equipment from sources located more than 50 miles outside the geographical limits of the Agency, an inspector or accredited testing laboratory (approved by the Engineer), shall be engaged by the Contractor at its expense, to inspect the materials, equipment or process. This approval shall be obtained before producing any material or equipment. The inspector or representative of the testing laboratory shall judge the materials by the requirements of the Plans and Specifications. The Contractor shall forward reports required by the Engineer. No material or equipment shall be shipped nor shall any processing, fabrication or treatment of such materials be done without proper inspection by the approved agent. Approval by said agent shall not relieve the Contractor of responsibility for complying with the Contract requirements. l\ • ., Revised 11 /24/1 0 Contract No. 6001-15SS Page 66 of 107 4-1.3.3 Inspection by the Agency. The Agency will provide all inspection and testing laboratory services within 50 miles of the geographical limits of the Agency. For private contracts, all costs of inspection at the source, including salaries and mileage costs, shall be paid by the permittee. 4-1.4 Test of Material. Before incorporation in the Work, the Contractor shall submit samples of materials, as the Enginreer may require, at no cost to the Agency. The Contractor, at its expense, shall deliver the materials for testing to the place and at the time designated by the Engineer. Unless otherwise provided, all initial testing will be performed under the direction of the Engineer, and at no expense to the Contractor. If the Contractor is to provide and pay for testing, it will be stated in the Speci1iications. For private contracts, the testing expense shall be borne by the permittee. The Contractor shall notify the Engineer in writing, at least 15 days in advance, of its intention to use materials for which tests are specified, to allow sufficient time to perform the tests. The notice shall name the proposed sU1pplier and source of material. If the notice of intent to use is sent before the materials are available for testing or inspection, or is sent so far in advance that the materials on hand at the time will not last but will be replaced by a new lot prior to use on the Work, it will be the Contractor's responsibility to renotify the Engineer when samples which are representative may be obtained. Except as specified in these Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications, Technical Specification, and any Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineeir, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during th,eir preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor's expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. 4-1.5 Certification. The Engineer may waive materials testing requirements of the Specifications and accept the manufacturer's written certification that the materials to be supplied meet those requirements. Material test data may be required as part of the certification. 4-1.6 Trade Names or !Equals. The Contractor may supply any of the materials specified or offer an equivalent. The Engineer shall determine whether the material offered is equivalent to that specified. Adequate time shall be allowed for the Engineer to make this determination. Whenever any particular material, process, or equipment is indicated by patent, proprietary or brand name, or by name of manufacturer, such wording is used for the purpose of facilitating its description and shall be de,emed to be followed by the words or equal. A listing of materials is not intended to be comprehensive, or in order of preference. The Contractor may offer any ft ~, Revised 11/24/10 Contract No. 6001-15SS Page 67 of 107 material, process, or equipment considered to be equivalent to that indicated. The substantiation of offers shall be submitted as provided in the contract documents. The Contractor shall, at its expense, furnish data concerning items offered by it as equivalent to those specified. The Contractor shall have the material tested as required by the Engineer to determine that the quality, strength, physical, chemical, or other characteristics, including durability, finish, efficiency, dimensions, service, and suitability are such that the item will fulfill its intended function. Test methods shall be subject to the approval of the Engineer. Test results shall be reported promptly to the Engineer, who will evaluate the results and determine if the substitute item is equivalent. The Engineer's findings shall be final. Installation and use of a substitute item shall not be made until approved by the Engineer. If a substitute offered by the Contractor is not found to be equal to the specified material, the Contractor shall furnish and install the specified material. The specified Contract completion time shall not be affected by any circumstance developing from the provisions of this section. The Contractor is responsible for the satisfactory pertormance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in pertormance, appearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. 4-1.7 Weighing and Metering Equipment. All scales and metering equipment used for proportioning materials shall be inspected for accuracy and certified within the past 12 months by the State of California Bureau of Weights and Measures, by the County Director or Sealer of Weights and Measures, or by a scale mechanic registered with or licensed by the County. Tlhe accuracy of the work of a scale service agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regulations pertaining to weighing devices. A certificate of compliance shall be presented, prior to operation, to the Engineer for approval and shall be renewed whenever required by the Engineer at no cost to the Agency. All scales shall be arranged so they may be read easily from the operator's platform or area. They shall indicate the true net weight without the application of any factor. The figures of the scales shall be clearly legible. Scales shall be accurate to within 1 percent when tested with the plant shut down. Weighing equipment shall be so insulated against vibration or moving of other operating equipment in the plant area that the error in weighing with the entire plant running will not exceed 2 percent for any setting nor 1.5 percent for any batch. 4-1.8 Calibration of Testing Equipment. Testing equipment, such as, but not limited to pressure gages, metering devices, hydraulic systems, force (load) measuring instruments, and strain-measuring devices shall be calibrated by a testing agency acceptable to the Engineer at intervals not to exceed 12 months and following repairs, modification, or relocation of the equipment. Calibration certificates shall be provided when requested by the Engineer . . ~ ~, Revised 11 /24/1 0 Contract No. 6001-1 SSS Page 68 of 107 4-1.9 Construction Ma1terials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materials, Bituminous Materials, Rock Products, and Modified Asphalts). In the interest of safety and public value, whenever credible evidence arises to contradict the test values of materials, the Agency and the Contractor will initiate an immediate and cooperative investigation. Test values of materials are results of the materials' tests, as defined by these Specifications or by the special provisions, required to accept the Work. Credible evidence is process observations or test values gathered using industry accepted practices. A contradiction exists whenever test values or process observations of the same or similar materials are diverse enough such that the work acceptance or performance becomes suspect. The investigation shall allow access to all test results, procedures, and facilities relevant to the disputed work and consider all available information and, when necessary, gather new and additional information in an attempt to determine the validity, the cause, and if necessary, the remedy to the contradiction. If tlhe cooperative investigation reaches any resolution mechanism acceptable to both the Agency and the Contractor, the contradiction shall be considered resolved and the cooperative investigation concluded. Whenever the cooperative investigation is unable to reach resolution, the investigation may then either conclude without resolution or continue by written notification of one party to the other requesting the implementation of a resolution process by committee. The continuance of the investigation shall be contingent upon recipient's agreement and acknowledgt:1d in writing within 3 calendar days after receiving a request. Without acknowledgement, the investigation shall conclude without resolution. The committee shall consist of three State of California Registered Civil Engineers. Within 7 calendar days after the written request notification, the Agency and the Contractor will each select one engineer. Within 14 calendar days of the written request notification, the two selected engineers will select a third engineer. The goal in selection of the third member is to complement the professional experience of the first two engineers. Should the two engineers fail to select the third engineer, the Agency and the Contractor shall each propose 2 engineers to be the third member within 21 calendar days after the written request notification. The first two engineers previously selected shall then select one of the four proposed engineers in a blind draw. The committee shall be a continuance of the cooperative investigation and will re-consider all available information and if necessary gather new and additional information to determine the validity, the cause, and if necessary, the remedy to the contradiction. The committee will focus upon the performance adequacy of the material(s) using standard engineering principles and practices and to ensure public value, the committee may provide engineering recommendations as necessary. Unless otherwise agreed, the committee will have 30 calendar days from its formation to complete their review and submit their findings. The final resolution of the committee shall be by majority opinion, in writing, stamped and signed. Should the final resolution not be unanimous, the dissenter may attach a written, stamped, and signed minority opinion. Once started, the resolution process by committee shall continue to full conclusion unless: 1. Within 7 days of the formation of the committee, the Agency and the Contractor reach an acceptable resolution mechanism; or 2. Within 14 days of the formation of the committee, the initiating party withdraws its written notification and agrees to bear all investigative related costs thus far incurred; or 3. At any point by the mutual agreement of the Agency and the Contractor. Unless otherwise agreed, the Contractor shall bear and maintain a record for all the investigative costs until resolution. Should the investigation discover assignable causes for the contradiction, the assignable party, the Agency or the Contractor, shall bear all costs associated with the investigation. Should assignable causes for the contradiction extended to both parties, the investigation will assign costs cooperatively with each party or when necessary, equally. Should ., ~----"~, Revised 11724/101---------P-om~o. ~60~0!:!:1::::J-1t:::!5~S~S--------___cP_ga1g!:l-"e;;__,6~9~ol!...f _,,10'!-'-7.__ ___ _ the investigation substantiate a contradiction without assignable cause, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation be unable to substantiate a contradiction, the initiator of the investigation shall bear all investigative costs. All claim notification requirements of the contract pertaining to the contradiction shall be suspended until the investigation is concluded. 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in Section 6-7.2, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency's boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor's responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. SECTION 5 -UTILITIES 5-1 LOCATION. The Agency and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. Where underground main distribution conduits such as water, gas, sewer, electric power, telephone, or cable television are shown on the Plans, the Contractor shall assume that every property parcel will be served by a service connection for each type of utility. As provided 'in Section 4216 of the California Government Code, at least 2 working days prior to commencing any excavation, the Contractor shall contact the regional notification center (Underground Service Alert of Southern California) and obtain an inquiry identification number. The California Department of Transportation is not required by Section 4216 to become a member of the regional notification center. The Contractor shall contact it for location of its subsurface installations. The Contractor shall determine the location and depth of all utilities, including service connections, which have been marked by the respective owners and which may affect or be affected by its .~ ~, Revised 11/24/10 Contract No. 6001-158S Page 70 of 107 operations. If no pay item is provided in the Contract for this work, full compensation for such work shall be considered as included in the prices bid for other items of work. 5-2 PROTECTION. The Contractor shall not interrupt the service function or disturb the support of any utility without authority from the owner or order from the Agency. All valves, switches, vaults, and meters shall be maintained readily accessible for emergency shutoff. Where protection is required to ensure support of utilities located as shown on the Plans or in accordance with Section 5-1, the Contractor shall, unless otherwise provided, furnish and place the necessary protection at its expense. Upon learning of the existence and location of any utility omitted from or shown incorrectly on the Plans, the Contractor shall immediately notify the Engineer in writing. When authorized by the Engineer, support or protection of the utility will be paid for as provided in Section 3-2.2.3 or 3-3. The Contractor shall immediately notify the Engineer and the utility owner if any utility is disturbed or damaged. The Contractor shall bear the costs of repair or replacement of any utility damaged if located as noted in Section 5-1 . When placing concrete around or contiguous to any non-metallic utility installation, the Contractor shall at its expense: 1. Furnish and install a 2 inch cushion of expansion joint material or other similar resilient material; or 2. Provide a sleeve or other opening which will result in a 2 inch minimum-clear annular space between the concrete and the utility; or 3. Provide other acceptable means to prevent embedment in or bonding to the concrete. Where concrete is used for !backfill or for structures which would result in embedment, or partial embedment, of a metallic utility installation; or where the coating, bedding or other cathodic protection system is exposed or damaged by the Contractor's operations, the Contractor shall notify the Engineer and arrange to secure the advice of the affected utility owner regarding the procedures required to maintain or restore the integrity of the system. 