Loading...
HomeMy WebLinkAboutSimpson Sandblasting and Special Coatings Inc; 2013-02-21; PWS13-18UTILRecording requested by: CITY OF CARLSBAD When recorded mail to: City Clerk City of Carlsbad 1200 Carlsbad Village Dr. Carlsbad, CA 92008 DOCtt 20 4-0379000 SEP 03, 2014 3:32 PM OFFICIAL RECORDS SAN DIEQO COUNTY RECORDER'S OFFICE Ernest J. Dronenburg, Jr., COUNTY RECORDER FEES: 0.00 PAGES: 1 lililiiiili Space above this line for Recorder's Use 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 Carlsbad Municipal Water District (CMWD), 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 May 30, 2014. 6. The name of the contractor for such work of improvement is Simpson Sandblasting and Special Coatings, Inc. 7 The property on which the work of improvement was completed is at 2237 Janis Way (Ellery), Donna Drive (Elm), and 4277 Skyline Drive (Skyline) in the City of Carlsbad, County of San Diego, State of Califomia, and is described as Ellery, Elm, & Skyline Steel Water Tanks Interior and Exterior Coatings & Structural Repairs, Project No. 50241. CARLSBAD MUNICIPAL WATER DISTRICT ?\m\z Wor)(s Director lim Howell VERIFICATION OF SECRETARY I, the undersigned, say: I am the Secretary of the Carlsbad Municipal Water District, 1200 Garlsbad Village Drive, Carlsbad, Galifornia, 92008. The Executive Manager of said District on August 26 , 2014, accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on August 27 20 14 at Carlsbad, California. CARLSBAD MUNICIPAL WATER DISTRICT AB #784 Reso. #1496 BARBARA ENGLESON, Secretary .4^ CARLSBAD MUNICIPAL WATER DISTRICT San Diego County Califomia CONTRACT DOCUMENTS, GENERAL PROVISIONS, Q SUPPLEMENTAL PROVISIONS, AND TECHNICAL SPECIFICATIONS FOR EUery, Elm, & Skyline Steel Water Tanks Interior and Exterior Coatings & Structural Repairs CONTRACT NO. 50241 BID NO. PWS13-18UTIL ^H' Revised 09/11/12 Contract No. 50241 Page 1 of 103 Pages TABLE OF CONTENTS Item Page Notice Inviting Bids 5 Contractor's Proposal 9 Bid Security Form 19 Bidder's Bond to Accompany Proposal 20 Guide for Completing the "Designation Of Subcontractors" Form 22 Designation of Subcontractor and Amount of Subcontractor's Bid Items 24 Bidder's Statement of Technical Ability and Experience 25 Bidder's Certificate of Insurance for General Liability, Employers' Liability, Automotive Liability and Workers' Compensation 26 Bidder's Statement Re Debarment 27 Bidder's Disclosure of Discipline Record 28 Non-Collusion Affidavit to Be Executed by Bidder and Submitted with Bid 30 Contract Public Worl<s 31 Labor and Materials Bond 37 Faithful Performance/Warranty Bond 39 Optional Escrow Agreement for Surety Deposits in Lieu of Retention 41 Revised 09/11/12 Contract No. 50241 Page 2 of 103 Pages GENERAL PROVISIONS Section 1 Terms, Definitions Abbreviations and Symbols 1-1 Terms 44 1-2 Definitions 45 1-3 Abbreviations 48 1-4 Units of Measure 51 1- 5 Symbols 52 Section 2 Scope and Control of the Work 2- 1 Award and Execution of Contract 53 2-2 Assignment 53 2-3 Subcontracts 53 2-4 Contract Bonds 54 2-5 Plans and Specifications 55 2-6 Work to be Done 58 2-7 Subsurface Data 58 2-8 Right-of-Way 59 2-9 Surveying 59 2-10 Authority of Board and Engineer 61 2- 11 Inspection 61 Section 3 Changes in Work 3- 1 Changes Requested by the Contractor 61 3-2 Changes Initiated by the Agency 62 3-3 Extra Work 63 3-4 Changed Conditions 65 3- 5 Disputed Work 67 Section 4 Control of Materials 4- 1 Materials and Workmanship 69 4- 2 Materials Transportation, Handling and Storage 73 Section 5 Utilities 5- 1 Location 74 5-2 Protection 74 5-3 Removal 75 5-4 Relocation 75 5-5 Delays 76 5-6 Cooperation 76 5- 7 Operation of Tanks 76 Section 6 Prosecution, Progress and Acceptance of the Work 6- 1 Construction Schedule and Commencement of Work 76 6-2 Prosecution of Work 80 6-3 Suspension of Work 81 6-4 Default by Contractor... 81 6-5 Termination of Contract 82 6-6 Delays and Extensions of Time 82 6-7 Time of Completion 83 6-8 Completion, Acceptance, and Warranty 83 6-9 Liquidated Damages 84 6-10 Use of Improvement During Construction 84 Revised 09/11/12 Contract No. 50241 Page 3 of 103 Pages Section 7 Responsibilities of the Contractor 7-1 Contractor's Equipment and Facilities 84 7-2 Labor 84 7-3 Liability Insurance 85 7-4 Workers' Compensation Insurance 85 7-5 Permits 85 7-6 The Contractor's Representative 85 7-7 Cooperation and Collateral Work 86 7-8 Project Site Maintenance 86 7-9 Protection and Restoration of Existing Improvements 88 7-10 Public Convenience and Safety 88 7-11 Patent Fees or Royalties 94 7-12 Advertising 94 7-13 Laws to be Observed 94 7-14 Antitrust Claims 94 Section 8 Facilities for Agency Personnel (NOT USED) Section 9 Measurement and Payment 9-1 Measurement of Quantities for Unit Price Work 94 9-2 Lump Sum Work 95 9-3 Payment 95 9-4 Bid Items 97 APPENDIX Appendix A Exhibit 1 Exhibit 2 Exhibit 3 Exhibit 4 Location Map Ellery Tank Aerial View Elm Tank Aerial View Skyline Tank Aerial View TECHNICAL SPECIFICATIONS DIVISION 01 - GENERAL REQUIREMENTS 01010 Summary of Work DIVISION 09 - FINISHES 09960 Coating Systems for Recoating Water Storage Tank Revised 09/11/12 Contract No. 50241 Page 4 of 103 Pages CARLSBAD MUNICIPAL WATER DISTRICT, CALIFORNIA NOTICE INVITING BIDS UNTIL 2:00 PM ON DECEMBER 18, 2012, the Carlsbad Municipal Water District (District) 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: To provide and install new interior and exterior coatings for one existing 5.0 million gallon steel water tank and two existing 1.5 million gallon steel water tanks. Project also includes repair or replacement of steel ladders, installing new access manway and other miscellaneous repairs. Ellery, Elm, & Skyline Steel Water Tanks Interior and Exterior Coating & Structural Repairs CONTRACT NO. 50241 BID NO. PWS12-18UTIL 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 Carlsbad Municipal Water District 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 District 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 Carlsbad Municipal Water District may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the Carlsbad Municipal Water District 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 Board of Directors of the Carlsbad Municipal Water District on file with the Utilities 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 time of bid opening and the supplements thereto 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 Carlsbad Municipal Water District encourages the participation of minority and women-owned businesses. The Carlsbad Municipal Water District encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. ^¥ Revised 09/11/12 Contract No. 50241 Page 5 of 103 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. Non-Collusion Affidavit 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 $750,000.00 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. SPECIALTY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the District 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 District. 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: Class A: General Engineering or Class 33: Painting and Decorating. Proof of certification under SSPC QP Certification Program must be submitted with your bid. Required certifications are as follows: 1. SSPC-QP1 2. SSPC-QP2 Failure to properly submit the SSPC QP certification will result in the bid being nonresponsive and shall be rejected by the District. 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. Revised 09/11 /12 Contract No. 50241 Page 6 of 103 Pages 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 w 92008-7314, for a non-refundable fee of $25.00 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 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 Carlsbad Municipal Water District except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the Carlsbad Municipal Water District except as hereinbefore specified. REJECTION OF BIDS The Carlsbad Municipal Water District 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 District'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. PRE BID MEETING No pre-bid meeting or tour of the project site will 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. ^ 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. /\ Revised 09/11/12 Contract No. 50241 Page 7 of 103 Pages 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 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 District 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 District may require copies of the insurer's most recent annual statement and quarteriy 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 condifions 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 offered by a company meeting the above standards with the exception that the Best's rafing condifion is waived. The District 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 District is confingent 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 District 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 Carisbad Business License for the duration of the contract. Approved by the Board of Directors of the Carisbad Municipal Water District, California, by Resolufion No. 1448, adopted on the 23rd day of October, 2012. Novembers, 2012 Date Revised 09/11/12 Contract No. 50241 Page 8 of 103 Pages CARLSBAD MUNICIPAL WATER DISTRICT EHeiy, Elm, & Skyline Steel Water Tanks Interior & Exterior Coating & Structural Repairs CONTRACT NO. 50241 CONTRACTOR'S PROPOSAL Board of Directors OPENED, WITNESSED AND Carisbad Municipal Water District f 1200 Carisbad Village Drive j Carisbad, California 92008 [ I bATE The undersigned declares he/she has carefully examined the iocafioh'dnhe work, read the Notice Inviting Bids, examined the Plans, Speciffeatlons, General Provisions, Contract Documents, and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do ali the work to complete Contract No. 50241 in accordance with the Plans, Specifications, General 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: Bid Schedule "A" Ellery Tank Item No. A-1 A-2 A-3 Description Mobilization at Mar Approximate Quantity And Unit Not to Exceed $10,000 (Price in Words) Furnishing ail labor, material, tools, and equipment for the installation of a protective interior epoxy coating, including removal of the existing coating on the interior of the Ellery Steel Tank at f6ur't/t,^i /^>^-TlifuS^/ (Price in Words) Fumishlng all labor, material, tools, and equipment for the installation of an over coating the exterior of the Ellery Steel Tank at . Unit Price (Figures) LS $ f j poo Total Amount (Figures) LS %jMJ[ix_ %9H,^n (Price in Words) Revised 09/11/12 Contract No. 50241 Page 9 of 103 Pages Approximate Item Quantity Unit Price Total Amount No. Description And Unit (Figures) (Figures) A-4 Furnishing all labor, material. 40 EA $ %1A^0 tools, and equipment to replace interior Earthquake rod assemblies in Ellery Steel Tanks at IL^ . (Price in Words) A-5 Furnishing all labor, material, 24 LF $ j $ tools, and equipment to remove and replace roof handrail per AWWA D.100 and apply required coating at i (Unit Price in Words) A-6 Furnishing all labor, material, 1 EA %^rOOO %^jlL!L tools, and equipment to install an additional 30" diameter hinged manway and apply required coating on Ellery Steel Tanks at (Price in Words) B-7 Fumishing all labor, material, 1 EA %^^0(/^ %^JOO tools, and equipment to install new half travel water level indicator for Ellery Steel Tank at (Price in Words) A-8 Fumishing ail labor, material, 1 EA %l /)0d %AJlJL tools, and equipment to install a 36-inch diameter tamper proof aluminum roof vent, per DHS guidelines Ellery Steel Tank at i /\ ii (Price in Words) Revised 09/11/12 Contrad No. 50241 Page 10 of 103 Pages Item No. Description A-9 Fumishing all labor, material, tools, and equipment to remove existing caulking and install new caulking with backer rod for Ellery Steel Tank at A/^^ Th&oiSM^ Dollars (Price in Words) Approximate Quantity And Unit LS Unit Price (Figures) Total Amount (Figures) Total amount of bid in words for Schedule "A: 'P'^^" l/u^td fgcK-'Hur 7^^^ Total amount of bid in numbers for Schedule "A": %^JdRf2M^— Bid Schedule "B" Elm Tank Item No. B-1 B-2 B-3 Description Mobilization at (Price in Words) Approximate Quantity And Unit Not to Exceed $10,000 Fumishing all labor, material, tools, and equipment for the installation of a protective interior epoxy coating, Including removal of the existing coating on the Interior of the Elm Steel Tank at i / (Price In Words) Fumishing all labor, material, tools, and equipment for the installation of an oyer coating system of the exterior of the Elm Steel Tank at (Price in Words) Revised 09/11/12 Unit Price (Figures) LS $/2l LS %}i3JilL Total Amount (Figures) Contract No. 50241 Page 11 of 103 Pages Approximate ^ Item Quantity Unit Price Total Amount No. Description And Unit (Figures) (Figures) B-4 Fumishing all labor, material, 40 EA $ tools, and equipment to replace interior Earthquake rod assemblies in Elm Steel Tank at . JklUci . (Price in Words) B-5 Fumishing ail labor, material, 12 LF $ l/^L $ (44 tools, and equipment to remove and replace roof handrail per AWWA D.100 and apply required coating for Elm Steel Tank at AfHMiMt mIorTi (Unit Pfice in Words) B-6 Fumishing all labor, material, 1 EA %^,0l)0 %£JAIZ^ tools, and equipment to install an additional 30" diameter hinged manway and apply required coating on Elm Steel Tank at (Price In Words) B-7 Fumishing all labor, material, 1 EA %ljdOO %^J)dO tools, and equipment to install new half travel water level indicator for Elm Steel Tank (Price in Words) B-8 Fumishing all labor, material, LS %n^/l/)0 $ f^ jcd tools, and equipment to install a 36-Inch diameter tamper proof aluminum roof vent, per DHS guidelines Elm Steel Tank at (Price in Words) Revised 09/11/12 Contract No. 50241 Page 12 of 103 Pages Approximate Item Quantity Unit Price Total Amount No. Description And Unit (Figures) (Figures) B-9 Fumishing all labor, material, LS $ ^,00 0 %(^JM. tools, and equipment to install a second roof hatch size 36" X 36" for Elm Tank at (Price in Words) B-10 Fumishingalllabor, material. 