5-3 REMOVAL. Unless otherwise specified, the Contractor shall remove all interfering portions of utilities shown on the Plans or indicated in the Bid documents as "abandoned" or "to be abandoned in place". Before starting removal operations, the Contractor shall ascertain from the Agency whether the abandonment is complete, and the costs involved in the removal and disposal shall be included in the Bid for the items of work necessitating such removals. 5-4 RELOCATION. When feasible, the owners responsible for utilities within the area affected by the Work will complete their necessary installations, relocations, repairs, or replacements before commencement of work by the Contractor. When the Plans or Specifications indicate that a utility installation is to be relocated, altered, or constructed by others, the Agency will conduct all negotiations with the owners and work will be done at no cost to the Contractor, except for manhole frame and cover sets to be brought to grade. Utilities which are relocated in order to avoid interference shall be protected in their position and the cost of such protection shall be included in the Bid for the items of work necessitating such relocation. " • ., Revised 11/24/10 Contract No. 6001-1588 Page 71 of 107 After award of the Contract, portions of utilities which are found to interfere with the Work will be relocated, altered or reconstructed by the owners, or the Engineer may order changes in the Work to avoid interference. Such changes will be paid for in accordance with Section 3-2. When the Plans or Specifications provide for the Contractor to alter, relocate, or reconstruct a utility, all costs for such work shall be included in the Bid for the items of work necessitating such work. Temporary or permanent relocation or alteration of utilities requested by the Contractor for its convenience shall be its responsibility and it shall make all arrangements and bear all costs. The utility owner will relocate service connections as necessary within the limits of the Work or within temporary construction or slope easements. When directed by the Engineer, the Contractor shall arrange for the relocation of service connections as necessary between the meter and property line, or between a meter and the limits of temporary construction or slope easements. The relocation of such service connections will be paid for in accordance with provisions of Section 3-3. Payment will include the restoration of all existing improvements which may be affected thereby. The Contractor may agree with the owner of any utility to disconnect and reconnect interfering service connections. The Agency will not be involved in any such agreement. In conformance with Section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer's approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor's convenience and no additional compensation will be allowed therefore or for additional work, materials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 5-5 DELAYS. The Contractor shall notify the Engineer of its construction schedule insofar as it affects the protection, removal, or relocation of utilities. Said notification shall be included as a part of the construction schedule required in Section 6-1. The Contractor shall notify the Engineer in writing of any subsequent changes in the construction schedule which will affect the time available for protection, removal, or relocation of utilities. The Contractor will not be entitled to damages or additional payment for delays attributable to utility relocations or alterations if correctly located, noted, and completed in accordance with Section 5-1 . The Contractor may be given an extension of time for unforeseen delays attributable to unreasonably protracted interference by utilities in performing work correctly shown on the Plans. The Agency will assume responsibility for the timely removal, relocation, or protection of existing main or trunkline utility facilities within the area affected by the Work if such utilities are not identified in the Contract Documents. The Contractor will not be assessed liquidated damages for A • ., Revised 11/24/10 Contract No. 6001-1 SSS Page 72 of 107 any delay caused by failure of Agency to provide for the timely removal, relocation, or protection of such existing facilities. If the Contractor sustains loss due to delays attributable to interferences, relocations, or alterations not covered by Section 5-1, which could not have been avoided by the judicious handling of forces, equipment, or plant, there shall be paid to the Contractor such amount as the Engineer may find to be fair and reasonable compensation for such part of the Contractor's actual loss as was unavoidable and the Contractor may be granted an extension of time. 5-6 COOPERATION. When necessary, the Contractor shall so conduct its operations as to permit access to the Work site and provide time for utility work to be accomplished during the progress of the Work. SECTION 6 -PROSECUTION, PROGRESS, ANID ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within seven (7) calendar days after receipt of the "Notice to Proceed". 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor's management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor's responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per Section 6-4. No separate payment will be made for the Contractor's attendance at the meeting. The notice to proceed will only be issued on or after the completion of the preconstruction meeUng. 6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule per the submittal requirements of Section 2-5.3. The submittal of the Baseline Construction Scheidule shall include each item and element of Sections 6-1.2 through 6-1.2.9 and shall be on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media. 6-1.2 Preparation and Review of the Baseline Construction Schedule. The Contractor shall prepare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the precedence diagram method (activity-on-node) format. The Baseline Construction Schedule shall depict a workable plan showing the sequence, duration, and interdependence of all activities required to represent the complete performance of all project work as well as periods where work is precluded. The Baseline Construction Schedule shall begin with the projected date of issuance of the notice to proceed ancl conclude with the date of final completion per the contract duration. The Baseline Construction Schedule shall include detail of all project phasing, staging, and sequencing, including all milestones necessary to define beginning and ending of each phase or stage. ,, • ., Revised 11/24/10 Contract No. 6001-158S Page 73 of 107 6-1.2.1 Time-Scaled Network Diagram. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a complete time-scaled network diagram showing all of the activities, logic relationships, and milestones comprising the schedule. 6-1.2.2 Tabular Listing. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a tabular listing of all of the activities, showing for each activity the identification number, the description, the duration, the early start, the early finish, the late start, the late finish, the total float, and all predecessor and successor activities for the activity described. 6-1.2.3 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing . texture patterns or distinctive line types to show the critical path. 6-1.2.5 Schedule Activities. Except for submittal activities, activity durations shall not be shorter than 1 working day nor longer than 15 working days, unless specifically and individually allowed by the Engineer. The Baseline Construction Schedule shall include between 100 and 500 activities, including submittals, interfaces between utility companies and other agencies, project milestones and equipment and material deliveries. The number of activities will be sufficient, in the judgment of the Engineer, to communicate the Contractor's plan for project execution, to accurately describe the project work, and to allow monitoring and evaluation of progress and of time impacts. Each activity's description shall accurately define the work planned for the activity and each activity shall have recognizable beginning and end points. 6-1.2.6 Float. Float or slack time within the schedule is available without charge or compensation to whatever party or contingency first exhausts it. 6-1.2.7 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency supplied materials, equipment, or services, which may impact any activity's construction shall be shown as a restraint to those activities. Time periods to accommodate the review and correction of submittals shall be included in the schedule. 6-1.2.8 Late Completion. A Baseline Construction Schedule showing a project duration longer than the specified contract duration will not be acceptable and will be grounds for determination of default by Contractor, per Section 6-4. 6-1.2.9 Early Completion. The Baseline Construction Schedule will show the Contractor's plan to support and maintain the project for the entire contractual time span of the project. Should the Contractor propose a project duration shorter than contract duration, a complete Baseline Construction Schedule must be submitted, reflecting the shorter duration, in complete accordance with all schedule requirements of Section 6-1. The Engineer may choose to accept the Contractor's proposal of a project duration shorter than the duration specified; provided the Agency is satisfied the shortened Baseline Construction Schedule is reasonable and the Agency and all other entities, public and private, which interface with the project are able to support the provisions of the shortened Baseline Construction Schedule. The Agency's acceptance of a shortened duration project will be confirmed through the execution of a contract change order revising the project duration and implementing all contractual requirements including liquidated damages in accordance with the revised duration. 6-1.2.10 Engineer's Review. The Construction Schedule is subject to the review of the Engineer. The Engineer's determination that the Baseline Construction Schedule proposed by the " •+' Revised 11/24/10 Contract No. 6001-15SS Page 74 of 107 Contractor complies with th13 requirements of these supplemental provisions shall be a condition precedent to issuance of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction Schedule ctoes not meet the requirements of these specifications the Contractor shall correct the Construction Schedule to meet these specifications and resubmit it to the Engineer. Failure of the Contractor to obtain the Engineer's determination that the initial Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions within thirty (30) working days after the date of the preconstruction meeting shall be grounds for termination of the contract per Section 6-4. Days used by the Engineer to review the initial Construction Schedule will not be included in the 30 working days. The Engineer will review and return to the Contractor, with any comments, the Construction Schedule within 15 working days of submittal. 6-1.2.10.1 "Accepted." The Contractor may proceed with the project work upon issuance of the Notice to Proceed, and will receive payment for the schedule in accordance with Section 6-1.8.1. 6-1.2.10.2 "Accepted with Comments." The Contractor may proceed with the project work upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the comments prior to receipt of payment per Section 6-1.8.1. 6-1.2.10.3 "Not Accepted.," The Contractor must resubmit the schedule incorporating the corrections and changes of the comments prior to receipt of payment per Section 6-1 .8.1. The Notice to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" or "Accepted with Comments" by the Engineer. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" by the Engineer. 6-1.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the Engineer during the last week of each month to agree upon each activity's schedule status and shall submit monthly updates of the Baseline Construction Schedule confirming the agreements no later than the fifth working day of the following month. The monthly update will be submitted on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media per the submittal requirements of Section 2-5.3 and will include each item and element of Sections 6-1.2 through 6-1.2.9 and 6-1.3.1 through 6-1.3.7. 6-1.3.1 Actual Activity Dates. The actual dates each activity was started and/or completed during the month. After first reporting an actual date, the Contractor shall not change that actual date in later updates without specific notification to the Engineer with the update. 6-1.3.2 Activity Percent Complete. For each activity underway at the end of the month, the Contractor shall report the percentage determined by the Engineer as complete for the activity. 6-1.3.3 Electronic Media. The schedule data disk shall be a CD-ROM, labeled with the project name and number, the Contractor's name and the date of preparation of the schedule data disk. The schedule data disk shall be readable by the software specified in Section 6-1.2.4 "Schedule Software" and shall be free of file locking, encryption or any other protocol that would impede full access of all data stored on it. 6-1.3.4 List of Changes. A list of all changes made to the activities or to the interconnecting logic, with an explanation fair each change. ,, •+' Revised 11/24/10 Contract No. 6001-1 SSS Page 75 of 107 6-1.3.5 Change Orders. Each monthly update will include the addition of the network revisions reflecting the change orders approved in the previous month. The network revisions will be as agreed upon during the review and acceptance of the Contractor's change orders. 6-1.3.6 Bar Chart. Each monthly update will include a bar chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.4 Engineer's Review of Updated Construction Schedule. The Engineer will review and return the Updated Construction Schedule to the Contractor, with any comments, within 5 working days of submittal. The Updated Construction Schedule will be returned marked as per Sections 6-1 .4.1 through 6-1.4.3. Any Updated Construction Schedule marked "Accepted with Comments" or "Not Accepted" by the Engineer will be returned to the Contractor for correction. Upon resubmittal the Engineer will review and return the resubmitted Updated Construction Schedule to the Contractor, with any comments, within 5 working days. Failure of the Contractor to submit a monthly updated construction schedule will invoke the same consequences as the Engineer returning a monthly updated construction schedule marked "Not Accepted". 6-1.4.1 "Accepted." The Contractor may proceed with the project work, and will receive payment for the schedule in accordance with Section 6-1.8.2. 6-1.4.2 "Accepted with Comments." The Contractor may proceed with the project work. The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. 6-1.4.3 "Not Accepted." The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted and marked "Accepted" by the Engineer before the last day of the month in which the Updated Construction Schedule is due. If the Contractor fails to submit the corrected Updated Construction Schedule as required herein the Contractor may elect to proceed with the project at its own risk. Should the Contractor elect not to proceed with the project, any resulting delay, impact, or disruption to the project will be the Contractor's responsibility. 6-1.5 Late Completion or Milestone Dates. Should the Schedule Update indicate a completion or contractually required milestone date later than the properly adjusted contract or milestone duration, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent "Accepted" Schedule Update remove all or a portion of the delay, all or the allocated portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor immediately following the "Accepted" schedule. 6-1.6 Interim Revisions. Should the actual or projected progress of the work become substantially different from that depicted in the Project Schedule, independently of and prior to the next monthly update, the Contractor will submit a revised Baseline Construction Schedule, with a list and explanation of each change made to the schedule. The Revised Construction Schedule will be submitted per the submittal requirements of Section 2-5.3 and per the schedule review and acceptance requirements of Section 6-1, including but not limited to the acceptance and payment ...... f.J Revised 11/24/10 Contract No. 6001-1 SSS Page 76 of 107 provisions. As used in this section "substantially different" means a time variance greater than 5 percent of the number of days of duration for the project. 6-1.7 Final Schedule Update. The Contractor shall prepare and submit a final schedule update when one hundred percent of the construction work is completed. The Contractor's Final Schedule Update must accuirately represent the actual dates for all activities. The final schedule update shall be prepared and reviewed per Sections 6-1.3 Preparation of Schedule Updates and Revisions and 6-1. 4 Engineer's Review of Updated Construction Schedule. Acceptance of the final schedule update is required for completion of the project and release of any and all funds retained per Section 9-3.2. 6-1.8 Measurement andl Payment of Construction Schedule. The Contractor's preparation, revision and maintenance of the Construction Schedule are incidental to the work and no separate payment will be made therefore. 6-2 PROSECUTION OF WORK. To minimize public inconvenience and possible hazard and to restore street and other work areas to their original condition and state of usefulness as soon as practicable, the Contractor shall diligently prosecute the Work to completion. If the Engineer determines that the Contractor is failing to prosecute the Work to the proper extent, the Contractor shall, upon orders from the Engineer, immediately take steps to remedy the situation. All costs of prosecuting the Work as described herein shall be included in the Contractor's Bid. Should the Contractor fail to take the necessary steps to fully accomplish said purposes, after orders of the Engineer, the Engineer may suspend the work in whole or part, until the Contractor takes said steps. As soon as possible under the provisions of the Specifications, the Contractor shall backfill all excavations and restore to usefulness an improvements existing prior to the start of the Work. If Work is suspended through no fault of the Agency, all expenses and losses incurred by the Contractor during such suspensions shall be borne by the Contractor. If the Contractor fails to properly provide for public safety, traffic, and protection of the Work during periods of suspension, the Agency may elect to do so, and deduct the cost thereof from monies due the Contractor. Such actions will not relieve the Contractor from liability. 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown in the contract documents and as specified in the Specifications. 6-2.3 Project Meetings .. The Engineer will establish the time and location of Project Meetings whenever necessary. The Contractor's Representative shall attend each Project Meeting. The Project Representative shall be the individual determined under Section 7-6, "The Contractor's Representative". No separate payment for attendance of the Contractor, the Contractor's Representative or any other employee or subcontractor or subcontractor's employee at these meetings will be made. 6-3 SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or in part when determined by the Engineer that the suspension is necessary in the interest of the Agency. The Contractor shall ,, tF Revised 11/24/10 Contract No. 6001-15SS Page 77 of 107 comply immediately with any written order of the Engineer. Such suspension shall be without liability to the Contractor on the part of the Agency except as otherwise specified in Section 6-6.3. 6-3.2 Archaeological and Paleontological Discoveries. If discovery is made of items of archaeological or paleontological interest, the Contractor shall immediately cease excavation in the area of discovery and shall not continue until ordered by the Engineer. When resumed, excavation operations within the area of discovery shall be as directed by the Engineer. Discoveries which may be encountered may include, but not be limited to, dwelling sites, stone implements or other artifacts, animal bones, human bones, and fossils. The Contractor shall be entitled to an extension of time and compensation in accordance with the provisions of Section 6-6. 6-4 DEFAULT BY CONTRACTOR. If the Contractor fails to begin delivery of material and equipment, to commence the Work within the time specified, to maintain the rate of delivery of material, to execute the Work in the manner and at such locations as specified, or fails to maintain the Work schedule which will insure the Agency's interest, or, if the Contractor is not carrying out the intent of the Contract, the Agency may serve written notice upon the Contractor and the Surety on its Faithful Performance Bond demanding satisfactory compliance with the Contract. The Contract may be canceled by the Board without liability for damage, when in the Board's opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or subcontracted any part of the Work without the Board's consent. In the event of such cancellation, the Contractor will be paid the actual amount due based on Contract Unit Prices or lump sums bid and the quantity of the Work completed at the time of cancellation, less damages caused to the Agency by acts of the Contractor. The Contractor, in having tendered a Bid, shall be deemed to have waived any and all claims for damages because of cancellation of Contract for any such reason. If the Agency declares the Contract canceled for any of the above reasons, written notice to that effect shall be served upon the Surety. The Surety shall, within five (5) days, assume control and perform the Work as successor to the Contractor. If the Surety assumes any part of the Work, it shall take the Contractor's place in all respects for that part, and shall be paid by the Agency for all work performed by it in accordance with the Contract. If the Surety assumes the entire Contract, all money due the Contractor at the time of its default shall be payable to the Surety as the Work progresses, subject to the terms of the Contract. If the Surety does not assume control and perform the Work within 5 days after receiving notice of cancellation, or fails to continue to comply, the Agency may exclude the Surety from the premises. The Agency may then take possession of all material and equipment and complete the Work by Agency forces, by letting the unfinished Work to another Contractor, or by a combination of such methods. In any event, the cost of completing the Work shall be charged against the Contractor and its Surety and may be deducted from any money due or becoming due from the Agency. If the sums due under the Contract are insufficient for completion, the Contractor or Surety shall pay to the Agency within 5 days after the completion, all costs in excess of the sums due. The provisions of this section shall be in addition to all other rights and remedies available to the Agency under law . ..... \iJ Revised 11/24/10 Contract No. 6001-15SS Page 78 of 107 6-5 TERMINATION OF CONTRACT. The Board may terminate the Contract at its own discretion or when conditions encountered during the Work make it impossible or impracticable to proceed, or when the Agency is prevented from proceeding with the Contract by act of God, by law, or by official action of a public authority. 6-6 DELAYS AND EXlrENSIONS OF TIME. 6-6.1 General. If delays are caused by unforeseen events beyond the control of the Contractor, such delays will entitle the Contractor to an extension of time as provided herein, but the Contractor will not be entitled to damages or additional payment due to such delays, except as provided in 6-6.3. Such unforeseen events may include: war, government regulations, labor disputes, strikes, fires, floods, adverse weather or elements necessitating cessation of work, inability to obtain materials, labor or equipment, required extra work, or other specific events as may be further described in the Specifications. No extension of time will be granted for a delay caused by the Contractor's inability to obtain materials unless the Contractor furnishes to the Engineer documentary proof. The proof must be provided in a timely manner in accordance with the sequence of the Contractor's operations and the approved construction schedule. If delays beyond the Contractor's control are caused by events other than those mentioned above, the Engineer may deem an extension of time to be in the best interests of the Agency. The Contractor will not be entitled to damages or additional payment due to such delays, except as provided in Section 6-6.3. If delays beyond the Contractor's control are caused solely by action or inaction by the Agency, such delays will entitle the Contractor to an extension of time as provided in Section 6-6.2. 6-6.2 Extensions of Time. Extensions of time, when granted, will be based upon the effect of delays to the Work. They will not be granted for noncontrolling delays to minor portions of the Work unless it can be shown that such delays did or will delay the progress of the Work. 6-6.3 Payment for Delays to Contractor. The Contractor will be compensated for damages incurred due to delays for which the Agency is responsible. Such actual costs will be determined by the Engineer. The Agency will not be liable for damages which the Contractor could have avoided by any reasonable means, such as judicious handling of forces, equipment, or plant. The determination of what damages the Contractor could have avoided will be made by the Engineer. 6-6.4 Written Notice and Report. The Contractor shall provide written notice to the Engineer within two hours of the be~Jinning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor's opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefore. ft {.J Revised 11/24/10 Contract No. 6001-158S Page 79 of 107 6-7 TIME OF COMPLETION. 6-7.1 General. The Contractor shall complete the Work within the time set forth in the Contract. The Contractor shall complete each portion of the Work within such time as set forth in the Contract for such portion. The time of completion of the Contract shall be expressed in working days. The Contractor shall diligently prosecute the work to completion within sixty (60) working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. A working day is any day within the period between the start of the Contract time as defined in Section 6-1 and the date provided for completion, or upon field acceptance by the Engineer for all work provided for in the Contract, whichever occurs first, other than: 1. Saturday, (exceptions below) 2. Sunday, (exceptions below) 3. any day designated as a holiday by the Agency, 4. any other day designated as a holiday in a Master Labor Agreement entered into by the Contractor or on behalf of the Contractor as an eligible member of a contractor association, 5. any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1, 6. any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6-6.1. Work on Cannon Road, Loker West, Loker East, El Fuerte, and Calle Barcelona shall occur on Saturdays or Sundays. Work on Legoland Drive and Armada Drive shall occur on a day when Legoland California Park is closed. The park is closed most Tuesdays and Wednesdays during the winter. Check the park schedule at www.legoland.com. Work on any road which has a school on it shall occur on Saturdays and Sundays. Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 8:00 a.m. and 4:00 p.m. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours, days, and/or holidays. This written permission must be obtained at least 48 hours prior to such work The Engineer may approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. The Contractor shall incorporate the dates, areas and types of work prohibited in this section in the Construction Schedule required by Section 6.1. No additional payment, adjustment of bid prices or adjustment of contract time of completion will be allowed as a consequence of the prohibition of work being performed within the dates, areas and/or types of work prohibited in this section. 6-7.3 Contract Time Accounting. The Engineer will make a daily determination of each working day to be charged against the Contract time. These determinations will be discussed and the Contractor will be furnished a periodic statement showing allowable number of working days of Contract time, as adjusted, at the beginning of the reporting period. The statement will also indicate the number of working days charged during the reporting period and the number of working days of Contract time remaining. If the Contractor does not agree with the statement, it {'.. •+;' Revised 11/24/10 Contract No. 6001-15SS Page 80 of 106 shall file a written protest within 15 days after receipt, setting forth the facts of the protest. Otherwise, the statement will be deemed to have been accepted. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY. The Work will be inspected by the Engineer for acceptance upon receipt of the Contractor's written assertion that the Work has been completed. The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and all other features of the Work, meet the requirements of all of the specifications for the Work. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engineer's judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the completed Work. Upon the Board's acceptance of the Work the Engineer will cause a "Notice of Completion" to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. All work shall be warranted for one (1) year after recordation of the "Notice of Completion" and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond fm the one year warranty period. The Contractor shall replace or repair any such defective work in a manner satisfactory to the Engineer, after notice to do so from the Engineer, and within the time specified in the notice. If the Contractor fails to make such replacement or repairs within the time specified in the notice, the Agency may perform this work and the Contractor's sureties shall be liable for the cost thereof. 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work within the time allowed will result in damages being sustained by the Agency. For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with Section 6- 6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of five hundred dollars ($500) Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. Execution of the Contract shall constitute agreement by the Agency and Contractor that five hundred dollars ($500) per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. 