1 EA % $ \ ^0 tools, and equipment to Install a saf^ climb device on the exterior ladder and required coating on Elm Steel Tank at . JkikcA (Price In Words) B-11 Fumishing all labor, material, LS %1,00/) %jL.^^ ^ tools, and equipment to remove existing caulking and Install new caulking with backer rod for Elm Steel Tank at , (Price In Words) Total amount of bid in words for Schedule "B: T^O^ hfiAyJrf(l S/y/^y-ZW^ Total amount of bid in numbers for Schedule "B: $ X^J^ Revised 09/11/12 Contract No. 50241 Page 13 of 103 Pages Bid Schedule ""C" Skyline Tank Item No. Description C-1 Mobilization at ^ . C-2 C-3 C-4 C-5 Approximate Quantity And Unit Not to Exceed $10,000 (Price in Words) Fumishing all labor, material, tools, and equipment for the Installation of a protective interior epoxy coating, including removal of the existing coating on ttie interior of the Skyline Steel Tank at . , (Price in Words) Fumishing all labor, material, tools, and equipment for tiie Installation of a protective over coating system on the exterior of ttie Skyline Steel Tank at (Price in Words) Furnishing all labor, material, 40 EA tools, and equipment to replace interior Earttiquake rod assemblies in Skyline Steel Tank at . u J A Oollcri (Price in Words) Fumishing ali labor, material, 12 LF tools, and equipment to remove and replace roof handrail per AWWA D.100 and apply required coating for Skyline Steel Tank at /[rfy.rU.T^. MtTi. (Unit Price in Words) Unit Price (Figures) Total Amount fFiaures) %MJ1A LS t/f^/r. 7/i %/a 1/2 LS $zajziL- iZdJii %iisz %Z2JliO_ %1ML. Revised 09/11/12 Contract No. 50241 Page 14 of 103 Pages Item No. Description C-6 Fumishing ali labor, material, tools, and equipment to install an additional 30" diameter hinged manway and apply required coating on Skyline Tank at C-7 C-8 C-9 C-10 (Price in Words) Fumishing all labor, material, tools, and equipment to install new half travel water level indicator for Skyline Steel Tank at (Price In Words) Fumishing all labor, material, tools, and equipment to install a 36-inch diameter tamper proof aluminum roof vent, per DHS guidelines Elm Steel Tank at ^ . Tank at i A j/ Approximate Quantity And Unit (Price in Words) Fumishing all labor, material, tools, and equipment to Install a second roof hatch size 36" X 36" for Skyline Tank at (Price in Words) Fumishing alt labor, material, tools, and equipment to remove existing caulking and install new caulking with backer rod for Skyline Steel 1 EA Unit Price (Figures) 1 EA $ LS %%^00 LS %jiMA LS %1MA Total Amount (Figures) (Price in Words) Revised 09/11/12 Contract No. 50241 Page 15 of 103 Pages Total amount of bid in words for Schedule 'C: I U^d'lru^^rtlf p'^J-y ?~h<'fC rl,su<^j Tc^^-U.^.d f:'«l^h.-T(^C OfJ/MJ. Total amount of bid In numbers for Schedule "C: $ i-> ^ Total amount of bid in words including Schedule "A" and Schedule "B" Schedule X": Jkli-^M^ Total amount of bid in numbers including Schedule "A". Schedule "B", and Schedule "C": $ InlfO^-^U The basis of award will be the sum of Schedule "A" and "B" and "C". Price(s) given above are fimn for 90 days after date of bid opening. Addendum(a) NQ(S). /^/^ has/have been received and is/are included in this proposal. The Undersigned has carefully checked all of the above figures and understands ttiat ttie District will not be responsible for any enor or omission on ttie part of the Undersigned in preparing tiiis bid. The Undersigned agrees ttiat in case of default in executing the required Contract witti necessary bonds and insurance policies wittiin twenty (20) days from ttie date of award of Contract by the Board of Directors of the Cartsbad Municipal Water DIstilct, ttie District may administratively authorize award of ttie contract to the second or tiiird lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that ttie undersigned is licensed to do business or act in the capacity of a contractor within ttie State of Califomia, validly licensed under license number %m(60 • classifK^on Xn/if ^ ' . and ttiat this statement is tirue and con-ect and has the legal effect of an affidavit. A bid submitted to the District 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 District § 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 Califomia law. However, at the time ttie contract is awarded, the contractor shall be property licensed. The Undersigned bidder hereby represents as follows: 1 That no Board member, officer agent, or employee of the City of Cartsbad is personally interested directiy or indirectly, in ttils Contract, or ttie compensation to be paid hereunder; that no representation, oral or In writing, of the Board of Directors, its officers, agents, or employees has Inducted him/her to enter into ttiis Contract, excepting only those contained in ttiis fonri of Contract and ttie papers made a part hereof by its temis; and 2. That tills bid is made v^nthout connection with any person, finn, or corporation making a bid for tfie same wori^, and is in all respects fair and wittiout collusion or fraud. Accompanying ttiis proposal is ^6A/1 ^(Cash. Certified Check. Bond or Cashier's Check) for ten percent (10%) of tiie amount bid. The Undersigned is aware of ttie provisions of section 3700 of the Labor Code which requires every /\ W Revised 09/11/12 Contract No. 50241 Page 16 of 103 Pages Check a License - License Detail - Contractors State License Board Page 1 of2 DEPARTllEIIT OF CONSUMER AFFAIRS Contractors State License Board Contractor's License Detail - License # 878060 DISCLAIMER: A license status check provides information tal<en from the CSLB license database. Before relying on this information, you should be avi^are of the following limitations. CSLB 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 7071.17 , 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. License Number Business Information Entity Issue Date Expire Date License Status Classifications Bonding Workers' Compensation 878060 Extract Date 12/18/2012 SIMPSON SAND BLASTING AND SPECIAL COATINGS INC Business Phone Number: (951) 273-9890 191 GRANITE STREET CORONA, CA 92879 Corporation 05/20/2006 05/31/2014 , . ,, . , ACTIVE This license is current and active. Ail information below should be reviewed. CLASS DESCRIPTION C33 PAINTING AND DECORATiNG CONTRACTOR'S BOND This license filed a Contractor's Bond with AMERICAN CONTRACTORS INDEMNITY COMPANY. Bond Number: SC6348618 Bond Amount: $12,500 Effective Date: 03/02/2009 Contractor's Bond History BOND OF QUALIFYING INDIVIDUAL 1. The Responsible Managing Officer (RMO) SIMPSON RYAN PATRICK certified that he/she owns 10 percent or more of the voting stock/equity of the corporation. A bond of qualifying individual is not required. Effective Date: 05/20/2006 WORKERS* COMPENSATION https://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetaiLaspx?LicNum=8... 12/18/2012 Check a License - License Detail - Contractors State License Board Page 2 of 2 This license has workers compensation insurance with STATE COMPENSATION INSURANCE FUND Policy Number: 1972128 Effective Date: 05/01/2011 Expire Date: 05/01/2013 Workers' Compensation History Personnel List Conditions of Use | Privacy Policv Copyright © 2010 State of California https://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetail.aspx?LicNum=8... 12/18/2012 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 perfomiance of the wori^ 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 woricer 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 Numfc>er) 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 City and State (Street and Number) (4) Zip Code, Telephone No. (5) E-Mail Revised 09/11712 Contract No. 50241 Page 17 of 103 Pages IF A CORPORATION. SIGN HERE: (1) Name under which business is conducted C/^^l^i/\ ^<tW<^V^^ /?^/g/ (2) . (Signature) (Titie) Impress Corporate Seal here (3) Incorporated under the laws of the State of C^l'^^^fA (4) Place of Business y iStreet and Number) City and State_C^Oa;i Clf. (5) Zip Code ^U^^ Telephone No. fJ^/-X75 'fKfO E-Mail ryA/\ ^ //.^/o/i Ci^lUHiy > . NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED 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: JESSICA MARIE PEREZ | Commission No. 1972774 z NOTARY PUBLIC-CALIFORNIA O T \7t7i^Zf'J RIVERSIDE COUNTY My Comm. Expires MARCH 22 2,2016 I Revised 09/11/12 Contract No. 50241 Page 18 of 103 Pages CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of l?wc^^iAe On \i'Tjax-L, before me, ^J^^.<.str-^ MOL/CJ (^^"^^ >0o4a»-w PubUc » (Here insert name and titfe of the officer) ' personally appeared ^\^^v\ f^xyr^poon ^ £liagc Svvw(>SQn^ (?i3\ ^^r^pSQr> " ' » who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/© subscribed to the within instrument and acknowledged to me that he/she/(^§) executed the same in Ms/her/t^^ authorized capacity (ies), and that by his/her/tiie^ignature(s) on the instrument the person(s), or the entity upon behalf of which tiie person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. S my hand and official seal e 0/Notary Public (Notary Seal) JESSICA MARIE PEREZ Commission No. 1972774 NOTARY PUBLIC-CALIFORNIA RIVERSIDE COUNTY My Comm. Expires MARCH 22, 2016 ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF TEIE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER • Individual (s) • Corporate Officer (Title) • Partner(s) • Attorney-in-Fact • Trustee(s) • Other INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of Califomia. In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (i.e. certifying the authorized capacity of the signer). Please check the document carefully for proper notarial wording and attach this form if required. • State and County infonnation must be the State and County where the document signer(s) personally appeared before the notaiy public for acknowledgment. • Date of notarization must be the date fliat the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary pubUc must print his or her name as it appears within his or her commission followed by a comma and then your title (notary pubhc). • Print the name(s) of document signer(s) who personally appear at Ihe time of notarization. • Indicate die correct singular or plural forms by crossing off incorrect forms (i.e. fee/she/feeyr is ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re-seal if a sufficient area peraiits, otherwise complete a different acknowledgment form. • Signature of the notaiy public must match the signature on fUe with the office of the county cleric • Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. • Indicate title or type of attached docimient, number of pages and date. • Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document 2008 Version CAPA vl2.10.07 800-873-9865 www.NotaryClasses.com BID SECURITY FORM (Check to Accompany Bid) Ellery, Elm, & Skyline Steel Water Tanks Interior and Exterior Coating & Structural Repairs CONTRACT NO. 50241 (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers check payable to the order of CARLSBAD MUNICIPAL WATER DISTRICT, 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 District, provided this proposal shall be accepted by the District 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; othen/vise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the District if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless OthenA/ise 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 09/11/12 Contract No. 50241 Page 19 of 103 Pages BIDDER'S BOND TO ACCOMPANY PROPOSAL Ellery, Elm, & Skyline Steel Water Tanks Interior & Exterior Coating & Structural Repairs CONTRACT NO-50241 KNOW ALL PERSOMS BY THESE PRESENTS: That we, Simpson Sandblasting and , as Principal, and First National Insurance Company pf America as Surety are held and firmly bound unto ttie Carlsbad Municipal Water District, Califomia, In an amount as follows: (must be at least ten percent (10%) of the bid amount) ^2) for which payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, joln% and seva^ally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if ttie proposal of the above- bounden Principal for: Ellery, Elm, & Skyline Steel Water Tanks Interior & Exterior Coating & Structural Repairs CONTRACT NO. 60241 in the City of Carlsbad, is accepted by the Board of Directors, 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 Board of Directors of the Carlsbad Municipal Water District of the City of Carisbad, being duly notified of said award, then this obligation shall become null and void; ottienrtflse, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said District. Special Coatings, Inc. '(2) Ten percent (10%) of the total amount bid by the Principal In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall Revised 09/11 /12 Contract No. 60241 Page 20 of 103 Pages lOON not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this day of OtC l'^^i r .