6-10 USE OF IMPROVEMENT DURING CONSTRUCTION. The Agency reserves the right to take over and utilize all or part of any completed facility or appurtenance. The Contractor will be notified in writing in advance• of such action. Such action by the Agency will relieve the Contractor of responsibility for injury or damage to said completed portions of the improvement resulting from use by public traffic or from lthe action of the elements or from any other cause, except Contractor operations or negligence. The Contractor will not be required to reclean such portions of the improvement before field acceptance, except for cleanup made necessary by its operations. Nothing in this section shall be construed as relieving the Contractor from full responsibility for correcting defective work or materials. In the event the Agency exercises its right to place into service and utilize all or part of any completed facility or appurtenance, the Agency will assume the responsibility and liability for injury ., "'-ti' Revised 11/24/10 Contract No. 6001-15S8 Page 81 of 107 to persons or property resulting from the utilization of the facility or appurtenance so placed into service, except for any such injury to persons or property caused by any willful or negligent act or omission by the Contractor, Subcontractor, their officers, employees, or agents. SECTION 7 -RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES. The Contractor shall furnish and maintain in good condition all equipment and facilities as required for the proper execution and inspection of the Work. Such equipment and facilities shall meet all requirements of applicable ordinances and laws. 7-2 LABOR. 7-2.1 General. Only competent workers shall be employed on the Work. Any person employed who is found to be incompetent, intemperate, troublesome, disorderly, or otherwise objectionable, or who fails or refuses to perform work properly and acceptably, shall be immediately removed from the Work by the Contractor and not be reemployed on the Work. 7-2.2 Laws. The Contractor, its agents, and employees shall be bound by and comply with applicable provisions of the Labor Code and Federal, State, and local laws related to labor. The Contractor shall strictly adhere to the provisions of the Labor Code regarding minimum wages; the 8-hour day and 40-hour week; overtime; Saturday, Sunday, and holiday work; and nondiscrimination because of race, color, national origin, sex, or religion. The Contractor shall forfeit to the Agency the penalties prescribed in the Labor Code for violations. 7-3 LIABILITY INSURANCE. Insurance shall be required as specified in section 1 o of the Public Works Contract. The cost of this insurance shall be included in the Contractor's Bid. 7-4 WORKERS' COMPENSATION INSURANCE. Before execution of the Contract by the Board, the Contractor shall file with the Engineer the following signed certification: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." The Contractor shall also comply with Section 3800 of the Labor Code by securing, paying for, and maintaining in full force and effect for the duration of the contract, complete Workers' Compensation Insurance, and shall furnish a Certificate of Insurance to the Engineer before execution of the Contract. The Agency, its officers, or employees, will not be responsible for any claims in law or equity occasioned by failure of the Contractor to comply with this paragraph. All compensation insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of expiration or proposed cancellation of such policies for ~, f..., Revised 11 /24/1 0 Contract No. 6001-1 SSS Page 82 of 107 any reason whatsoever, the~ Agency shall be notified by registered mail not less than 30 days before expiration or cancellation is effective. All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Except as specified herein the Contractor will obtain, at no cost to the Contractor all City of Carlsbad encroachment, right-of-way, grading and building permits necessary to perform work for this contract on Agency property, streets, or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compensation wm be allowed therefore. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operations such as, but not limited to, those permits required for night work, overload, blasting, and demolition. For private contracts, the Contractor shall obtain all permits incidental to the Work or made necessary by its operations, and pay all costs incurred by the permit requirements. The Contractor shall pay all business taxes or license fees that are required for the work. 7-5.1 Resource Agency Permits. No Resource agency permits are required for the Work. 7-6 THE CONTRACTOR'S REPRESENTATIVE. Before starting work, the Contractor shall designate in writing a representative who shall have complete authority to act for it. An alternative representative may be designated as well. The representative or alternate shall be present at the Work site whenever work is in progress or whenever actions of the elements necessitate its presence to take measures necessary to protect the Work, persons, or property. Any order or communication given to this representative shall be deemed delivered to the Contractor. A joint venture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instructions or directions may be given by the Engineer to the superintendent or person in charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the Contractor or its representative. In order to communicate with the Agency, the Contractor's representative, superintendent, or person in charge of specific work shall be able to speak, read, and write the English language. 7-7 COOPERATION Jl1ND COLLATERAL WORK. The Contractor shall be responsible for ascertaining the nature and extent of any simultaneous, collateral, and essential work by others. The Agency, its workers and contractors and others, shall have the right to operate within or adjacent to the Work site during the performance of such work. The Agency, the Contractor, and each of such workers, contractors and others, shall coordinate their operations and cooperate to minimize interference. The Contractor shall include in its Bid all costs involved as a result of coordinating its work with others. The Contractor will not be entitled to additional compensation from the Agency for damages resulting from such simultaneous, collateral, and essential work. If necessary to avoid or minimize such damage or delay, the Contractor shall redeploy its work force to other parts of the Work. l\ •f' Revised 11 /24/1 0 Contract No. 6001-158S Page 83 of 107 Should the Contractor be delayed by the Agency, and such delay could not have been reasonably foreseen or prevented by the Contractor, the Engineer will determine the extent of the delay, the effect on the project, and any extension of time. 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Throughout all phases of construction, including suspension of work, and until the final acceptance, the Contractor shall keep the site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning, sweeping and sprinkling with water, or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. The Contractor shall furnish and operate a self-loading motor sweeper with spray nozzles at least once each working day for the purpose of keeping the roads acceptably clean. Materials and equipment shall be removed from the site as soon as they are no longer necessary. Before the final inspection, the site shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be included in the Contractor's Bid. Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed immediately and the area cleaned. Excess excavation material from catch basins or similar structures shall be removed from the site immediately. Sufficient material may remain for use as backfill if permitted by the Specifications. Forms and form lumber shall be removed from the site as soon as practicable after stripping. Failure of the Contractor to comply with the Engineer's cleanup orders may result in an order to suspend work until the condition is corrected. No additional compensation will be allowed as a result of such suspension. Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.2 Air Pollution Control. The Contractor shall not discharge smoke, dust, or any other air contaminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. 7-8.3 Vermin Control. At the time of acceptance, structures entirely constructed under the Contract shall be free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time, and shall be performed by a licensed exterminator in accordance with requirements of governing ('\ ti Revised 11/24/10 Contract No. 6001-153S Page 84 of 107 authorities. The Contractor shall be liable for injury to persons or property and responsible for the elimination of offensive odors resulting from extermination operations. 7-8.4 Sanitation. The Contractor shall provide and maintain enclosed toilets for the use of employees engaged in the Work. These accommodations shall be maintained in a neat and sanitary condition. They shall also comply with all applicable laws, ordinances, and regulations pertaining to public health and sanitation of dwellings and camps. Wastewater shall not be interrupted. Should the Contractor disrupt existing sewer facilities, sewage shall be conveyed in closed conduits and disposed of in a sanitary sewer system. Sewage shall not be permitted to flow in trenches or be covered by backfill. 7-8.5 Temporary Light, Power, and Water. The Contractor shall furnish, install, maintain, and remove all temporary light, power, and water at its own expense. These include piping, wiring, lamps, and other equipment necessary for the Work. The Contractor shall not draw water from any fire hydrant (except to extinguish a fire), without obtaining permission from the water agency concerned. The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefore. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.6 Water Pollution Control. The Contractor shall exercise every reasonable precaution to protect channels, storm drains, and bodies of water from pollution. It shall conduct and schedule operations so as to minimiz1e or avoid muddying and silting of said channels, drains, and waters. Water pollution control work shall consist of constructing those facilities which may be required to provide prevention, control, and abatement of water pollution. The Contractor shall comply with the California State Water Resources Control Board (SWRCB) Order Number 99-08-DWQ, National Pollutant Discharge Elimination System (NPDES) General Permit Number CAS000002, Waste Discharge Requirements (WDR's) for Discharges of Stormwater Runoff associated with Construction Activity (General Permit) and subsequent adopted modifications and with all requirements of the Storm Water Pollution Prevention and Monitoring Plans for this project in accordance with these regulations. 7-8.7 Drainage Control. The Contractor shall maintain drainage within and through the work areas. Earth dams will not be permitted in paved areas. Temporary dams of sandbags, asphaltic concrete, or other acceptable material will be permitted when necessary. Such dams shall be removed from the site as soon as their use is no longer necessary. 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. The Contractor shall repair or replace all existing improvements within the right-of-way which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, utility -~ "f.J Revised 11 /24/1 O Contract No. 6001-158S Page 85 of 107 installations, pavement, structures, etc.) which are damaged or removed as a result of its operations. When a portion of a sprinkler system within the right-of-way must be removed, the remaining lines shall be capped. Repairs and replacements shall be at least equal to existing improvements and shall match them in finish and dimension. Maintenance of street and traffic signal systems that are damaged, temporarily removed or relocated shall be done in conformance with 307-1.5. Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If damaged or removed due to Contractor's operations, they shall be restored or replaced in as nearly the original condition and location as is reasonably possible. Lawns shall be reseeded and covered with suitable mulch. The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements, within the right-of-way which are designated for removal and would be destroyed because of the Work. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the Bid. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. The Contractor's operations shall cause no unnecessary inconvenience. The access rights of the public shall be considered at all times. Unless otherwise authorized, traffic shall be permitted to pass through the Work as per an approved Traffic Control Plan. Safe and adequate pedestrian and vehicular access shall be provided and maintained to: fire hydrants; commercial and industrial establishments; churches, schools and parking lots; service stations and motels; hospitals; police and fire stations; and establishments of similar nature. Access to these facilities shall be continuous and unobstructed unless otherwise approved by the Engineer. Safe and adequate pedestrian zones and public transportation stops, as well as pedestrian crossings of the Work at intervals not exceeding 90 m (300 feet), shall be maintained unless otherwise approved by the Engineer. Vehicular access to residential driveways shall be maintained to the property line except when necessary construction precludes such access for reasonable periods of time. If backfill has been completed to the extent that safe access may be provided, and the street is opened to local traffic, the Contractor shall immediately clear the street and driveways and provide and maintain access. The Contractor shall cooperate with the various parties involved in the delivery of mail and the collection and removal of trash and garbage to maintain existing schedules for these services. The Work shall be conducted by the Contractor in a manner to provide a satisfactory surface for traffic. Unless otherwise authorized, work shall be performed in only one-half the roadway at one time. One half shall be kept open and unobstructed until the opposite side is ready for use. If one-half a street only is being improved, the other half shall be conditioned and maintained as a detour. -~ \iJ Revised 11/24/10 Contract No. 6001-1 SSS Page 86 of 107 The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling the City's contracted waste disposal company, Coast Waste Management at 929-9417. During operations, the Contractor's schedule for resurfacing shall be designated to provide residents and business owners sufficient paved parking within an 800 foot distance from their homes or businesses. Public Notification of Work: Seventy-two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending disruption to all residences and/or businesses on the affected street or alley. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The notification shall be hand delivered and shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor's permanent office or field office and the other number shall be a 24-hour number answered by someone who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machim~ shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65 lb. card stock. The printing on the notice shall be no smaller than 12 point. In addition to the notifications, the contractor shall post "No Parking" signs 72 hours in advance of the work being performed. The "No Parking" signs shall state the date and time of parking restriction for a duration not to exceed the time necessary to complete the work at that location. Failure of the contractor to meet the posted date requires re-posting the "No Parking" signs 72 hours in advance of the rescheduled work. If the work is delayed or rescheduled the "No Parking" signs shall be removed and ire-posted 72 hours in advance of the rescheduled work. The preparation, materials, printing and distribution of the notifications shall be included in the Contractor's bid and will not be entitled to any additional compensation for printing and distributing these notices. The contractor shall replace all street markings and striping damaged by construction activities. The Contractor shall include in its Bid all costs for the above requirements. 7-10.2 Storage of Equipment and Materials in Public Streets. Construction materials shall not be stored in streets, roads, or highways for more than 5 days after unloading. All materials or equipment not installed or used in construction within 5 days after unloading shall be stored elsewhere by the Contractor at its expense unless authorized additional storage time. -~ '-J Revised 11/24/10 Contract No. 6001-158S Page 87 of 107 Construction equipment shall not be stored at the Work site before its actual use on the Work nor for more than 5 days after it is no longer needed. Time necessary for repair or assembly of equipment may be authorized by the Engineer. Excavated material, except that which is to be used as backfill in the adjacent trench, shall not be stored in public streets unless otherwise permitted. After placing backfill, all excess material shall be removed immediately from the site. 7-10.3 Street Closures, Detours, Barricades. The Contractor shall comply with all applicable State, County, and City requirements for closure of streets. The Contractor shall provide barriers, guards, lights, signs, temporary bridges, flagpersons, and watchpersons. The Contractor shall be responsible for compliance with additional public safety requirements which may arise. The Contractor shall furnish and install signs and warning devices and promptly remove them upon completion of the Work. The Contractor shall secure approval, in advance, from authorities concerned for the use of any bridges proposed by it for public use. Temporary bridges shall be clearly posted as to load limit, with signs and posting conforming to current requirements covering "signs" as set forth in the Traffic Manual published by the California Department of Transportation. This manual shall also apply to the street closures, barricades, detours, lights, and other safety devices required. All costs involved shall be included in the Bid. Traffic controls shall be in accordance with the plans, The California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2012 Revision 1, as amended for use in California) and these provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be required herein, the Engineer may, at his/her sole option, install the traffic signs, markings, delineation or devices and charge the Contractor twenty dollars ($25.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control devices shall be maintained throughout the duration of work in good order and according to the approved traffic control plan. All construction area signs shall conform to the provisions of Section 206-7 .2 et seq. All temporary reflective pavement markers shall conform to the provisions of Section 214-5.1.et seq. All temporary reflective channelizers shall conform to the provisions of Section 214-5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb marking shall conform to the provisions of Section 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to Section 210-1.6 for materials and Section 310-5 et seq. For workmanship. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning shall be furnished, installed and maintained by the Contractor. Warning and advisory signs, lights and devices shall be promptly removed by the Contractor when no longer required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existent conditions shall be removed from the traveled way and from the view of motorists in the traveled way or shielded from the view of the traveling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall -~ f.J Revised 11/24/10 Contract No. 6001-158S Page 88 of 107 be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the traveling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in Section .206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CAL TRANS "Standard Specifications", except the sleeves shall be 7" long. Personal vehicles of the Contractor's employees shall not be parked within the traveled way, including any Section closed to public traffic. Whenever the Contractor's vehicles or equipment are parked on the shoulder within 6' of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at not less than 25' intervals to a point not less than 25' past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A W20-1 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a signpost or telescoping flag tree with flags. The signpost or 1rlag tree shall be placed where directed by the Engineer. 7-10.3.2 Maintaining Traffic. The Contractor's personnel shall maintain a safe buffer distance from any traffic lane occupied by traffic. The Contractor's equipment shall maintain a safe distance from any traffic or pedestrians. During the entire project, a minimum of one (1) paved traffic lane, not less than 112' wide, shall be open for use by public traffic in each direction of travel. 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2012 Revision 1, as amended for use in California) and provisions under "Maintaining Traffic" elsewhere in these Provisions. The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe operations, traffic shall be controlled with lane closures, as provided for under "Traffic Control System for Lane Closure" of these Supplemental Provisions or by use of an alternative traffic control plan proposed by th,e Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan until the Contractor has submitted its plan to the Engineer and has received the Engineer's written approval of said plan. 7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2012 Revision 1, as amended for use in California) published by CALTRANS. Whenever the work causes obliteration of pavement delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall be ('\ 1/1 Revised 11 /24/1 0 Contract No. 6001-158S Page 89 of 107 provided at all times for traveled ways open to public traffic. All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be performed by the Contractor. When temporary pavement delineation is removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed by grinding. Surf aces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent pavement delineation. Temporary pavement delineation shall be removed when, as determined by the Engineer, the temporary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary pavement delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed. 7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included in the project plans, the Contractor shall have a TCP prepared and submitted as a part of the Work for any and all construction activities that are located within the traveled way. The Contractor shall have TCP prepared and submitted as a part of the Work for any construction activities that are a part of this project that are not included in the project plans. The Contractor must submit the TCP for the Engineer's review in conformance with the requirements of Section 2-5.3, et seq. and obtain the Engineer's approval of the TCP prior to implementing them. The minimum 20-day review period specified in Section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP, new, modified or added to, for the Engineer's review. New or revised TCP submittals shall include all TCP needed for the entire duration of the Work. Each phase of the TCP shall be shown in sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the traveled surface differs from the finished pavement elevation vertical curves must also be shown. Such modifications, supplements and/or new design of TCP shall meet the requirements of the Engineer and the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 200 Revision 1, as amended for use in California) as published by CALTRANS. Such modification, addition, supplement, and/or new design of TCP shall be prepared by a registered professional engineer appropriately registered in the State of California. The Engineer shall be the sole judge of the suitability and quality of any such modifications, supplements, and/or new designs to TCP. The Engineer may approve any such modifications, supplements, and/or new designs to the TCP when, in the Engineer's sole opinion, such modifications, supplements, and/or new designs to the TCP prepared by the registered professional engineer retained by the Contractor will be beneficial to the best interests of the Agency. Such modification, addition, supplement, and/or new design shall not be implemented and no work shall be commenced that is contingent on such approval until the changed TCP are approved by the Engineer. The preparation of such modification, addition, supplement, and/or new designs of TCP shall not presuppose their approval or obligate the Agency in any fashion. Submittal and review requirements for such modifications, supplements, and/or new designs to TCP shall conform to the requirements of Section 2-5.3 Shop Drawings and Submittals . ...... ~, Revised 11/24/1 0 Contract No. 6001-158S Page 90 of 107 7-10.3.7 Payment The Contractor shall provide traffic control at the contract lump sum price bid. The contract lump sum price paid for "traffic control" shall include full compensation for furnishing all labor (including flagging costs), materials (including signs), tools, equipment and incidentals, and for doing all the work involved in preparation, reproduction and changing of traffic control plans, placing, applying traffic stripes and pavement markers with bituminous adhesive, removing, storing, maintaining, moving to new locations, replacing, and disposing of the components of the traffic control system as shown on the plans and approved additions and modifications, as specified in these supplemental provisions, and as directed by the Engineer. All expenses and time to prepare and review modifications, additions, supplements and/or new TCP designs shall be included in the lump sum bid for traffic control and no additional payment will be made therefore. Flagging costs will be paid for as a part of the Lump Sum Amount for "Traffic Control." The cost of labor and material for portable concrete barriers will be paid for at the unit price bid. When there is no bid item the cost of labor and material for portable concrete barriers they will be paid as an incidental to the work being performed and no additional payment will be made therefore. Progress payments for "Traffic Control" will be based on the percentage of the improvement work completed. 7-10.4 Safety. 7-10.4.1 Safety Orders. Thie Contractor shall have at the Work site, copies or suitable extracts of: Construction Safety Orders, Tunnel Safety Orders and General Industry Safety Orders issued by the State Division of Industrial Safety. The Contractor shall comply with provisions of these and all other applicable laws, ordinances, and regulations. Before excavating any trench 5 feet or more in depth, the Contractor shall submit a detailed plan to the Agency showing the design of shoring, bracing, sloping, or other provisions to be made for the workers' protection from the hazard of caving ground during the excavation of such trench. If the plan varies from the shoring system standards, the plan shall be prepared by a registered Civil Engineer. No excavation shall start until the Engineer has accepted the plan and the Contractor has obtained a permit from the State Division of Industrial Safety. A copy of the permit shall be submitted to the Engineer. Payment for performing all work necessary to provide safety measures shall be included in the prices bid for other items of work except where separate bid items for excavation safety are provided, or required by law. 7-10.4.2 Use of Explosives. Explosives may be used only when authorized in writing by the Engineer, or as otherwise stated in the Specifications. Explosives shall be handled, used, and stored in accordance with all applicable regulations. The Engineer's approval of the use of explosives shall not relieve the Contractor from liability for claims caused by blasting operations. 7-10.4.3 Special Hazardous Substances and Processes. Materials that contain hazardous substances or mixtures may be required on the Work. A Material Safety Data Sheet as described in Section 5194 of the California Code of Regulations shall be requested by the Contractor from the manufacturer of any hazardous products used. Material usage shall be accomplished with strict adherence to California Division of Industrial Safety requirements and all manufacturer warnings and application instructions listed on the Material Safety Data Sheet and on the product container label. ., "f.+r Revised 11 /24/1 0 Contract No. 6001-1588 Page 91 of 107 The Contractor shall notify the Engineer if a specified product cannot be used under safe conditions. 7-10.4.4 Confined Spaces. (a) Confined Space Entry Program. The Contractor shall be responsible for implementing, administering and maintaining a confined space entry program (CSEP) in accordance with Sections 5156, 5157 and 5158, Title 8, CCR. Prior to starting the Work, the Contractor shall prepare and submit its comprehensive CSEP to the Engineer. The CSEP shall address all potential physical and environmental hazards and contain procedures for safe entry into confined spaces, including, but not limited to the following: 1. Training of personnel 2. Purging and cleaning the space of materials and residue 3. Potential isolation and control of energy and material inflow 4. Controlled access to the space 5. Atmospheric testing of the space 6. Ventilation of the space 7. Special hazards consideration 8. Personal protective equipment 9. Rescue plan provisions The Contractor's submittal shall include the names of its personnel, including subcontractor personnel, assigned to the project who will have CSEP responsibilities, their CSEP training, and their specific assignment and responsibility in carrying out the CSEP. (b) Permit-Required Confined Spaces. Entry into permit-required confined spaces as defined in Section 5157, Title 8, CCR may be required as a part of the Work. All manholes, tanks, vaults, pipelines, excavations, or other enclosed or partially enclosed spaces shall be considered permit- required confined spaces until the pre-entry procedures demonstrate otherwise. The Contractor shall implement a permit space program prior to performing any work in a permit-required confined space. A copy of the permit shall be available at all times for review by Contractor and Agency personnel at the Work site. (c) Payment. Payment for implementing, administering, and providing all equipment and personnel to perform the CSEP shall be included in the bid items for which the CSEP is required. 