> 20/>L. PRINCIPAL: Simpson Sandblasting and Special Coatings, Inc. (name of Principal) ^ tere)^ ' By -(sign H^/\ \(^<.^^ )rini n (print name here) h^/ty\ I _ By: (sign here) (print name here) (title and organization of si signatory) Executed by SURETY this 17th of December , 20 12 day SURETY: First National Insurance Company of America (name of Surety) 790 The City Drive South, Suite 200, Orange, CA 92868 (address of Surety) 714.634.3311 (telephone number of Surety) (signature of Attom^-in^Fact) Shannon Lopez (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 for corporations. If only one officer signs, Ihe corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS Tn FORM: General Counsel AssistanliSener enerai Counsel Revised 09/11/12 Contract No. 50241 Page 21 of 103 Pages CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT state of California County of San Bernardino On December 17. 2012 personally appeared before me Raquel L. Soto, Notary Public. Shannon Lopez who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY 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 J^^^:^^^ (Seal) RAQUEL L. SOTO \ COMM. #1958219 S HOTART PUBUC-CAUFORNIA p SANBERNAKDMOCOUNIY ^ * llyConwn.E»tp.Hw.21.W5 t THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 5329572 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. First National Insurance Company of America General Insurance Company of America Safeco Insurance Company of America POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That First National Insurance Company of America, General Insurance Company of America, and Safeco Insurance Company of America are corporations duly organized under the laws of the State of New Hampshire (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, MARTIN M. DAVIS, PETER M. DAVIS, GEORGE A. DECRISTO, GALE DELO, SHANNON LOPEZ, KENZIE K. THOMPSON, all of the city of REDIANDS state of CALIFORNIA each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attomey has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this istn day of April . 2012 . (0 o a is » 3 fs (Q g ol (0 c > £ 5 = z O First National Insurance Company of America General Insurance Company of America Safeco Insurance Company of America By: Gregory W. Davenport, Assistant Secretary STATE OF WASHINGTON COUNTY OF KING On this i8ih day of April ss 2012 • before me personally appeared Gregory W. Davenport, who acknowledged himself to be the Assistant Secretary of First National Insurance Company of America, General Insurance Company of America, and Safeco Insurance Company of America, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Seattle, Washington, on the day and year first above written. NOTARY PUBiJC By: KD Riley, Notary Nijblic ary^Sibiic This Power of Attomey is made and executed pursuant to and by authority of the following By-law and Authorizations of First National Insurance Company of America, General Insurance Company of America, and Safeco Insurance Company of America, which are now in full force and effect reading as follows: ARTICLE IV - OFFICERS - Section 12. Power of Attomey Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as ttie Chaimian or ttie President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligattons. Such attorneys-in-fact, subject to ttie limitattons set fortti in their respective powers of attomey, shall have fijll power to bind the Corporation by ttieir signature and executed, such instruments shall be as binding as if signed by the Pr^ident and attested to by ttie Secretary. Any power or authority granted to any representative or attorney-in-fact under ttie provisfons of ttiis article may be revoked at any time by ttie Board, ttie Chairman, ttie PresWent or by the officer or officers granting such power or authority. Certificate of Designation - The PreskJent of the Company, acting pursuant to ttie Bylaws of ttie Company auttiorizes Gregory W. Davenport, Assistant Secretary to appoint such attorneys-in-fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization - By unanimous consent of ttie Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and biding upon tile Company witti ttie same force and effect as tiiough manually affixed. 1, David M. Carey tiie undersigned, Assistant Seaetary, of First National Insurance Company of America, General Insurance Company of America, and Safeco Insurance Company of America do hereby certify ttiat ttie original power of attomey of which ttie foregoing is a full, true and correct copy of the Power of Attomey executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed ttie seals of said Companies this day of > n •a to tn 0) c > c (0 c EE o c .(2o o c >«® 08 0) o E" Oi o David M. Carey, Assistant Secretary POA-FNICA, GICA&SICA LMS_12874_041012 - 3 Company CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of Califomia County of (?vMg^'^\fl€ On \Z'\^-'Lts\'2^ before me, ^ V^^sir/^ ^n.^t^ fe/^z^ . fJ^-ki^ ^ bhC (Here insert name and tme of the officer/ personally appeared ^KJIXV^ vSiwNpSon (^u^se^K 3\w>pSoo " who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/i^^subscribed to the within instrument and acknowle^ed to me that he/she/lj^^ executed the same in his/her/t^^ authorized capacity(ies), and that by his/her/tJl^signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of Califomia that the foregoing paragraph is tme and correct. my hand and officid^al (Notary Seal) JESSICA MARIE PEREZ Commission No. 1972774 NOTARY PUBLIC-CALIFORNIA RIVERSIDE COUNTY My Comm. Expires MARCH 22. 2016 1 ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF TEIE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Date (Additional infonnation) CAPACITY CLAIMED BY TEIE SIGNER • Individual (s) • Corporate Officer (Title) • Partner(s) • Attorney-in-Fact • Trustee(s) • Other INSTRUCTIONS FOR COMPLETING TEDS FORM Any acknowledgment completed in Califomia must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of Califomia. In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (i.e. certifying the authorized capacity of the signer). Please check the document carefully for proper notarial wording and attach this form if required. • State and Coimty infonnation must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears witihin his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. fee/she/&eyr is /«©) or circling the correct forms. Failure to correctly indicate this infonnation may lead to rejection of document recording. • The notaiy seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re-seal if a sufficioit area permits, otherwise complete a different acknowledgment form. • Signature of the notaiy public must match flie signature on fUe with the office of the county cleric • Additional infonnation is not required but could help to ensure this acknowledgment is not misused or attached to a different document • Indicate title or type of attached document, number of pages and date. • Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document 2008 Version CAPA vl2.10.07 800-873-9865 www.NotaryClasses.com Company Profile Page 1 of 2 Company Profile FIRST NATIONAL INSURANCE COMPANY OF AMERICA 175 BERKELEY STREET BOSTON, MA 02116 Agent for Service of Process KAREN HARRIS, C/O CORPORATION SERVICE COMPANY 2710 GATEWAY OAKS DRIVE, SUITE 150N SACRAMENTO, CA 95833-3505 Unable to Locate the Agent for Service of Process? Reference Information NAIC #: 24724 NAIC Group #: OHi California Company ID #: 0978-7 Date authorized in CaUfornia: January 03, 1929 License Status: UNLIMITED-NORMAL Company Type: Property & Casualty State of Domicile: NEW HAMPSHIRE Lines of Insurance Authorized to Transact 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. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT FIRE LIABILITY MARINE MISCELLANEOUS W PLATE GLASS SPRINKLER http://interactive.web.insurance.ca.gov/webuser/idb_co_prof_utl.get_co_profPp_EID-3075 12/18/2012 Company Profile Page 2 of 2 SURETY TEAM AND VEHICLE WORKERS' COMPENSATION Company Complaint Information Company Enforcement Action Documents Company Performance & Comparison Data Composite Complaint Studies Want More? Help Me Find a Company Representative in My Area Last Revised - November 10, 2012 10:58 AM Copyright © Califomia Department of Insurance http://interactive.web.insurance.ca.gov/webuser/idb_co_prof_utl.get_cojprof?p_EID=3075 12/18/2012 GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTORS" FORM REFERENCES Prior to preparation of the following "Subcontractor Disclosure Forni" 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 "Wori<". Bidders are further urged to review sections 2-3 SUBCONTRACTS of the General Provisions. CAUTIONS This fomn will be used by the Agency to detemilne the percentage of wori< that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct infonnation 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 othenA^ise to be preformed by forces other than the Bidder's own organization will be rejected as non-responsive. Specialty items of woric 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 perfonned 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 perfonn work or labor or render service in or about the wori< 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 forni must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and connect Infonnation may result In reiectlon of the bid as non- resDonsive. Suppliers of materials from sources outside the limits of woric are not subcontractors. The value of materials and transport of materials from sources outside the limits of woric, 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 perfonned by the Subcontractor installing said Item. When a Subcontractor has a Carisbad 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 clearty apprise the District of the specific facts that show the Bidder proposes to perfonn no less than fifty percent (50%) of the woric with Its own forces. Detennination of the subcontract amounts for purposes of award of the contract shall be determined by the Board of Directors In conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the Board of Directors shall be final. Revised 09/11 /12 Contract No. 50241 Page 22 of 103 Pages Contractor is prohibited from performing any work on this project with a subcontractor who is Ineligible to perfonn work on a public works project pursuant to Labor Code Sections 1771.1 or 1777.7. Bidders shall make any additional copies of the disclosure fomns as may be necessary to provide the required Infonnation. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. 0 Revised 09/11/12 Contract No. 50241 Page 23 of 103 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) Ellery, Elm, & Skyline Steel Water Tanks Interior & Exterior Coating & Structural Repairs CONTRACT NO. 50241 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 Portion of Work Subcontractor Name and Location of Business Subcontractor's License No. and Classification* Amount of Work by Subcontractor in Dollars* •/ i^/f\ /!/' ^ 'ti^^7[('.: C'f Page j of ( pages of this Subcontractor Designation form Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the informalion preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the 'Notice Inviting Bids." mjg' Revised 09/11/12 Contract No. 50241 Page 24 of 103 Pages BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) Ellery^ Elm, & Skyline Steel Water Tanks Interior & Exterior Coating St. Structural Repairs CONTRACT NO. 50241 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 District to judge his/her responsibility, experience and skill. An attachment can be used. Date Contract Completed Name and Address of the Employer Name and Phone No. of Person to Contract Type of Work Amount of Contract II y/iU&if ^ fu/^'/ S'^^Tv J t <f ^ri 1 f——— X7£ 7 Jl/JJA^ J^'Z 7^U^<i-< 'xuhry-r'>iA , l>UC(!77 /. . .init.l 1 ..I..-.- itli/z^iii^ ^7-?7f^f^yc; ^%.7^h u^A^ hr\^ I iC77co 77// i;f 4 7yr.^h f(JJ'1^ i^t ' T'^'Vi .../ iff ' '• -••— Revised 09/11/12 Contract No. 50241 Page 25 of 103 Pages BIDDER'S CERTIFICATE OF 'NfURANCE FO^^^ OPNFRAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE GENERAL mBUJTY,t COMPENSATION (To Accompany Proposal) Ellery, Elm, & Skyline Steel Water Tanks Interior & Exterior Coating & Structural Repairs CONTRACT NO. 50241 AS a required part of the Bidders 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 m Automobile Liability 7 Workers Compensation Employer's Liability 2) Statement with an insurance.carrie^s no^nz^ S"e to me'sliirPoTcSX^^^ payment of fees and/or premums ^^^K^d^^;,^^^^^ Com^nsation and Employees Sl^l^co^^^^^^^^ ^-^-"d Ce™ ^f insurance to .he Agency showing conformance with the requirements herein. All certfficates of insurance and statements of willingness to issue insurance for auto policies offered 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 anv vehicle used in the performance of the contact, j^ed onsite or offsite, whether owned, ^ non-owned or hired, and whether scheduled or non-scheduled. Revised 09/11/12 Contract No. 60241 Page 26 of 103 Pages ACORO- CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 01/31/2013 rPRODUCER Phone: 888-874-3800 Fax; 800-921-5606 ^ CONSTRUCTION SPECIALTIES INSURANCE SERVICES 2450 VENTURE OAKS WAY, SUITE 220 SACRAMENTO CA 95833 Agency Lid»: 0B35752 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR rPRODUCER Phone: 888-874-3800 Fax; 800-921-5606 ^ CONSTRUCTION SPECIALTIES INSURANCE SERVICES 2450 VENTURE OAKS WAY, SUITE 220 SACRAMENTO CA 95833 Agency Lid»: 0B35752 INSURERS AFFORDING COVERAGE NAIC# INSURED SIMPSON SANDBLASTING & SPECIAL COATING, INC. 191 GRANITE STREET, STE B CORONA CA 92879 INSURER A Landmark American Ins Co AX Non INSURED SIMPSON SANDBLASTING & SPECIAL COATING, INC. 191 GRANITE STREET, STE B CORONA CA 92879 INSURER B Wesco Insurance Company 25011 INSURED SIMPSON SANDBLASTING & SPECIAL COATING, INC. 191 GRANITE STREET, STE B CORONA CA 92879 INSURER C National Union Fire Ins Co of Pittsburg PA A++XV ADM INSURED SIMPSON SANDBLASTING & SPECIAL COATING, INC. 191 GRANITE STREET, STE B CORONA CA 92879 INSURER D State Compensation Insurance Fund INSURED SIMPSON SANDBLASTING & SPECIAL COATING, INC. 191 GRANITE STREET, STE B CORONA CA 92879 INSURER E Assurance Company of America COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE' INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CUiMS. INSR LTR NXfl INSRC TYPE OF INSURANCE POLICY NUMBER POUCY EFFECTIVE DATE IMMTOVYYl POUCY EXPIRATION JAjyjI^gOjYYJ^ LIMITS GENERAL LIABIUTY COMMERCIAL GENERAL LIABILITY CLAIMS MADE X LHA136129 06/07/12 06/07/13 EACH OCCURRENCE OAMAffi TO RENTED PREMISES (Ea occurence) OCCUR MED. EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE GEN-L AGGREGATE LIMIT APPLIES PER: I POLICY I I I I LOG AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS PRODUCTS - COMP/OP AGG 1,000,000 50.000 EXCLUDED 1,000,000 2.000,000 2.000,000 WPA1031328 01 07/16/12 07/16/13 COMBINED SINGLE LIMIT (Ea accident) 1,000,000 BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT OTHER THAN AUTO ONLY: EAACC AGG EXCESS / UMBRELLA LIABILITY CLAIMS MADE BE 033880929 09/10/12 06/07/13 EACH OCCURRENCE 5.000,000 OCCUR \ I AGGREGATE 5,000,000 DEDUCTIBLE RETENTION $ WORKERS COMPENSATION ANO EMPLOYERS' LIABILPTY ANY PROPRIETOWPARTN6R/EXECUT1VE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes. describe under SPECIAL PROVISIONS below 1972128-2012 05/01/12 05/01/13 IWC STATU- TORY LIMITS • E L. EACH ACCIDENT 1.000,000 E.L. DISEASE-EA EMPLOYEE 1,000,000 E.L. DISEASE-POLICY LIMIT 1,000,000 OTHER INLAND MARINE EC68154030 11/07/12 11/07/13 SCHEDULE DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS *10 DAYS NOTICE FOR NON-PAYMENT, 30 DAYS FOR ALL OTHER THE CITY OF CARLSBAD ITS OFFICIALS. EMPLOYEES AND VOLUNTEERS ARE NAMED AS ADDITIONAL INSURED HEREUNDER AS RESPECTS LIABILITY ARISING OUT OF ACTIVITIES PERFORMED BY OR ON BEHALF OF THE NAMED INSURED. COVERAGE UNDER THIS POLICY SHALL BE PRIMARY INSURANCE AS RESPECTS THE CITY. ITS OFFICIALS. EMPLOYEES AND VOLUNTEERS PER FORM RSG City of Carlsbad Public Works Purchasing Department 1635 Faraday Avenue Carisbad. Ca 92008 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL MAIL 30* DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. City of Carlsbad Public Works Purchasing Department 1635 Faraday Avenue Carisbad. Ca 92008 AUTHORIZED REPRESENTATIVE ^ The ACORD name and logo are registered marks of ACORD LANDMARK AMERICAN INSURANCE COMPANY This Endorsement Changes The Policy. Please Read It Carefully. ADDmONAL INSURED BLANKET - PRIMARY AND YOUR WORK This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE _ _ _ Name of Person or Organization: Any person or organization to whom or to which you are obligated by virtue Of a written contract or by the issuance or existence of a written permit, to provide insurance such as is afforded by this policy. A. SECTION II - WHO IS AN INSURED is amended to include as an additional insured the person(s) or organization(s) shown in the SCHEDULE, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations; and/or "your work" defined for the additional insured{s) designated above included in the "products-completed operations hazard". B. If you are required by a written contract to provide primary insurance, this policy shall be primary and SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS. 4. Other Insurance does not apply, but only with respect to coverage provided by this policy. This endorsement effective 6/7/2012 forms part of Policy Number LHA136129 issued to SIMPSON SANDBLASTING & COATING by Landmark American Insurance Company RSG 15017 1207 Includes copyrighted material of Insurance Services Office, Inc. 1984 (1 85) with its penn ission BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) Ellery, Elm, & Skyline Steel Water Tanks Interior & Exterior Coating & Structural Repairs CONTRACT NO. 50241 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction In the State of Califomia? yes no 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 deban-ed agency agency period of debarment period of debamient BY CONTRACTOR: (name of Contractor) By:^^ ^ (sign here) (print name/title) I_ofJ Page of f pages of this Re Debarment form Revised 09/11/12 Contract No. 50241 Page 27 of 103 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) Ellery, Elm, & Skyline Steel Water Tanks Interior & Exterior Coating & Structural Repairs CONTRACT NO. 50241 Contractors are required by law to be licensed and regulated 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 10 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 Califomia Contractors' State license Board two or more times within an eight year period? X yes no 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 Califomia Contractors' State license Board two or more times within an eight year period? yes no 4) Has the suspension or revocation of the license of 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 fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary 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 ( of 0 pages of this Disclosure of Discipline form Revised 09/11/12 Contract No. 50241 Page 28 of 103 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) Ellery, Elm, & Skyline Steel Water Tanks Interior & Exterior Coating & Structural Repairs CONTRACT NO. 50241 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 (if any) upon which the disciplinary action was stayed. (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: (name of Contrador) Bv: '"^^-^^ /yO.<c/^<^i^ (sign her€) Ay^ C/^(/./i (r(7(/*^t '' (print name/title) "^^^ Page of ^— pages of this Disclosure of Discipline form Revised 09/11/12 Contract No. 50241 Page 29 of 103 Pages NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 Ellery, Elm, & Skyline Steel Water Tanks Interior & Exterior Coating & Structural Repairs CONTRACT NO. 50241 The undersigned declares: I am the ffH^^fJiAf oiiiAffuA he party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. 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 overiiead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are tme. 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 State of Caiifori^ that the foregoing is t and con-ect and that this declaration is executed on fi^^iyt^lor /7 __, 20/i^ Li^<rxM/k fcitvl r 4 [state]. true at Signaturer^f Bidder Revised 09/11/12 Contract No. 50241 Page 30 of 103 Pages The Society For Protective Coatings Simpson Sandblasting & Special Coatings, Inc. of Corona, CA has met or exceeded the requirements set forth in the SSPC Painting Contractor Certification Program for FIELD APPUCATION OF COATINGS COMPLEX STRUCTURES SSPC-QPl President, SSPC March 31,2012 - March 31,2()13 Validation Period 0« nen. arc adN ibcd to contact SSPC at 412-281-2331 ext. 2235 or ext. 2209 to verify authenticity of certificition o Simpson Sandblasting & Special Coatings, Inc. of Corona, CA has met or exceeded the requirements set forth in the SSPC Painting Contractor Certification Program for INDUSTRIAL HAZARDOUS PAINT REMOVAL SSPC-QP2 *;A;; Category President, SSPC March 31,2012 - March .31, 2013 Validation Period Owners are ad>iscd tocontatt SSPC at 412-281-2331 e\t. 2235 or ext. 2209to\crif> authcnticit) of certification. CONTRACT PUBLIC WORKS This agreement is made this day of FehrUCXrcJ , 20 f3. by and between the Carisbad Municipal Water District of the City of Carls6ad, California, a municipal corporation, (hereinafter called "District"), and Simpson Sandblasting and Special Coatings, Inc., whose principal place of business is 191 Granite Street Suite B Corona CA 92879 (hereinafter called "Contractor"). District and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: Ellery, Elm, & Skyline Steel Water Tanks Interior & Exterior Coating & Structural Repairs CONTRACT NO. 50241 (hereinafter called "project") 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 Subcontrac- tors, 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 District 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, District 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 District 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 District about underground conditions or other job conditions is for Contractor's convenience only, and District does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by District. ^¥ Revised 09/11/12 Contract No. 50241 Page 31 of 103 Pages 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 District, 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 III 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. District 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 District 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 District, 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 District. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the District against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the District. Defense costs include the cost of separate counsel for District, if District requests separate counsel. Revised 09/11/12 Contract No. 50241 Page 32 of 103 Pages Contractor shall also defend and indemnify the District 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 othenA/ise, and Contractor will pay all costs, including defense costs for the District. Defense costs include the cost of separate counsel for District, if District 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 of Carisbad's policy for insurance as stated in Citv Council Policv # 70. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Commercial General Liability Insurance: $1,000,000 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 District or its agents, officers or employees are additional insured. b. Business Automobile Liability Insurance: $1,000,000 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. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the District. (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 District, 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 District, 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 District, its officials, employees and volunteers. Any insurance or self-insurance maintained by the District, 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 District, 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. (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 District by certified mail, return receipt requested. ^¥ Revised 09/11 /12 Contract No. 50241 Page 33 of 103 Pages (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 District. At the option of the District, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the District, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) 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 District or any of its officials or employees. (F) 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 Citv Council Policv # 70. (H) Verification Of Coverage. Contractor shall furnish the District 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 District and are to be received and approved by the District before the Contract is executed by the District. (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 District 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 District, 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 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 Carisbad Municipal Water District seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Revised 09/11 /12 Contract No. 50241 Page 34 of 103 Pages (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 Carisbad 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 Board of Directors of the Carisbad Municipal Water District of the City of Carisbad 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. init 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the District, 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 District by certified letter accompanying the return of this Contract. Contractor shall notify the District 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 District 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 District 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 othen/vise, 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. ^^W Revised 09/11/12 Contract No. 50241 Page 35 of 103 Pages 17. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Supplementalyrovisiohs" iittached hereto and made a part hereof NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED /A (CORPORATE SEAL) CONTRACTOR: i^^c^ ^/luJ^^i4 / Sfet'^l Ga/^'yU^r^ ' " ' (pamet)f Contractor) There) 1 jfssiCAiiARieraiiz Committioii No. 1972774 m RWailBCCOUNlY CARLSBAD MUNICIPAL WATER DISTRICT, a municipal corporation of^the Siate of California e/^hi^le) (print name and title)' President or vice-president and secretary or assistant secretary must sign for corporation^."It'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 General Counsel By: Assistant ant General Counsel %9 Revised 09/11/12 Contract No. 50241 Page 36 of 103 Pages ACKNOWLEDGMENT State of California ^ County of y-^^^^=^-'=>\^'^ J ss. On r^^-^^-^\^ before . lc^A\K\\y^ O^DW\A^D\A Notary Public, personally appeared I^X^^M^ '^^WX ^<::>V^ who proved to me on the basis of satisfactory evidence to be the person(^ whose nameCaf Is/are subscribed to the wjjhln Instrument and acknowledged to me that (OhSthey executed the same In^S^tet/thetr authorized capaclty(ie^, and that by ^ief/thelr signatures(^on the Instrument the personf;E(), or the entity upon behalf of which the person(?(i acted, executed the Instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph Is tme and correct. WITNESS my hand and official seal. JENNlFtR JOHNSON Gommissicn # 1909467 Notary Pun 'c - California z Riverside County | My rnmm Fxni.es Oct 19.20141 My comi OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Thumbprint of Signer Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: Trustee Power of Attomey CEO/CFO/COO President / Vice-President / Secretary / Treasurer Other: • Check here if no thumbprint or fingerprint is available. Other Infonnation:. CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of Califomia County of (?i\ieravclc On 0?>0M>Z.Oi3 before me, ^)es&ic€. K^t^ RL/^TL , Mo-kM-^ PotoUd (Here insert name and'title of the officer) ' personally appeared gossdM g>tyy>pSon who proved to me on the basis of satisfactory evidence to be the personQ^ whose namejj^ i&are subscribed to the within instrument and a^owledged to me that ©'she/they executed the same in cMher/their authorized capacity(^), and &at by ©her/their signature(a) on the instrument the person(i^, or the entity upon behalf of which tiie personf^acted, executed the instrument. I certify under PENALTY OF PERJURY imder the laws of the State of Califomia that the foregoing paragraph is tme and correct. y hand and official seal. (Notary Seal) JESSICA MARIE PEREZ Commisskm No. 1972774 NOTARV PUBUC-CMJFOIMA mvattlOE COUNTY CMMn. ElViiw MARCH 22. aOlt ADDITIONAL OPti DESCRIPTION OF TEIE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continuecQ Number of Pages ^ Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER • Individual (s) • Corporate Officer (Title) • Partner(s) • Attorney-in-Fact • Trustee(s) • Other ONAL INFORMATION INSTRUCn'IONS FOR COMPLETING THIS FORM Any acknowledgment completed in Califomia must contain verbiage exactly as appears above in the notary section or a separate acknawledgment form must be properly completed and attached to that document. The onfy exception is if a document is to be recorded outside of Califomia. hi such instances, any alternative acknawledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (i.e. certifying the authorized capacity of the signer). Please diedk the document carefulfyfor proper notarial wording and attach this form if required. • State and County infomiation must be tiie State and Coimly where the document signer(s) personally appeared before the notaiy public for acknowledgment • Date of notarization must be the date that die signer(s) personally speared which must also be tiie same date the acknowledgment is completed. • The notaiy public must print his or her name as it appears within his or her commission followed by a comma and then your title (notaiy public). • Print the name(s) of docum^t signer(s) who personally appear at the time of notarization. • Indicate tiie coirect singular or plural forms by crossing off incorrect foims (i.e. fee/she/fe^ is /«& ) or circling tiie correct forms. Failure to correctly indicate tiiis information may lead to rg'ection of document recording. • The notaiy seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re-seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of tiie notary public must match the signature on file witii the office of the county cletk. • Additional infonnation is not required but could help to ensure this acknowledgment is not misused or attached to a differmt document • Indicate title or type of attached document, number of pages and date. Indicate tiie capacity claimed by the signer. If tiie claimed capacity is a corporate officer, indicate tiie titie (i.e. CEO, CFO, Secretary). • Securely attach this document to tiie signed document 2008 Version CAPA vl2.10.07 800-873-9865 www.NotaiyClasses.com Bond No. 024040310 Premium included in Performance Bond LABOR AND MATERIALS BOND Board of Directors of the Carlsbad Municipal Water District located in the State of California, by Resolution No. 1465, adopted January 29, 2013, has awarded to Simpson Sandblasting and Special Coatings, Inc., (hereinafter designated as the "Principal"), a Contract for: Ellery, Elm, & Skyline Steel Water Tanks Interior & Exterior Coating & Structural Repairs CONTRACT NO. 50241 in the City of Carlsbad, in strict confornnity with the drawings and specifications, and other Contract Documents now on file in the Office of the Secretary of the Carlsbad Municipal Water District 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 wori^ 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. SIMPSON SANDBLASTING AND SPECIAL COATINGS. INC., as Principal, (hereinafter designated as the "Contractor"), and The Ohio Casualty Insurance Company as Surety, are held firmly bound unto the Carisbad Municipal Water District in the sum of One Million Sixty Thousand Three Hundred Eighty Dollars ($1,060,380), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the Carlsbad Municipal Water District, 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 perfonned 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. 0W Revised 09/11/12 Contract No. 50241 Page 37 of 103 Pages JESSICA HARIE PEREZ | Commission No. 1972774 s ijy NOTARY PUSUCCALN'OWIIA RIVERSIDE COUNPTY % Comm. Expim MARCH 22,3019 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 20 Executed by SURETY this of__ February 1st day _, 2013 CONTRACTOR: Simpson Sandblasting and Special Coatings, Inc. (name of Contractor) (siqn here)/ * * (print name here) • By: —> fca|6n5f^natory) SURETY; The Ohio Casualty Insurance Company (name"ofSuri^ 790 The City Drive South, Suite 200, Orange, CA 92868 (address of Surety) 714.634.3311 . (telephone nuqnber of Surety) Bv: ZmJjUKL (signature of^ttofney-in-Fact) Shannon Lopez i (printed namel3fAttomey-in-Fact) (attach corporate resolution showing curre'.it power of attorney) ^ (sign her«, (print name here) (title and organization of signatory) (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: General Couns By: Assistant General Counsel \9 Revised 09/11/12 Contract No. 50241 Page 38 of 103 Pages ACKNOWLEDGMENT State of California « County of B\o gXs^'i <d-e Jss. before me, si. Notary Public, personally appeared '^S-^Q^-V^ On ba-o'-l -'^^ who proved to me on the basis of satisfactory evidence to be the person^ whose namej^) is/afe subscribed to the within instrument and acknowledged to me that ^^ho/they executed the same in'^^/^dc^heir authorized capacityfj;^), and that by -bis/Rer/their signatures(^ on the instalment the personf^fO. or the enmy upon behalf of which the personj^) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. g nature 1 JENNIFER JOHNSON Commission # 1909467 ^ Notary PUD 'C - California i Riverside Couilty ^ My Comm. Expires Oct 19.20141 (seal) OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Thumbprint of Signer Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: ; Tmstee Power of Attomey CEO/CFO/COO President / Vice-President / Secretary / Treasurer Other: Other Information: I I Check here if no thumbprint or fingerprint is available. © 2008 Allstate Notary Preparation, Inc. - (800) 689-8456 - www.allstatenotary.com CALIFORNIA ALL-PURPOSE CERTinCATE OF ACKNOWLEDGMENT State of California County of ^v>iersirjjg_ On 02.-0^-2^1=2^ before me, sJrsSic^ ^C^<U. Pc<C^, fOn-torx/ R)hltC (Here insert name and title of the officer) ' personally appeared ^oSS€^H S\<v>pS0O who proved to me on the basis of satisfactory evidence to be the person^whose nanie^(&/are subscribed to the within instrument and acknowledged to me that @she/they executed the same in^§)lier/their authorized capacityfi^s), and that by ^^ler/their signature)^ on the instrument the person^, or the entity upon behalf of which me person^acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is tme and correct. Sl^my hand and official seal ublic (Notary Seal) JESSICA MARIE PCREZ Commission No. 1972774 NOTARY PUSUC-CMJFOMiA RIVERSIDE C0UN1V % Comm. EiyiiM MARCH 22.301t 1 ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF TEIE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continuecQ Number of Pages 2_ Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER • Individual (s) • Corporate Officer (Title) • Partner(s) • Attorney-in-Fact • Trustee(s) • Other INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in Califomia must contain verbiage exactly as (^pears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of Califomia. h such instances, any alternative acknawledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in Califomia (i.e. certifying the authorized ccqiacity of the signer). Please check the document carefully for proper notarial wording and attach this form if required. • State and County infonnation must be tiie State and County where the document signer(s) personally appeared before the notaiy public for acknowledgment • Date of notarization must be the date tiiat the signer(s) p^onally i^peared which must also be the same date the acknowledgment is completed. • The notaiy public must print his or her name as it appears within his or her commission followed by a comma and then your title (notaiy pubUc). • Print the name(s) of document signer(s) who personally appear at die time of notarization. • Indicate tiie coirect singular or plural forms by crossing off tncoirect forms (i.e. be/she/feeyy is lw» ) or circling tiie correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notaiy seal impression must be clear and photographically reproducible. Impression must not covo: text or lines. If seal impression smudges, re-seal if a sufQcient area permits, otherwise con^lete a different acknowledgment foim. • Signature of tiie notary public must match the signature on file with tiie office of the county cleik. *** Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document Indicate title or type of attached document, number of pages and date. <* Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the titie (i.e. CEO, CFO, Secretary). • Securely attach tiiis document to tiie signed document 2008 Version CAPA vl2.10.07 800-873-9865 www.NotaiyClasses.com CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT State of California County of San Bernardino On February 1. 2013 before me S. Lynn Ewer, Notary Public, personally appeared Shannon Lopez , who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. S. LYNN EWER t WITNESS my hand and official seal. J^3B^ commission # i9836oi I Notary Public - California ^ J \mmiB^ San Bernardino County g ^^^^^ My Comm. Expires Jul 26. 20161 Signature -> Z^"^^ ^^^i^^— (Seal) THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except In the manner and to the extent herein stated. Certificate No. 5901445 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and W^st American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Martin M Davis, Peter M Davis, George A DeCristo, Gale Delo, Shannon Lopez, Kenzie K Thompson state of CA . each individually if there be more than one named, its tme and lawful attomey-tn-fact to make, execute, seal, acknowledge all of the city of Rediands and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 19th day of December .2012 ^...''