7-10.4.5 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-11 PATENT FEES OR ROYALTIES. The Contractor shall absorb in its Bid the patent fees or royalties on any patented article or process furnished or used in the Work. The Contractor shall indemnify and hold the Agency harmless from any legal action that may be brought for infringement of patents. -~ f-1 Revised 11/24/10 Contract No. 6001-158S Page 92 of 107 7-12 ADVERTISING. The names, addresses and specialties of Contractors, Subcontractors, architects, or engineers may be displayed on removable signs. The size and location shall be subject to the Engineer's approval. Commercial advertising ma1tter shall not be attached to or painted on the surfaces of buildings, fences, canopies, or barricades. 7-13 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of State and National laws and County a11d Municipal ordinances and regulations which in any manner affect those employed in the Work or the materials used in the Work or in any way affect the conduct of the Work. The Contractor shall at all times observe and comply with such laws, ordinances, and regulations. Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. 7-14 ANTITRUST CLAII\IIS. Section 7103.5 of the Public Contract Code provides: "In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works c:ontiract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Divisio11 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or subcontract. The assignment shall be ma.de and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment of the parties." SECTION 8 ·-FACILITIES FOR AGENCY PERSONNEL 8-1 GENERAL. Facilities are not required for agency personnel. SECTION 9 -MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless otherwise specified, quantities of work shall be determined from measurements or dimensions in horizontal planes. However, linear quantities of pipe, piling, fencing and timber shall be considered as being the true length measured along longitudinal axis. Unless otherwise provided in Specifications, volumetric quantities shall be the product of the mean area of vertical or horizontal sections and the intervening horizontal or vertical dimension. The planimeter shall be considered an instrument of precision adapted to measurement of all areas. •"- ~, Revised 11 /24/1 0 Contract No. 6001-158S Page 93 of 107 9-1.2 Methods of Measurement. Materials and items of work which are to be paid for on basis of measurement shall be measured in accordance with methods stipulated in the particular sections involved. 9-1.3 Certified Weights. When payment is to be made on the basis of weight, the weighing shall be done on certified platform scales or, when approved by the Engineer, on a completely automated weighing and recording system. The Contractor shall furnish the Engineer with duplicate licensed weighmaster's certificates showing actual net weights. The Agency will accept the certificates as evidence of weights delivered. 9-1.4 Units of Measurement. The system of measure for this contract shall be the U.S. Standard Measures. 9-2 LUMP SUM WORK. Items for which quantities are indicated "Lump Sum", "LS.", or "Job", shall be paid for at the price indicated in the Bid. Such payment shall be full compensation for the items of work and all work appurtenant thereto. When required by the Specifications or requested by the Engineer, the Contractor shall submit to the Engineer within 15 days after award of Contract, a detailed schedule in triplicate, to be used only as a basis for determining progress payments on a lump sum contract or designated lump sum bid item. This schedule shall equal the lump sum bid and shall be in such form and sufficiently detailed as to satisfy the Engineer that it correctly represents a reasonable apportionment of the lump sum. 9-3 PAYMENT 9-3.1 General. The quantities listed in the Bid schedule will not govern final payment. Payment to the Contractor will be made only for actual quantities of Contract items constructed in accordance with the Plans and Specifications. Upon completion of construction, if the actual quantities show either an increase or decrease from the quantities given in the Bid schedule, the Contract Unit Prices will prevail subject to the provisions of Section 3-2.2.1 . The unit and lump sum prices to be paid shall be full compensation for the items of work and all appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals. Payment will not be made for materials wasted or disposed of in a manner not called for under the Contract. This includes rejected material not unloaded from vehicles, material rejected after it has been placed, and material placed outside of the Plan lines. No compensation will be allowed for disposing of rejected or excess material. Payment for work performed or materials furnished under an Assessment Act Contract will be made as provided in particular proceedings or legislative act under which such contract was awarded. Whenever any portion of the Work is performed by the Agency at the Contractor's request, the cost thereof shall be charged against the Contractor, and may be deducted from any amount due or becoming due from the Agency. Whenever immediate action is required to prevent injury, death, or property damage, and precautions which are the Contractor's responsibility have not been taken and are not reasonably expected to be taken, the Agency may, after reasonable attempt to notify the Contractor, cause such precautions to be taken and shall charge the cost thereof against the Contractor, or may ~-.. \i1 Revised 11/24/10 Contract No. 6001-15SS Page 94 of 107 deduct such cost from any amount due or becoming due from the Agency. Agency action or inaction under such circumstances shall not be construed as relieving the Contractor or its Surety from liability. Payment shall not relieve the Contractor from its obligations under the Contract; nor shall such payment be construed to be acceptance of any of the Work. Payment shall not be construed as the transfer of ownership of any equipment or materials to the Agency. Responsibility of ownership shall remain with the Contractor who shall be obligated to store any fully or partially completed work or structure for which payment has been made; or replace any materials or equipment required to be provided under the Contract which may be damaged, lost, stolen or otherwise degraded in any way prior to acceptance of the Work, except as provided in Section 6-10. Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the "Notice of Completion." If, within the time fixed by law, a properly executed notice to stop payment is filed with the Agency, due to the Contractor's failure to pay for labor or materials used in the Work, all money due for such labor or materials will be withheld from payment to the Contractor in accordance with applicable laws. At the expiration of 35 days from the date of acceptance of the Work by the Board, or as prescribed by law, the amount deducted from the final estimate and retained by the Agency will be paid to the Contractor except such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-3.2 Partial and Final Payment. The Engineer will, after award of Contract, establish a closure date for the purpose of making monthly progress payments. The Contractor may request in writing that such monthly closure date be changed. The Engineer may approve such request when it is compatible with the Agency's payment procedure. Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of these General Provisions. Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor's information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the -~ "' Revised 11/24/10 Contract No. 6001-1 SSS Page 95 of 107 Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.01 0 of the Code of Civil Procedure. From each progress estimate, 1 o percent will be deducted and retained by the Agency, and the remainder less the amount of all previous payments will be paid. After 50 percent of the Work has been completed and if progress on the Work is satisfactory, the deduction to be made from remaining progress estimates and from the final estimate may be limited to $500 or 1 0 percent of the first half of total Contract amount, whichever is greater. No progress payment made to the Contractor or its sureties will constitute a waiver of the liquidated damages under 6-9. As provided in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any monies withheld by the Agency to ensure performance under the Contract. After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in Section 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor's claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Except for those final payment items disputed in the written statement required in Section 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in Section 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including Sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and (' f!F Revised 11 /24/1 0 Contract No. 6001-158S Page 96 of 107 Report, or 6-7 .3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor's claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under Section 3-5, Disputed Work, for those claims remaining in dispute. 9-3.3 Delivered Materii1ls. When provided for in the Specifications, and subject to the limitation and conditions therein, the cost of materials and equipment delivered but not incorporated into the Work will be included in the progress estimate. 9-3.3.1 Delivered Materi,als. The cost of materials and equipment delivered but not incorporated into the work will not be included in the progress estimate. 9-3.4 Mobilization. The cost of materials and equipment delivered but not incorporated into the work will not be included in the progress estimate. 9-4 BID ITEMS. Payment for each Bid Item shall be made at the unit price as listed in the Contractor's Proposal. All work shown or mentioned on the engineering drawings, standard drawings, Contract Documents, General Provisions, or Specifications shall be considered as included in the Bid Items. Contractor must protect existing utilities, improvements, landscaping, irrigation systems, and vegetation in place. If damaged during the work, Contractor is responsible to repair or replace any utilities, improvements, landscaping, irrigation systems, and vegetation at his expense. ·"" ~, Revised 11/24/10 Contract No. 6001-1588 Page 97 of 107 SUPPLEMENT AL PROVISIONS TO "GREEN BOOK" STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 203 -BITUMINOUS MATERIALS 203-3 EMULSIFIED ASPHALT. 203-3.1 General. Add the following: Asphaltic emulsion shall contain polymer mixed with a bituminous material uniformly emulsified with water and an emulsifying or stabilizing agent. The polymer shall be neoprene, or butadiene and styrene copolymer. The polymer must be homogenous and milled into the asphaltic emulsion at the colloid mill. Polymer content shall be at a minimum of 2.5% by Cal Test 401. 203-3.4 Physical Properties. 203-3.4.3 Cationic Emulsified Asphalt. Add the following: Polymer modified asphaltic emulsion must be grade PM CQS-1 h (cationic) and have the values of the properties shown in the following table: Polymer Modified Asphaltic Emulsion Property Test method Value Min Max Tests on emulsion: Saybolt Furol Viscosity @ 25 °c, AASHTOT59 15 90 SFSa Sieve test, % AASHTOT59 --0.30 Storage stability, 1 day, % AASHTOT59 --1 Residue by evaporation, % California Test 331 57 -- Particle charge AASHTOT59 Positive Tests on residue by evaporation test Penetration, 25 °C AASHTOT49 40 90 Ductility, 25 °C, mm AASHTOT 51 400 -- Torsional recovery,% California Test 332 18 -- Polymer content, % California Test 401 2.5 -- Note: asFS means Saybolt Furci seconds Sampling must comply with Caltrans Standard Specifications Section 94-1.03. 0 Revised 11/24/10 Contract No. 6001-158S Page 98 of 107 203-5 SLURRY SEAL. 203-5.1 General. Add the following: Emulsion-Aggregate Slurry shall be polymer-modified (min 2.5% residue), cationic quick-set (PM CQS-1 h) and shall conform ito the requirements of Greenbook Section 203-3, 203-5, and 302-4. 203-6 ASPHALT CONCRtETE. 203-6.1 General. Add the 1rollowing: Asphalt Concrete for patches shall be C1-PG 64-1 O RAP. Asphalt Concrete for full width overlay shall be C2-PG 64-1 O RAP. Asphalt Concrete in base course shall be B-PG64-1 O RAP. No more than 15% recycled asphalt pavement shall be allowed in any AC mix. 203-6.8 Asphalt Concrete Storage. add the following: Storage of asphalt concrete shall not be allowed in the work. 203-15 ASPHALT PAVEMEINT CRACK SEALANTS 203-15.1 Hot Pour Crack Sealant. The hot pour liquid crack sealant shall be Crafco Polyflex Ill P/N 34521 Sealant. Storage and heating instructions and cautions will be supplied with each shipment. The sealant must be able to be reheated to application temperature at least once after the initial heat up without degradation of sealant specifications. Sealant shall have an application lite at application temperature up to 12 to 15 hours. SECTION 210-PAINT AND PROTECTIVE COATINGS 210-1 PAINT. 210-1.6 Paint for Traffic Striping, Pavement Marking, and Curb Marking. Modify as follows: Paint for traffic lane lines, turn pocket lines, edge lines, channelizing lines, bike lane lines, chevrons, and curbs shall be rapid dry water borne conforming to CAL TRANS Specification No. PTWB-01. Paint for pavement legends, pavement symbols, pavement arrows, cross walks, parking stall markings and stop bars shall be alkyd thermoplastic conforming to CAL TRANS Specification No. PTH-02ALKYD. Glass beads shall be applied to the surface of the rapid dry water borne paint and the molten thermoplastic material and shall conform to the requirements of CAL TRANS Specification No. 8010- 004 (Type II). CALTRANS Specifications for water borne paint, thermoplastic material and glass beads may be obtained from the CALTRANS Transportation Laboratory, P.O. Box 19128, Sacramento, CA 95819, telephone number (916) 227-7000. SECTION 214 PAVEMENT MARKERS 214-5 REFLECTIVE PAVEMENT MARKERS Add the following section: 11"-"f.J Revised 11/24/10 Contract No. 6001-158S Page 99 of 107 214-5.1 Temporary Reflective Pavement Markers. Temporary pavement markers shown on the plans and required in the specifications shall be one of the types shown in Table 214-5.1 (A), or equal thereto. TABLE 214-5.1(A) TEMPORARY REFLECTIVE PAVEMENT MARKERS Type Manufacturer of Distributor TOM-Temporary Overlay Davidson Traffic Control Products, 311 O 70th Avenue East, Tacoma, Markers WA 98424, (877) 335-4638 0 Revised 11/24/10 Contract No. 6001-158S Page 100 of 107 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS SECTION 302 -ROADWAY SURFACING 302-4.4 Public Convenience and Traffic Control. Add the following: The Contractor shall schedule the work so as to prevent damage by all traffic. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling Coast Waste Management at (760) 268-7107. The Contractor shall accommodate mail delivery to residences and businesses during the work. (Name of Contractor) (Address of Contractor) (Contractor's License Number) (Date) As a part of the City of Carlslbad's ongoing program to maintain its streets, your street will be beginning in two or three weeks. This process requires that your street be startinf1 at 7:00 a.m. and continuing until the Contractor removes the traffic control devices. You will bEi notified 72 hours in advance of the day your street will be closed by a brightly colored 3 ½" x 8 ½" card attached to your doorknob. You will also notice temporary no parking signs on your street with a specific no parking date written on it. A successful street maintenance program depends on your cooperation. Please do not drive, walk, play, skate or allow pets on the street until it is opened by the Contractor. Furthermore, please do not wash your car or turn on any sprinklers while you are waiting. If you don't plan to leave your home before 7:00 a.m. on ·the day your street will be surfaced, and you need to use your vehicle later in the day, please park your car on an adjacent street in your neighborhood that is not signed as a no parking zone. When walking to and from your car, remember not to walk on the newly surfaced street or you may have black residue on the bottom of your shoes. The residue may damage some surfaces, may mark surfaces that you track it on, and may be very difficult to remove. (Name of Contractor) is the Contractor that will be performing the resurfacing work for the City and you may call them at {24 hour per day attended telephone number in the 760 area code) for any questions you may have about the project. On the day your street is surfaced mail delivery may be delayed until the next day. You will not know the exact date your street will be closed until you receive the 3 ½" x 8 ½" card. If you have a moving company scheduled to come to your house within the next two weeks, please call and inform the Contractor of the date. If you have any concerns which are not addressed by the Contractor, please call the City's Engineering Inspection Department at 602-2780. They will assist you in resolving the concerns. The City of Carlsbad has some of the finest streets in the county due to the concern and cooperation of citizens like you. Your cooperation is greatly appreciated." ,., • ., Revised 11/24/1 0 Contract No. 6001-15SS Page 101 of 107 During resutiacing operations, the Contractor's schedule shall be designed to provide residents and business owners sufficient paved parking within an 800 foot distance from their homes or businesses. Seventy-two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The Contractor shall deliver the 72-hour advance notification which shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor's permanent office or field office and the other number shall be a 24 hour number answered by a representative of the Contractor who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. The notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1 /2 inches by 8-1 /2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65 lb. card stock. The printing on the notice shall be no smaller than 12 point. The pre-cut notices shall be as shown in the Appendix, with the day of the week circled and appropriate information specific to the work inserted. Add the following section: 302-14 ASPHALT PAVEMENT REPAIRS AND REMEDIATION Add the following section: 302-14.1 General. Damage to existing traffic loops caused by pavement repairs or cold milling will require immediate replacement of the traffic loops unless video detection has been set up and the loops are unnecessary. If pavement fabric or geo-textile is encountered during any pavement repairs or cold milling, the Contractor shall remove and dispose of it at the Contractor's expense. The cost of the work described in this section shall be included in the bid price for the repair itself or cold milling (grinding). Add the following section. 302-14.2 Two Inch Depth AC Cold Mill and Replace. The area set forth in the bid items is for estimating purposes only and the final quantities will be as measured in the field by the City Inspector. Tile Inspector will designate and mark the final limits of the remove and replace areas in the field by outlining the area to be patched with paint. The Contractor shall remove the asphalt concrete in the designated area to the depth required per the requirements of subsection 302-5.2 of the SSPWC. The Contractor shall sweep the street, keep dust to a minimum, and remove and dispose of the AC at the Contractor's expense. A tack coat of SS-1 h emulsified asphalt shall be applied uniformly to all asphalt- to-asphalt contact sutiaces at a rate of 0.25 Um2 to 0.45 Um2 (0.05 to 0.10 gallons per square yard) in accordance with subsection 302-5.4, SSPWC. The Contractor shall fill the area with asphalt concrete and compact so that the finished sutiace of the new AC is flush with the surrounding pavement. The Contractor is required to use a self-propelled paving machine for areas 6 feet wide and wider. The asphalt concrete so constructed shall have a finish sutiace and density conforming to subsection 302-5.6.2 SSPWC. g~ "t-J Revised 11/24/10 Contract No. 6001-15SS Page 102 of 107 Add the following section. 302-14.4 Crack Sealing. All joints and cracks equal or >1/4" wide shall be cleaned to a minimum depth of 1" {25 mm) with high pressure air jet. No sealant material shall be placed until the joints and cracks have been cleaned of all loose dirt, old material, and are sufficiently dry. Both side walls of the cracks and joints must be free of dust and debris to assure optimum sealant adhesion. The joints and cracks shall be inspected and approved by the Inspector prior to placing the crack sealant material. Final joint and crack cleaning will be the same day of the sealing operation except as otherwise approved by the Inspector. The Contractor shall dispose of debris from crack cleaning outside the public way in accordance with Section 7-8.1, "Cleanup and Dust Control." The hot-melt rubberized asphalt shall be melted in a jacketed, double boiler type melting unit. Temperature of the heat transfer medium shall not exceed manufacturer's recommendations. Application of the hot-melt sealant shall be made with a pressure feed applicator or pour pot. Sealant shall be applied when the pavement surface temperature is greater than S0°F. Containers of hot-melt rubberized sealant shall be delivered to the job-site in unopened containers that arre clearly marked with data showing the manufacturer's name, the product designation and the manufacturer's batch number and lot numbers. The level of the sealant shall be flush with the surface of the existing pavement. All excess sealant shall be removed from the crack with a minimum overlap onto adjacent pavement. Crack sealant shall be allowed to cure for 7 days prior to street resurfacing. Add the following section. 302-14.5 Measurement and Payment. Quantities of pavement repairs as set forth in the bid items are for estimating purposes only. Final quantities will be as designated and measured in the field. The Engineer will designate and mark the limits of the repairs. Full compensation for conforming to the requirements of constructing pavement repairs shall include but not be limited to: furnishing all labor, tools, equipment, ancl materials necessary for doing the work as outlined in the appropriate section, including saw cutting and removing and disposing of existing asphalt concrete, aggregate base/subbase and basement soil as designated by the engineer, placement of asphalt concrete, compaction of subbase and asphalt concrete, placement of SS-1 h asphalt emulsion and all other work incidental to the pavement repairs shall be considered as included in the contract unit price bid and no additional compensation will be allowed therefore. The bid price for cold millin~1 shall include removing and disposing of pavement fabric or gee-textile when encountered. Full compensation for conforming to the requirements of crack sealing shall include but not be limited to, furnishing all labor, materials, tools, equipment, and incidentals necessary to do the work. Crack cleaning, roadway clean up, application of sealant, removal of excess sealant and all other work incidental to crack sealing shall be considered as included in the contract unit price bid and no additional compensation will be allowed therefore . ..... ~, Revised 11/24/10 Contract No. 6001-158S Page 103 of 107 SECTION 310-PAINTING 310-5 PAINTING VARIOUS SURFACES. 310-5.6 Painting Traffic Striping, Pavement Markings and Curb Markings. Modify the fifth paragraph as follows: The Contractor shall furnish all equipment, materials, labor, and supervision necessary for painting traffic lanes, directional arrows, guidelines, curbs, parking lines, crosswalks, a11d other designated markings in accordance with the Plans, or for approved temporary detours essential for safe control of traffic through and around the construction site. The Contractor shall remove all existing or temporary traffic markings and lines. When temporary detour striping or markings are no longer required, they shall be removed prior to painting the new traffic stripes or markings. 310-5.6.3 Equipment. Delete the ninth paragraph and substitute the following: The surface produced shall not exceed variations from a uniform plane more than 3 mm (1/s") in 3 m (10') when measured parallel to the centerline of the street or more than 6 mm (¼") in 3 m (1 0') when measured perpendicular to the centerline of the street. The use of any equipment that leaves ridges, indentations or other objectionable marks in the pavement shall be discontinued, and equipment capable of providing acceptable surface shall be furnished by the Contractor. This equipment shall meet all requirements of the air pollution control district having jurisdiction. 310-5.6.6 Preparation of Existing Surfaces. Modify the first paragraph as follows: The Contractor shall remove all existing markings and striping, either permanent or temporary. The Contractor shall collect all water and detritus resulting from striping removal from the pavement immediately and shall not allow such materials to flow in the gutter, enter the storm drain system or to leave the pavement surface. Surface variation limitations shall be the same as for grinding. The Contractor shall not use dry or wet sandblasting in any areas. Alternate methods of paint removal require prior approval of the Engineer. Obliteration of traffic striping with black paint, light emulsion oil or any other masking method other than a minimum 30mm (0.1 0') thick asphalt concrete overlay is not permitted. 310-5.6.7 Layout, Alignment, and Spotting. Modify the first paragraph as follows: The Contractor shall establish the necessary control points for all required pavement striping and markings by surveying methods. No layout of traffic striping shall be performed by the Contractor before establishment of the necessary control points. The Contractor shall establish all traffic striping between these points by string line or other method to provide striping that will vary less than 80mm per 100m (1/2 inch in 50 feet) from the specified alignment. The Contractor shall obliterate, straight stripes deviating more than 80mm per 100mm (1/2 inch in 50 feet) by wet grinding, and then correcting the markings. The Contractor shall lay out (cat track) immediately behind installation of surface course asphalt and as the work progresses. 310-5.6.8 Application of Paint. Modify the second paragraph as follows: The Contractor shall apply the first coat of paint immediately upon approval of striping layout by the Engineer. The Contractor shall apply a second coat of striping paint after one week of cure time for the first coat. The Contractor shall paint the ends of each median nose yellow. Add the following to the eighth paragraph: The Contractor shall apply temporary traffic stripes in one coat. Temporary traffic stripes shall be maintained by the Contractor so that the stripes are clearly visible both day and night. 310-5.6.1 O Measurement and Payment. Modify the first paragraph as follows: Final and temporary ~~ \.J Revised 11 /24/1 0 Contract No. 6001-15SS Page 104 of 107 traffic striping, curb markin~1s and pavement markings as shown on the plans and required by the specifications shall be included in the prices bid for striping, and no additional compensation will be allowed therefore. Reapplication of temporary stripes and markings shall be repainted at the Contractor's expense, and no additional compensation will be allowed therefore. The prices bid shall include all labor, tools, equipment, materials, and incidentals for doing all work in installing the final and temporary traffic stripin~J- SECTION 312 -P,~VEMENT MARKER PLACEMENT AND REMOVAL 312-1 PLACEMENT. Add the following to the third paragraph: 4) When being installled on asphalt concrete pavement sooner than 14 days after placement of the asphalt concrete pavement course on which the pavement markers are to be placed. Add the following section: 312-1.1 Reflective Channelizer Placement and Removal. The Contractor shall place and remove reflective channelizers the same as for pavement marker placement and removal. The Contractor shall place the channelizers uniformly, straight on tangent alignment and on a true arc on curved alignment to the same tolerrances of position as for application of paint in section 310-5.6.8. The Contractor shall perform all !layout work necessary to place the channelizers to the proper alignment. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. When reflective channelizers are removed the pavement surface shall be restored to the same color and surface finish as the adjacent pavement. SECTION 313 -TEMPORARY TRAFFIC CONTROL DEVICES Add the following section: 313-1 TEMPORARY TRAFFIC PAVEMENT MARKERS. Add the following section: 313-1.1 General. The Contractor shall supply and install temporary traffic pavement markers, channelizers, and signing at the locations shown on the plans and as required in the specifications, complete in place prior to opening the traveled way to public traffic . ..... ~, Revised 11/24/10 Contract No. 6001-153S Page 105 of 107 313-1.2 Temporary Pavement Markers. Temporary reflective raised pavement markers shall be placed in accordance with the manufacturer's instructions. Temporary reflective raised pavement markers shall be cemented to the surfacing with the adhesive recommended by the manufacturer, except epoxy adhesive shall not be used to place temporary reflective raised pavement markers in areas where removal of the markers will be required. Pavement striping, legends and markers which conflict with any traffic pattern shall be removed by grinding as determined by the Engineer. The Contractor shall use temporary reflective raised pavement markers for temporary pavement marking, except when the temporary pavement markers are used to replace patterns of temporary traffic stripe that will be in place for less than 30 days. Reflective pavement markers used in place of the removable-type pavement markers shall conform to the section 312 "Pavement Marker Placement and Removal", except the 14-day waiting period before placing the pavement markers on new asphalt concrete surfacing as specified in section 312-1 "Placement", shall not apply; and epoxy adhesive shall not be used to place pavement markers in areas where removal of the markers will be required. Add the following section: 313-1.3 Channelizers. Channelizers shall be new surface-mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Channelizer posts shall be orange in color. Channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x 300 mm (3" x 12") in size. The reflective sheeting shall be visible at 300 m (1000') at night under illumination of legal high beam headlights, by persons with vision of or corrected to 20/20. The channelizer bases shall be cemented to the pavement in the same manner as provided for cementing pavement markers to pavement in section 312-1, "Placement." Clhannelizers shall be applied only on a clean, dry surface. Channelizers shall be placed on the alignment and location shown on the plans and as directed by the Engineer. The channelizers shall be placed uniformly, straight on tangent alignment and on a true arc on curved alignment. All layout work necessary to place the channelizers to the proper alignment shall be performed by the Contractor. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of section 4-1.5, "Certification". Said certificate shall certify that the channelizers comply with the plans and specifications and conform to the prequalified design and material requirements approved by the Engineer and were manufactured in accordance with a quality control program approved by the Engineer. Add the following section: 313-2 TEMPORARY TRAFFIC SIGNING. Add the following section: 313-2.1 General. The Contractor shall provide and install all temporary traffic control signs, markers, markings, and delineators at locations shown on approved Traffic Control plans and specified herein. As part of the Contractor's Traffic Control Plan, One Portable Changeable Message Sign (PCMS) is required in each direction of travel impacted by the work on Cannon Road, Legoland Dr, Armada Dr, and Calle Barcelona. The PCMS shall warn motorists of the work 7 days prior to start of the work, and for the entire duration of the work. Add the following section: 313-2.2 Maintenance of Temporary Traffic Signs; If temporary traffic signs are displaced or overturned, from any cause, during the progress of the work, the Contractor shall immediately replace the signs in their original approved locations. The Contractor shall maintain all temporary traffic signs used in the Work in a clean, reflective and readable condition. The Contractor shall replace or restore graffiti marked temporary traffic signs and posts used in the Work within 18 hours of such marking g~ {.J Revised 11/24/10 Contract No. 6001-1 SSS Page 106 of 107 being discovered during non-working hours or, when the marking is discovered during working hours, within 2 hours of such discovery of marking. Add the following section: 313-4 MEASUREMENT AND PAYMENT. Temporary traffic pavement markers shall be paid for per the lump sum bid item 'Temporary Pavement Markers.' However, PCMS's, temporary channelizers, temporary signing, temporary railing (type K), temporary crash cushions and temporary appurtenances thereto shown on the plans or traffic control plans, or required in the specifications are a part of the lump-sum item for Traffic Control and payment therefore shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in applying, installing, maintaining, and removing temporary traffic pavement markers, channelizers, signing, railing (type K), crash cushions and appurtenances, complete in place, as shown on the plans, as specified in the Standard Specification and these special provisions, and as directed by the Engineer. Payment for temporary crash cushions, concrete barriers and the signs and reflectors marking them shall include the installation, grading for installation, grading for the approach path, maintenance, painting and re-painting, replacement of damaged units and removal shall also be included in the lump-sum price bid for traffic control. -~ f.J Revised 11/24/10 Contract No. 6001-1 SSS Page 107 of 107 Street Name From Street To Street Width Length Type 1 Type2 2-in R&R Crack Seal Notes SF SF SF LF BRAVA Del Rey Verde 36 631 22,716 CARLINA Hataca Verde 36 260 9,360 VERDE Brava Carlina 36 220 7,920 HATACA Brava Carlina 36 325 11,700 CORTE CADIZ END OF STREET CALLE CATALONIA 34 169 5,738 CORTE DEL CRUCE AVENIDA LA CIMA END OF STREET 40 754 30,168 1,000 estimate AVENIDA DEL ALBA CAMINO MONTEGO AVENIDA LA CIMA 40 1,390 55,592 for whole AVENIDA LA CIMA RANCHO SANT A FE RD CAMINO MONTEGO 40 248 9,917 1,000 neighborhood CAMINO MONTEGO AVENIDA LA CIMA AVENIDA DE SUENO 37 540 19,980 AVENIDA DE SU ENO CALLE CORDOBA END OF STREET 36 924 33,270 1,000 AVENIDA LA CIMA CAMINO MONTEGO CORTE DEL CRUCE 40 1,221 48,844 1,000 AVENI DA LA CIMA CORTE DEL CRUCE AVENIDA DEL ALBA 40 254 10,179 CAMINO MONTEGO AVENI DA DEL ALBA AVENIDA LA CIMA 37 356 13,180 1,000 CALLE CATALONIA CORTE CADIZ END OF STREET 36 637 22,919 1,000 CALLE CATALONIA CALLE ACERVO CORTE CADIZ 36 185 6,659 AVENIDA DE SUENO CAMINO MONTEGO CALLE CORDOBA 36 475 17,116 1,000 CALLE CORDOBA AVENIDA DE SU ENO CALLE ACERVO 38 210 7,993 1,000 CORTE CURVA END OF STREET CALLE ACERVO 36 382 13,753 CORTE CLARITA PASEOTAXCO END OF STREET 34 746 25,370 1,000 CORTE SONRISA VIA CHICA END OF STREET 36 501 18,040 1,000 PASEOTAXCO CORTE CLARITA CAMINO ALEGRE 36 178 6,395 1,000 PASEOTAXCO CALLE ACERVO CORTE CLARITA 36 395 14,228 PASEOTAXCO CAMINO ALEGRE END OF STREET 36 447 16,097 CORTE SONRISA END OF STREET VIA CHICA 36 417 14,997 1,000 PASEOANCHO CALLE ACERVO VIA FELIZ 36 817 29,398 1,000 CAMINO CORTE END OF STREET VIA FELIZ 41 249 10,196 1,000 VIA FELIZ PASEO ANCHO CAMINO LARGO 36 289 10,393 1,000 VIA FELIZ CAMINO CORTE PASEO ANCHO 36 302 10,861 CAMINO CORTE VIA FELIZ CALLE ACERVO 41 719 29,467 1,000 PASEOANCHO VIA FELIZ END OF STREET 36 446 16,043 1,000 CAMINO ALEGRE PASEO TAXCO END OF STREET 30 513 15,389 VIA CHICA CALLE ACERVO CORTE SONRISA 30 170 5,107 1,000 CAMINO LARGO CALLE ACERVO VIA FELIZ 35 758 26,529 1,000 CAMINO LARGO VIA FELIZ END OF STREET 35 611 21,379 CAMINO ALEGRE END OF STREET PASEOTAXCO 30 573 17,179 1,000 ABEJORRO CAZADERO DR ANTILOPE ST 36 303 10,915 200 450 ABEJORRO ANTILOPE ST CANTILST 36 343 12,358 2,100 60 ABEJORRO CANTILST END OF STREET 36 200 7,188 200 400 ANTA CANTILST END OF STREET 36 159 5,735 0 170 ANTILOPE LUCIERNAGA ST ABEJORRO ST 36 703 25,323 full width ARENAL EL CAMINO REAL ESTRELLA DE MAR RD 36 387 13,930 250 350 ARGONAUT A END OF STREET LUCIERNAGA ST 36 397 14,297 3,200 800 ARGONAUT A LUC!ERNAGA ST ARGONAUT A ST 36 489 17,586 1,500 800 tree roots ARGONAUT A ARGONAUTA WY BABILONIA ST 36 244 8,786 500 204 tree roots ARGONAUT A BABILONIA ST OBELISCO CR 36 236 8,500 1,200 200 ARGONAUT A OBELISCO CR OBELISCO CR 36 423 15,213 15,000 ARGONAUT A OBELISCO CR CORINTIAST 36 827 29,760 2,000 450 ARMADA LEGOLAND DR FLEET ST 64 642 41,116 52 220 ARMADA FLEET ST FLEET ST 64 2,462 157,558 58 900 ARMADA FLEET ST PALOMAR AIRPORT RD 64 1,657 106,058 520 700 AURA HILLSIDE DR END OF STREET 36 236 8,512 600 600 AVENIDA NIEVE CALLE BARCELONA CORTE VIOLETA 36 282 10,137 350 130 AVENIDA NIEVE CORTE VIOLETA VIA MIRADOR 36 736 26,489 0 230 AVENIDA NIEVE VIAMIRADOR END OF STREET 36 433 15,599 0 130 AVENIDA OBERTURA END OF STREET SITIO CALMAR 36 385 13,852 0 65 AVENIDA OBERTURA SITIO CALMAR VIA MIRADOR 36 174 6,252 0 45 AVENIDA OBERTURA VIAMIRADOR CALLE JALISCO 36 241 8,680 0 100 AVILA CORDOBA PL NEBLINA DR 36 1,673 60,231 0 500 BABILONIA ARGONAUTA ST EL FUERTE ST 36 2,424 87,248 1,300 1,000 BOLERO EL FUERTE ST CANDIL PL 36 383 13,798 0 550 BOLERO CANDIL PL MANAGUA PL 36 451 16,232 0 1,000 CALETA ESTRELLA DE MAR RD END OF STREET 36 569 20,473 0 200 CALLE BARCELONA RANCHO SANTA FE RD CALLE SAN FELIPE 42 515 21,640 0 100 CALLE BARCELONA CALLE SAN FELIPE CALLE POSADA 42 367 15,398 0 200 CALLE BARCELONA . CALLE POSADA AVENI DA NIEVE 42 381 15,993 0 500 CALLE BARCELONA AVENIDA NIEVE VIA SAN CLEMENTE 42 452 18,987 0 225 CALLE BARCELONA VIA SAN CLEMENTE CALLE JALISCO 42 721 30,269 0 1,200 CALLE BARCELONA CALLE JALISCO CALLE ACERVO 42 515 21,636 0 700 CALLE MADRID CALLE SAN FELIPE CALLE VALLARTA 36 1,544 55,596 0 10,000 CALLE POSADA CALLE BARCELONA CALLE SAN FELIPE 36 1,133 40,770 2,500 7,000 CALLE POSADA CALLE SAN FELIPE CALLE VALLA RT A 36 585 21,060 0 10,000 CALLE SAN FELIPE CALLE BARCELONA CALLE MADRID 36 197 7,108 0 1,500 CALLE SAN FELIPE CALLE MADRID CALLE POSADA 36 727 26,179 0 5,000 CALLE VALLARTA CALLE MADRID CALLE POSADA 36 277 9,986 0 600 CALLE VALLARTA CALLE POSADA END OF STREET 36 482 17,339 0 1,600 CANDIL BOLERO ST END OF STREET 36 410 14,745 0 100 CANNON EL CAMINO REAL WIND TRAIL WY 82 1,171 96,045 0 3,000 CANNON WIND TRAIL WY HILLTOP ST 82 1,366 112,044 0 5,400 CANNON HILLTOP ST COLLEGE BL 82 1,414 115,964 0 4,500 CANTIL LUCIERNAGA ST ANTACT 36 369 13,277 1,200 1,200 CANTIL ANTACT ABEJORRO ST 36 307 11,058 1,200 600 CARACOL ESTRELLA DE MAR RD END OF STREET 36 409 14,729 full width CAZADERO ALGA RD LUCIERNAGA ST 36 208 7,474 full width CAZADERO LUCIERNAGA ST ABEJORRO ST 36 568 20,451 full width CAZADERO ABEJORRO ST CORINTIAST 36 1,565 56,346 1,531 1,100 CAZADERO CORINTIAST URUBU ST 36 1,216 43,760 380 1,400 CEBU COURT CEBU PL END OF STREET 42 69 2,906 0 100 CEBU PLACE CORINTIA ST CEBU CT 36 347 12,497 0 150 CEBU PLACE CEBU CT LUCIERNAGA ST 36 461 16,595 0 700 CORDOBA REFUGIO AV NEBLINA DR 36 310 11,145 0 500 CORDOBA REFUGIO AV REFUGIO AV 36 196 7,051 0 200 CORDOBA AVILA AV REFUGIO AV 36 158 5,674 150 100 CORDOBA HILLSIDE DR AVILA AV 36 248 8,923 0 260 CORDOBA SEVILLA WY HILLSIDE DR 36 354 12,745 full width CORINTIA ALGA RD LUCIERNAGA ST 36 213 7,650 full width CORINTIA LUCIERNAGA ST CEBU PL 36 447 16,075 1,100 . 2,000 CORINTIA CEBU PL CAZADERO DR 48 529 25,398 2,100 2,500 CORINTIA CAZADERO DR ARGONAUT A ST 48 361 17,316 1,000 3,000 CORINTIA ARGONAUTA ST LLAMA ST 42 588 24,703 1,000 1,800 CORINTIA LLAMA ST EL FUERTE ST 42 297 12,466 1,100 400 CORTE DE LA VISTA ALICANTE RD TORRY CT 36 191 6,865 1,200 800 CORTE DE LA VISTA TORRY CT AVENIDA VALERA 36 618 22,247 full width CORTE DE LA VISTA AVENIDA VALERA TORRY CT 36 591 21,259 1,400 1,600 CORTE DE LA VISTA TORRY CT BOLERO ST 36 200 7,199 1,500 700 CORTE DE LA VISTA BOLERO ST SONDRA CT 36 146 5,250 150 650 CORTE DE LA VISTA SONDRA CT SONDRA CT 36 384 13,839 500 1,400 CORTE ESPLENDOR CALLE JALISCO END OF STREET 36 290 10,448 0 0 CORTE VERSO END OF STREET SITIO MUSICA 36 237 8,547 0 100 CORTE VERSO SITIO MUSICA CALLE ACERVO 36 247 8,892 0 0 CORTE VIOLETA END OF STREET AVENIDA NIEVE 36 176 6,341 125 75 EAST POINTE H!GH RIDGE AV TAMARACK AV 36 1,519 54,670 400 1,500 EAST POINTE PALISADES DR HIGH RIDGE AV 36 558 20,082 0 1,000 EAST POINTE END OF STREET PALISADES DR 36 185 6,671 0 600 EL FUERTE LOKER AV WEST PALOMAR AIRPORT RD 82 572 46,904 30 2,000 tree roots ESTRELLA DE MAR ALGA RD CALETACT 36 494 17,770 0 0 ESTRELLA DE MAR CALETA CT ESTRELLA DE MAR CT 36 313 11,256 0 0 ESTRELLA DE MAR ESTRELLA DE MAR CT CARACOL CT 36 650 23,416 0 0 ESTRELLA DE MAR CARACOLCT MARAZUL WY 36 462 16,629 0 0 ESTRELLA DE MAR MARAZULWY PACIFICO RD 36 276 9,920 0 0 ESTRELLA DE MAR PACIFICO RD PLAYA RD 36 414 14,895 0 0 ESTRELLA DE MAR PLAYA RD ARENAL RD 36 935 33,651 0 100 HIGH RIDGE EAST POINTE AV TAMARACK AV 36 218 7,862 0 105 HIGH RIDGE TAMARACK AV TELESCOPE AV 36 700 25,217 0 350 HIGH RIDGE TELESCOPE AV NEBLINA DR 36 575 20,704 250 450 HIGH RIDGE NEBLINA DR END OF STREET 36 552 19,860 1,800 1,300 HILLSIDE NEBLINA DR REFUGIO AV 48 315 15,096 0 800 HILLSIDE REFUGIO AV VALENCIA AV 48 225 10,812 0 1,000 HILLSIDE VALENCIA AV CORDOBA PL 48 921 44,197 full width HILLSIDE CORDOBA PL AURA CR 48 666 31,952 full width HILLSIDE AURA CR KELLY DR 48 269 12,924 2,000 1,000 LEGOLAND CANNON RD ARMADA DR 66 727 48,012 94 465 LLAMA CORINTIAST LLAMA CT 36 299 10,765 0 0 LLAMA LLAMA CT END OF STREET 36 391 14,076 0 0 LLAMA COURT END OF STREET LLAMA ST 36 400 14,386 0 0 LOKER AV EAST EL FUERTE ST SEA OTTER PL 48 1,229 58,992 0 3,900 LOKER AV EAST SEA OTTER PL SEA LION PL 48 372 17,878 0 2,200 LOKER AV EAST SEA LION PL PALOMAR AIRPORT RD 48 1,335 64,094 0 2,400 LOKER AV WEST PAR EL FUERTE ST 48 3,635 174,496 0 3,500 LUCIERNAGA ARGONAUTA WY LUCIERNAGA CT 42 742 31,163 .. 3,000 2,100 tree roots LUCIERNAGA LUCIERNAGA CT LUCIERNAGA PL 42 708 29,743 400 2,000 LUCIERNAGA LUCIERNAGA PL CAZADERO DR 42 370 15,553 3,000 700 LUCIERNAGA CAZADERO DR ANTILOPE ST 42 415 17,428 1,200 1,600 LUCIERNAGA ANTI LOPE ST CANTILST 42 355 14,895 1,300 1,580 LUCIERNAGA CANTILST CORINTIAST 42 511 21,464 400 600 LUCIERNAGA CORINTIAST CEBU Pl 42 773 32,462 2,000 2,500 LUCIERNAGA CEBU PL SITIO PALMAS 42 559 23,479 3,500 2,000 LUCIERNAGA SITIO PALMAS URUBU ST 42 240 10,080 1,000 800 LUCIERNAGA URUBU ST VIA CASA DEL SOL 42 213 8,938 1,200 350 LUCIERNAGA VIA CASA DEL SOL EL FUERTE ST 42 135 5,672 2,000 200 LUCIERNAGA COURT LUCIERNAGA ST END OF STREET 42 73 3,058 0 250 LUCIERNAGA PLACE LUCIERNAGA ST END OF STREET 42 504 21,166 75 300 MARAZUL ESTRELLA DE MAR RD END OF STREET 36 459 16,518 full width NEBLINA AVILAAV HIGH RIDGE AV 36 236 8,511 full width NEBLINA CORDOBA PL AVILA AV 36 804 28,937 full width NEBLINA HILLSIDE DR CORDOBA PL 36 921 33,149 full width NEBLINA COURAGEOUSLN HILLSIDE DR 36 422 15,201 full width NEBLINA WINDJAMMER WY COURAGEOUSLN 36 191 6,873 0 30 NEBLINA ARGOSY LN WINDJAMMER WY 36 183 6,595 0 100 NEBLINA FLYING CLOUD WY ARGOSY LN 36 260 9,366 0 75 NEBLINA ENDEAVORLN FLYING CLOUD WY 36 177 6,360 130 0 NEBLINA PARK DR ENDEAVOR LN 36 188 6,765 0 so OBELISCO ARGONAUTA ST OBELISCO PL 36 221 7,950 0 0 OBELISCO OBELISCO PL OBELISCO CT 36 1,885 67,859 0 150 OBELISCO OBELISCO CT ARGONAUT A ST 36 246 8,870 0 0 OBELISCO COURT OBELISCO CR END OF STREET 36 219 7,878 0 0 OBELISCO PLACE OBELISCO CR END OF STREET 36 580 20,894 1,200 100 ORION FARADAY AV EL CAMINO REAL 48 2,051 98,428 0 2,100 PALISADES EAST POINTE AV WEST CLIFF CT 36 213 7,673 0 1,100 1 PALISADES WEST CUFF CT DRIFTWOOD CR 36 1,178 42,426 0 2,200 PALISADES DRIFTWOOD CR DRIFTWOOD CR 36 209 7,514 0 400 PALISADES DRIFTWOOD CR CORALWOOD CR 36 195 7,006 0 450 PALISADES CORALWOOD CR TAMARACK AV 36 150 5,391 400 150 PALISADES CORALWOOD CR CORAL WOOD CR 36 165 5,939 0 350 PLAYA ESTRELLA DE MAR RD END OF STREET 36 541 19,493 full width REFUGIO HILLSIDE DR CORDOBA PL 36 1,036 37,296 0 100 REFUGIO CORDOBA PL END OF STREET 36 610 21,973 0 400 SEA LION END OF STREET LOKER AV EAST 36 361 12,991 0 250 SEA OTTER END OF STREET LOKER AV EAST 36 449 16,180 0 350 SEVILLA VALENCIA AV CORDOBA PL 36 922 33,189 0 200 SITIO CALMAR AVENIDA OBERTURA END OF STREET 36 149 5,373 0 35 SITIO MUSICA END OF STREET CORTE VERSO 36 150 5,395 0 60 SPYGLASS TELESCOPE AV END OF STREET 36 214 7,698 0 400 TELESCOPE HIGH RIDGE AV SPYGLASS CT 36 347 12,492 0 800 TELESCOPE SPYGLASS CT WEST POINT DR 36 906 32,604 0 2,600 TELESCOPE WEST POINT DR SUNSET HILL DR 36 136 4,898 0 200 TELESCOPE SUNSET HILL DR SOUTH VIEW DR 36 119 4,269 0 200 TELESCOPE SOUTH VIEW DR SKYLINE RD 36 599 21,567 0 450 URUBU LUCIERNAGA ST CAZADERO DR 36 299 10,757 0 0 URUBU CAZADEROST END OF STREET 36 555 19,971 0 0 VALENCIA PARK DR ALONDRA WY 36 428 15,423 0 700 VALENCIA ALONDRA WY SEVILLA WY 36 273 9,839 0 700 VALENCIA SEVILLA WY HILLSIDE DR 36 421 15,156 0 900 VIA MIRADOR AVENIDA NIEVE AVENIDA OBERTURA 36 322 11,579 0 0 WEST CLIFF PALISADES DR END OF STREET 40 76 3,046 0 500