^'r:--'''..... American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company West American Insurance Company By: STATE OF WASHINGTON ss COUNTY OF KING On this 19th day of December Gregory W. Davenport, Assistant Secretary 2012 . before me personally appeared Gregory W. Davenport, who acknowledged himself to be the Assistant Secretary of American Fire and Casualty Company, Liberty Mutual Insurance Company, The Ohk) Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. o> IN WITNESS WHEREOF I have hereunto subscribed my name and affixed my notarial seal at Seattle, Washington, on the day and year first above written. By: KD Riley , Not^jt Public This Power of Attomey is made and executed pursuant to and by authority of the following By-laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as foHows: ARTICLE IV - OFFICERS - Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chaimnan or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporatbn to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attomey, shall have full power to bind the Corporation by their signature and execution of any such instmments and to attach thereto the seal of the Corporatkjn. When so executed, such instmments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority ARTICLE XIII - Execution of Contracts - SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their respective powers of attomey, shall have full power to bind the Company by their signature and execution of any such instmments and to attach thereto the seal of the Company When so executed such installments shall be as binding as if signed by tiie presklent and attested by tiie secretary. Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of ttie Company authorizes Gregory W. Davenport, Assistant Secretary to appoint such attomeys-in-fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents tiiat facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, David M. Carey, the undersigned, Assistant Secretary, of American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify tiiat the original power of atiomey of which tiie foregoing is a full, true and conect copy of the Power of Attomey executed by said Companies, is in full force and effect and has not been revoked. ^ IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 1^ day of fj^{\^C^ , 20 /3 • By: ^4 David M. Carey, Assistant Secretary LMS 12873 092012 6 of 251 Bond No. 024040310 Premium: $14,104.00 Stated pretniuni is fuly earned. Premum is for the contract term and is subject to adjustment based on final contract price. FAITHFUL PERFORMANCE/WARRANTY BOND Board of Directors of the Carisbad Municipal Water District located in the State of California, by Resolution No. 1465, adopted January 29, 2013. has awarded to Simpson Sandblasting and Special Coatings, Inc., (hereinafter designated as the "Principal"), a Contract for: Ellery, Elm, & Skyline Steel Water Tanks interior & Exterior Coating & Structural Repairs CONTRACT NO. 50241 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 Secretary of the Carlsbad Municipal Water District, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the temis thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, SIMPSON SANDBLASTING AND SPECIAL COATINGS, INC., as Principal, (hereinafter designated as the "Contractor"), and The Ohio Casualty Insurance Company as Surety, are held firmly bound unto the Carlsbad Municipal Water District in the sum of One Million Sixty Thousand Three Hundred Eighty Dollars ($1,060,380), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the Carlsbad Municipal Water District, 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 above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in ali 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 perfomied 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 Carlsbad Municipal Water District, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; othenwise 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 District 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 perfonned 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 09/11/12 Contract No. 50241 Page 39 of 103 Pages il JESSICA MARIE PEREZ | Commitsion No. 1972774 NOTARY PUBUC-CAUFOWiA RIVERSIDE COUNTV My Comm. Ei^iiM MARCH 22. sots 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 , 20, day of 2013 CONTRACTOR: Simpson Sandblasting and Special Coatings, Inc. (name of Contractor) (sign here Executed by SURETY this February SURETY: The Ohio Casualty Insurance Company (name of Surety) 790 The City Drive South, Suite 200, Orange, CA 92868 (address of Surety) 714.634.3311 (print name here) (telephone number of Surety) By: of Signatory) (s^n^Fiera) (print name here)' (signature of Attoffiey^-ln-Fact) Shannon Lopez (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) .mWy nation of sla (Title and Organization of signatory) (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: General Counsel By: _ Assistant tant General Counsel ^ Revised 09/11/12 Contract No. 50241 Page 40 of 103 Pages ACKNOWLEDGMENT State of California County of l^^>J^I2^^U>e Jss. On t::?^-ot-V-X^ before me Notary Public, personally appeared ^^0\t'\ who proved to me on the basis of satisfactory evidence to be the person(3) whose ^me(^ is/are subscribed to the vj^n instrument and acknowledged to me that ihe/they executed the same in(@Z^efl^therr authorized capacity(i^), and that by signatures(jrt the instrument the person^, or the entity upon behalf of which the person^)*) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of Califomia that the foregoing paragraph is tme and correct. WITNESS my hand and official seal. JENNIFER JOHNSON Commission # 1909467 ^ Notary Puci'c - Calitornia z Riverside County M|Comm. ExpifetOcMgJOU (seal) OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Thumbprint of Signer Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: Trustee Power of Attomey CEO/CFO/COO President / Vice-President / Secretary / Treasurer Other: (~| Check here If no thumbprint or fingerprint Is available. Other Infonnation: 0 2008 Allstate Notary Preparation. Inc. -800) 689-8456 - www allstalenoiary com CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of Califomia County of \?\gfr<S\dc On 02.-oH-zo\S beforeme, ^\pfAxto. tAiJuru fis<-^r . Pot^Ut: , (Here insert name and title of the officer)' personally appeared ^ossg.M S\y>rtpsoO , who proved to me on the basis of satisfactory evidence to be the person(^whose namej^O^are subscribed to the within mstrument and a^owledged to me that^)fshe/they executed the same in(©/her/their authorized capacity (Lra), and that by^s/her/their signature()^ on the instrument the personjj^, or the entity upon behalf of which tiie person^ acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of Cahfomia that the foregoing paragraph is true and correct. y hand and official seal. ublic (Notaiy Seal) JESSICA MAWe PEREZ ] Committion No. 1972774 s NOTARyPUBlLlC-CMJi>0IIMA § Myeemm.Ei9irMlMRCN2l.aOlt i ADDITIONAL O DESCRIPTION OF THDE ATTACHED DOCUMENT (Title or description of attached document) (Tide or description of attached document continuecQ Number of Pages ^ Document Date (Additional information) CAPACITY CLAIMED BY TEIE SIGNER • Individual (s) • Corporate Officer (Tide) • Partner(s) • Attorney-in-Fact • Trustee(s) • Other NAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM ArQ> acknawledgment completed in Califomia must contain verbiage exactly as appears above in the notary section or a separate acknawledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California. In such instances, arty alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in Califomia (i.e. certifying the authorized ccqiadty of the signer). Please check the document carefLdlyfor proper notarial wording and attach this form if required. • State and County infomiation must be the State and Coimty where the document signei(s) personally appeared before the notaiy public for acknowledgment • Date of notarization must be the date Ihat die sig;ner(s) personally appeared which must also be tilie same date the acknowledgment is completed. • The notaiy public must piint his or her name as it appears within his or her commission followed by a comma and then your title (notaiy public). • Print the name(s) of document signer(s) who personally appear at die time of notarization. • Indicate the coirect singular or plural forms by crossing off incoirect fonns (i.e. be/she/feeyr is la») or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notaiy seal impression must be clear and photographically reproducible. Iiiq)ression must not cover text or lines. If seal impression smudges, re-seal if a sufGcient area permits, otherwise complete a different acknowledgment foim. • Signature of the notary public must match the signature on file with the office of die county cleik. <* Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document *l* Indicate tide or type of attached document, number of pages and date. <f Indicate the capacity claimed by the signer. If Ihe claimed capacity is a corporate officer, indicate the tide (Le. CEO, CFO, Secretary). • Securely attach this document to die signed document 2008 Version CAPA vl2.10.07 800-873-9865 www.NotaiyClasses.com CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT State of California County of San Bernardino On February 1 2013 before me S. Lynn Ewer. Notary Public. personally appeared Shannon Lopez , who proved to nne on the basis of satisfactory eyidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. 4y^^^ S- LYNN EWER J WITNESS my hand and official seal. ."^Sil 1 z\^jj^K7 San Bernardino County g J ^^«a8e^ My Comm. Expires Jul 26. 20161 Signature ^3 ^<:^^ — (Seal) THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This ?ower of Attorney limits the acts of those named herein, and they have no authority to bind the Company except In the manner and to the extent herein stated. Certificate No. 5901446 American Fire and Casualty Company Liberty Mutual Insurance Company Tfie Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire, that Lit)erty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and WestAmerican Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Martin M Davis, Peter M Davis, George A DeCristo, Gale Delo, Shannon Lopez, Kenzie K Thompson (0 o a •5 § o <» C (0 „ k. 0) *•> So O CO ta c z U , state of OA . each individually if there be more than one named, its tme and lawful attomey-in-fact to make, execute, seat, acknowledge all of the city of Rediands and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF this Power of Attomey has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 19th day of December .2012 American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company West American Insurance Company By: Gregory W. Davenport, Assistant Secretary STATE OF WASHINGTON ss COUNTY OF KING On this 19th day of December 2012 . before me personally appeared Gregory W. Davenport, who acknowledged himself to be the Assistant Secretary of American Fire and Casualty Company, Liberty Mutual Insurance Company, The Ohk) Casualty Company, and WestAmerican Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF I have hereunto subscribed my name and affixed my notarial seal at Seattle, Washington, on the day and year first above written. By: KD Riley , Notarjf Public This Power of Attomey is made and executed pursuant to and by authority of the following By-laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Conpany, and WestAmerican Insurance Company which resolutions are now in full force and effect reading as foltows: ARTICLE IV - OFFICERS - Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limrtatk)n as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attomey, shall have full power to bind the Corporatk)n by their signature and execution of any such instruments and to attach thereto the seal of the Corporatk}n. When so executed, such instmments shall be as binding as if signed by the Presklent and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE Xlfl - Execution of Contracts - SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their respective powers of attomey, shall have full power to bind the Company by their signature and execution of any such instmments and to attach thereto the seal of the Company. When so executed such instmments shall be as binding as if signed by the presklent and attested by the secretary. Certificate of Designation - The President of the Company acting pursuant to the Bylaws of the Company, authorizes Gregory W. Davenport, Assistant Secretary to appoint such attorneys-in-fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization - By unanimous consent of the Compan/s Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attomey issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, David M. Carey, the undersigned. Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attomey of which the foregoing is a full, tme and conect copy of the Power of Attomey executed by said Companies, is in full force and efliect and has not been revoked. IN TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed the seals of said Companies this 1 <t day of foPdlZC^ , 20 i5 By: (0 >' 0,01 David M. Carey,'Assistant Secretary LMS 12873 092012 7 Of 251 OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the Carlsbad Municipal Water District whose address is 5950 El Camino Real, Carlsbad, California, 92008, hereinafter called "District" and . whose address is _hereinafter called "Contractor" and whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the District, Contractor and Escrow Agent agree as follows: 1. Pursuant to sections 22300 and 10263 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 District pursuant to the Construction Contract entered into between the District and Contractor for Ellery, Elm, & Skyline Steel Water Tanks Interior & Exterior Coating & Structural Repairs CONTRACT NO. 50241 in the amount of dated (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the District 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 District within 10 days of the deposit. The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the Escrow Agent in connection with the handling of retentions under these sections in an amount not less than $100,000 per contract. 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 District and Contractor. Securities shall be held in the name of the District and shall designate the Contractor as the beneficial owner. 2. The District 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 District 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 District 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 District. These expenses and payment terms shall be determined by the District, 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 District. A ^¥ Revised 09/11/12 Contract No. 50241 Page 41 of 103 Pages 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from District to the Escrow Agent that the District consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The District 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 District of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the District. 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 District and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the District 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 District and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For District: Title FINANCE DIRECTOR Name Signature For Contractor: Address 1635 Faradav Avenue. Carlsbad. CA 92008 Title ._ Name For Escrow Agent: Signature Address _ Title Name Signature Address At the time the Escrow Account is opened, the District and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. ^•f^ Revised 09/11/12 Contract No. 50241 Page 42 of 103 Pages IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For District: Title PRESIDENT Name Signature Address 1200 Carisbad Village Drive. Carisbad. CA 92008 For Contractor: Title Name Signature Address For Escrow Agent: Title Name Signature Address Revised 09/11/12 Contract No. 50241 Page 43 of 103 Pages GENERAL PROVISIONS FOR Ellery, Elm, & Skyline Steel Water Tanks Interior & Exterior Coating & Structural Repairs CONTRACT NO. 50241 CARLSBAD MUNICIPAL WATER DISTRICT 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 othenA/ise 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 othen^/ise. 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 othen/vise. The word "required" and words of similar import shall be understood to mean "as required to properiy complete the work as required and as approved by the Engineer," unless stated othenA/ise. 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 othenA/ise 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. Revised 9/11 /12 Contract No. 50241 Page 44 of 103 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. Agency - The City of Carisbad, 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 Carisbad or the Board of Directors of Carisbad Municipal Water District. Bond - Bid, performance, and payment bond or other instrument of security. City Council - the City Council of the City of Carisbad. City Manager - the City Manager of the City of Carisbad 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 Revised 9/11/12 Contract No. 50241 Page 45 of 103 ^^^^^^ 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. 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 othenwise 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 Carisbad or Executive Manager of the Carisbad Municipal Water District, to hear and advise the City Manager on claims submitted by the Contractor. The City Manager for the City of Carisbad or the Executive Manager for the Carisbad 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 Carisbad 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. I^ouse 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. Revised 9/11 /12 Contract No. 50241 Page 46 of 103 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. 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 subject 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 referred to by edition, volume, or date. Roadway - The portion of a street reserved for vehicular use. Service Connection - Service connections are all or any portion of the conduit, cable, or duct, including meter, between a utility distribution line and an individual consumer. Sewer - Any conduit intended for the reception and transfer of sewage and fluid industrial waste. Specifications - General Provisions, Standard Specifications, Technical Specifications, Reference Specifications, Supplemental Provisions, and specifications in Supplemental Agreements between the Contractor and the Board. Standard -- The shaft or pole 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". Revised 9/11/12 Contract No. 50241 Page 47 of 103 State - State of California. Storm Drain - Any conduit and appurtenances 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 Subcontractor for the performance of a part of the Work. 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. ^•F Revised 9/11 /12 Contract No. 50241 Page 48 of 103 1-3.2 Common Usage Abbreviation Word or Words ABAN Abandon ABAND Abandoned ABS Acrylonitrile - butadiene - styrene AC Asphalt Concrete ACP Asbestos cement pipe ACWS Asphalt concrete wearing surface ALT Alternate APTS Apartment and Apartments AMER STD American Standard AWG American Wire Gage (nonferrous wire) BC Beginning of curve BCR Beginning of curb return BDRY Boundary BF Bottom of footing BLDG Building and Buildings BM Bench mark BVC Beginning of vertical curve B/W ..Back of wall C/C Center to center CAB Crushed aggregate base CAL/OSHA California Occupational Safety and Health Administration CalTrans California Department of Transportation CAP Corrugated aluminum pipe CB Catch Basin Cb Curb CBP Catch Basin Connection Pipe CBR California Bearing Ratio CCR California Code of Regulations CCTV Closed Circuit TV CES Carlsbad Engineering Standards CF Curb face CF Cubic foot C&G Curb and gutter CFR Code of Federal Regulations CFS Cubic Feet per Second CIP Cast iron pipe CIPP Cast-in place pipe CL Clearance, center line CLF Chain link fence CMB Crushed miscellaneous base CMC Cement mortar-coated CML Cement mortar-lined CMWD Carlsbad Municipal Water District CO Cleanout (Sewer) COL Column COMM Commercial CONC Concrete CONN Connection CONST Construct, Construction COORD Coordinate CSP Corrugated steel pipe CSD Carlsbad Standard Drawings CTB Cement treated base CV Check valve CY Cubic yard D Load of pipe dB Decibels DBL Double DF Douglas fir DIA Diameter DIP Ductile iron pipe DL Dead load DR Dimension Ratio DT Drain Tile DWG Drawing DWY Driveway DWY APPR Driveway approach E Electric EA Each EC End of curve ECR End of curb return EF Each face EG Edge of gutter EGL Energy grade line El Elevation ELC Electrolier lighting conduit ELT Extra long ton ENGR Engineer, Engineering EP Edge of pavement ESMT Easement ETB Emulsion-treated base EVC End of vertical curb EWA Encina Wastewater Authority EXC Excavation EXP JT Expansion joint EXST Existing F Fahrenheit F&C Frame and cover F&l Furnish and install FAB Fabricate FAS Flashing arrow sign FD Floor drain FDN Foundation FED SPEC Federal Specification FG Finished grade FH Fire hydrant FL Flow line FS Finished surface FT-LB Foot-pound FTG Footing FW Face of wall G Gas GA Gauge GAL Gallon and Gallons GALV Galvanized GAR Garage and Garages GIP Galvanized iron pipe GL Ground line or grade line GM Gas meter GNV Ground Not Visible GP Guy pole GPM gallons per minute GR Grade GRTG Grating GSP Galvanized steel pipe Revised 9/11/12 Contract No. 50241 Page 49 of 103 H High or height HB Hose bib HC House connection HDWL Headwall HGL Hydraulic grade line HORIZ Horizontal HP Horsepower HPG High pressure gas HPS High pressure sodium (Light) HYDR Hydraulic IE Invert Elevation ID Inside diameter INCL Including INSP Inspection INV Invert IP Iron pipe JC Junction chamber JCT Junction JS Junction structure JT Joint L Length LAB Laboratory LAT Lateral LB Pound LD Local depression LF Linear foot LH Lamp hole LL Live load LOL Layout line LONG Longitudinal LP Lamp post LPS Low pressure sodium (Light) LS Lump sum LTS Lime treated soil LWD Leucadia Wastewater District MAI NT Maintenance MAX Maximum MCR Middle of curb return MEAS Measure MH Manhole, maintenance hole MIL SPEC Military specification MISC Miscellaneous MOD Modified, modify MON Monument MSL. Mean Sea Level (Reg. Standard Drawing M-12) MTBM Microtunneling Boring Machine MULT Multiple MUTCD.... Manual on Uniform Traffic Control Devices MVL Mercury vapor light NCTD North County Transit District NRCP Nonreinforced concrete pipe OBS Obsolete OC On center OD Outside diameter OE Outer edge OHE Overhead Electric OMWD Olivenhain Municipal Water District OPP Opposite ORIG Original PB Pull box PC Point of curvature PCC Portland cement concrete or point of compound curvature PCVC Point of compound vertical curve PE Polyethylene PI Point of Intersection PL Property line PMB Processed miscellaneous base POC Point on curve POT Point on tangent PP Power pole PRC Point of reverse curve PRVC Point of reverse vertical curve PSI Pounds per square inch PT Point of tangency PVC Polyvinyl chloride PVMT Pavement PVT R/W Private right-of-way Q Rate of flow in cubic feet per second QUAD Quadrangle, Quadrant R Radius R&O Rock and oil R/W ....Right-of-way RA Recycling agent RAC Recycled asphalt concrete RAP Reclaimed asphalt pavement RBAC Rubberized asphalt concrete RC Reinforced concrete RCB Reinforced concrete box RCE Registered civil engineer RCP Reinforced concrete pipe RCV Remote control valve REF Reference REINF Reinforced or reinforcement RES Reservoir RGE Registered geotechnical engineer ROW Right-of-Way RR Railroad RSE Registered structural engineer RTE Registered traffic engineer S Sewer or Slope, as applicable SCCP Steel cylinder concrete pipe SD Stomn drain SDNR.. San Diego Northern Railway SDR Standard thermoplastic pipe dimension ratio (ratio of pipe O.D. to minimum wall thickness) SDRSD San Diego Regional Standard Drawings SE Sand Equivalent SEC Section SF Square foot SFM Sewer Force Main SI International System of Units (Metric) SPEC Specifications SPPWC Standard Plans for Public Works Construction SSPWC Standard Specifications for Public Works Construction ST HWY State highway STA Station STD Standard STR Straight STR GR Straight grade STRUC Structural/Structure SW Sidewalk SWD Sidewalk drain SY Square yard T Telephone TAN Tangent TC Top of curb TEL Telephone TF Top of footing ^^W Revised 9/11/12 Contract No. 50241 Page 50 of 103 TOPO. Topography VC Vertical curve TR Tract VCP Vitrified clay pipe TRANS Transition VERT Vertical TS Traffic signal or transition structure VOL Volume TSC Traffic signal conduit VWD Vallecitos Water District TSS Traffic signal standard W Water, Wider or Width, as applicable TW Top of wall WATCH Work Area Traffic Control Handbook TYP Typical Wl Wrought iron UE Underground Electric WM Water meter USA Underground Service Alert WPJ Weakened plane joint VAR Varies, Variable XCONN Cross connection VB Valve box XSEC Cross section 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 UndenA/riters' 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. ¥ Revised 9/11/12 Contract No. 50241 Page 51 of 103 1 -4.2 Units of Measure and Their Abbreviations. 1-6 U.S. Customary Unit (Abbreviations) (Equal To) SI Unit (Abbreviations) mil (=0.001 in) 25.4 micrometer (i^m) inch (in) ....25.4 millimeter (mm) inch (in) 2.54 centimeter (cm) foot (ft) 0.3048 meter (m) yard (yd) 0.9144 meter (m) mile (mi) 1.6093 kilometer (km) square foot (ft^). 0.0929 square meter (m^ square yard (yd ) 0.8361 square meter (m cubic foot (ft) 0.0283 cubic meter (m ) cubic yard (yd ) 0.7646 cubic meter (m ) acre 0.4047 hectare (ha) U.S. gallon (gal) 3.7854 Liter (L) fluid ounce (fl. oz.) 29.5735 millileter (mL) pound mass (lb) (avoirdupois) 0.4536 kilogram (kg) ounce mass (oz) 0.02835 kilogram (kg) Ton (=2000 lb avoirdupois) 0.9072 Tonne (= 907 kg) Poise 0.1 pascal" second (Pa s) centistoke (cs) 1 square milliqpeters per second (mm /s) pound force (Ibf) 4.4482 Newton (N) pounds per square inch (psi) 6.8948 Kilopascal (kPa) pound force per foot (Ibf/ft) 1.4594 Newton per meter (N/m) foot-pound force (ft-lbf) 1.3558 Joules (J) foot-pound force per second ([ft-lbf]/s) 1.3558 Watt (W) part per million (ppm) 1 milligram/liter (mg/L) Temperature Units and Abbreviations Degree Fahrenheit (°F): Degree Celsius (°C): T = (1.8 X "C) + 32 °C = (T - 32)/1.8 Si Units (aljbreviation) 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) .". centi (c) 10' 10" milli (m) 10'" micro (|x) 10" nano (n) 10" pico (p) 10 SYMBOLS r12 A Z 1 / o 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 Centeriine Survey line or station line %¥ Revised 9/11/12 Contract No. 50241 Page 52 of 103 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 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 con- struction 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 othenA/ise provided in the Code. As provided in Section 4107, no Contractor whose Bid is accepted shall substitute any person as Subcontractor in place of the 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 4110 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 Revised 9/11 /12 Contract No. 50241 Page 53 of 103 to cancel the contract or deduct an amount equal to 10 percent of the value of the work performed in excess of 60 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 personal attention to the fulfillment of the Contract and shall keep the Work under its control. 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. ¥ Revised 9/11/12 Contract No. 50241 Page 54 of 103 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. 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 10 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. 2-6 PLANS AND SPECIFICATIONS. 2-6.1 General. The Contractor shall keep at the Work site a copy of the 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, Carisbad 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 Carisbad Engineering Standards and Carisbad Standard Drawings, as issued by the City of Carisbad and the Carisbad Municipal Water District, hereinafter designated as CES and CSD, respectively Copies of some of the pertinent standard drawings are enclosed as an appendix to these General Provisions. 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 Plans shall be supplemented by such working drawings and shop drawings as are necessary to adequately control the Work. 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. ^¥ Revised 9/11/12 Contract No. 50241 Page 55 of 103 Existing improvements visible at the Work site, for which no specific disposition is made on the Plans, 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. 2-6.2 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. 2) Change orders, whichever occurs last. 3) Technical Specifications 4) Contract addenda, whichever occurs last. 5) Contract 6) Carisbad General Provisions, and Supplemental Provisions. 7) Standards plans. a) City of Carisbad Standard Drawings. b) Carisbad Municipal Water District Standard Drawings. c) City of Carisbad modifications to the San Diego Area Regional Standard Drawings. d) San Diego Area Regional Standard Drawings. e) Traffic Signal Design 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 Detail drawings shall take precedence over general drawings. Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 9) above. Detailed plans and plan views shall have precedence over general plans. 2-6.3 Submittals. 2-6.3.1 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 othenA/ise 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 Revised 9/11/12 Contract No. 50241 Page 56 of 103 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: 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: 2-6.3.2 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 cleariy 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: TABLE 2-6.3.2 (A) item Section Number . Title /Subject- 'f .Hs^v'/^-r^'-'b"--! 1 7-10.4.1 Safety Orders Trench Shoring 2 207-2.5 Joints Reinforced Concrete Pipe 3 207-8.4 Joints Vitrified Clay Pipe 4 207-10.2.1 General Fabricated Steel Pipe 5 300-3.2 Cofferdams Structure Excavation & Backfill 6 303-1.6.1 General Falsework 7 303-1.7.1 General Placing Reinforcement 8 303-3.1 General Prestressed Concrete Construction 9 304-1.1.1 Shop Drawings Structural Steel 10 304-1.1.2 Falsework Plans Structural Steel 11 304-2.1 General Metal Hand Railings Revised 9/11/12 Contract No. 50241 Page 57 of 103 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 Facilities Polyethylene Liner Installation 16 306-8 Microtunneling Microtunneling Operations 17 307-4.3 Controller Cabinet Wiring Diagrams Traffic Signal 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. 2-6.3.3 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 othenA/ise 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 othenA/ise 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 Schedule 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 in the various bid items 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 othenA/lse provided, the Contractor shall furnish all materials, equipment, tools, labor, and incidentals necessary to complete the Work. 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. Revised 9/11 /12 Contract No. 50241 Page 58 of 103 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. Rights-of-way, easements, or rights-of-entry for the Work will be provided by the Agency. Unless othenA/ise 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 othenA/lse. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. 2-9.2 Survey Service. The 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. 2-9.2.1 Submittal of Surveying Data, All surveying data submittals shall conform to the requirements of Section 2-5.3.3, "Submittals", herein. The Contractor shall submit grade sheets to the Engineer before commencing work in the area affected by the grade sheets. The Contractor shall submit field notes for all surveying required herein to the Engineer within ten days of performing the survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound form on 215mm by 280 mm (8V2" by 11") paper. The field notes, calculations and supporting data shall be clear and complete. Supporting data shall include all maps, affidavits, plats, field notes from eariier surveys and all other evidence used by the Surveyor to determine the location of the monuments set. The field notes and calculations will be labeled with name of the Surveyor, the party chief, the field crewmembers and the author of the field notes or calculations. They shall be annotated with the date of observation or calculation, be numbered with consecutive page numbers and shall be readable without resort to any electronic aid, computer program or documentation for any computer program. The field notes shall be prepared In conformance with the CALTRANS "Surveys Manual". The Contractor shall have a Record of Survey prepared by the Surveyor and file it in conformance with §§ 8700 - 8805 of the State of California Business and Professions Code when the Surveyor performs any surveying that such map is required under §§ 8762 of the State of California Business and Professions Code and whenever the Surveyor shall establish, set or construct any permanent survey monument. SDRS drawing M-10 type monuments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or accessory to, property corners and street centeriines are permanent survey monuments. The Record of Sun/ey shall show all monuments set, control monuments used, the basis of bearings and all other data needed to determine the procedure of survey and the degree of ¥ Revised 9/11 /12 Contract No. 50241 Page 59 of 103 \Z^ accuracy attained by the field surveying including the unadjusted ratio of closure. The unadjusted ratio of closure shall not exceed 1 part in 40,000. The record of survey shall show the location and justification of location of all permanent monuments set and their relation to the street right-of-way. Record(s) of Survey(s) shall be submitted for the Engineer's review and approval before submittal to the County Sun/eyor and before submittal to the County Recorder. 2-9.2.2 Survey Requirements, Stakes shall be set at offsets approved by the Engineer at no greater intervals than specified in TABLE 2-9.2.2(A) as measured along the project stationing. Stakes shall be set to show the location and grade of future curbs adjacent to traffic signal locations where the curb is not being built as a part of this contract. Staking and marking shall be completed by the Surveyor and inspected and approved by the Engineer before the start of construction in the area marked. Centeriine monument shall have the disk stamped with the date the monument was set and the registration number of the Surveyor. Habitat mitigafion sites and other areas to be preserved that are shown on the plans shall be staked and fiagged prior to the start of any other acfivities within the limits of the work. When curb and gutter does not exist and is not being installed as a part of the project the location of adjacent facilities being constructed as a part of the contract the Contractor shall place stakes defining the horizontal and vertical locafion of such adjacent utility vaults, poles or other facilities that are being installed as parts of, or adjunct to, the project either by the Contractor and/or those noted on the plans as to be installed by others. All guard stakes, line stakes and lath shall be fiagged. Unless othenA/ise approved by the Engineer fiagging, paint and marking cards shall be the color specified in TABLE 2-9.2.2(B) TABLE 2-9.2.2(B) Type of Stake Description Color* Horizontal Control Coordinated control points, control lines, control reference points, centeriine, alignments, etc. White/Red Vertical Control Bench marks White/Orange Clearing Limits of clearing Yellow/Black Grading Slope, intermediate slope, abutment fill, rough grade, contour grading, final grade, etc. Yellow Structure Bridges, sound and retaining walls, box culverts, etc. White Drainage, Sewer, Curb Pipe culverts, junction boxes, drop inlets, headwalls, sewer lines, stomi drains, slope protection, curbs, gutters, etc. Blue Right-of-Way Fences, R/ W lines, easements, property monuments, etc. White/Yellow Miscellaneous Signs, railings, barriers, lighting, etc. Orange Flagging and marking cards, if used. 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. 2-9.3 Private Engineers. Surveying by private engineers on the Work shall conform to the quality and pracfice required by the Engineer. 2-9.4 Line and Grade. All work shall conform to the lines, elevations, and grades shown on the Plans. Revised 9/11/12 Contract No. 50241 Page 60 of 103 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 variafion 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. Grades 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 Specificafions. 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 OthenA/ise 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 othenA/ise 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. 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 Revised 9/11 /12 Contract No. 50241 Page 61 of 103 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, unless 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. 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 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; 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. ^¥ Revised 9/11 /12 Contract No. 50241 Page 62 of 103 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 othenA/ise 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. 3.2.6 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. 3-3.2 Payment. 3-3.2.1 General. When the 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 Establishing 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). ¥ Revised 9/11 /12 Contract No. 50241 Page 63 of 103 (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 right 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 the 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 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. Revised 9/11 /12 Contract No. 50241 Page 64 of 103 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 10 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. 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 generally 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 III disposal site in accordance with provisions of existing law. * Revised 9/11 /12 Contract No. 50241 Page 65 of 103 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 give 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 entitied to the payment of any additional compensation for any act, or failure to act, by the Engineer, 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 claim 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. "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 eariiest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. ^¥ Revised 9/11 /12 Contract No. 50241 Page 66 of 103 3-6 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 10 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. 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 separate demand by the contractor for (A) a time extension, (B) 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 othenA/ise expressly provided for or the claimant is not othenA/ise 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. (d) This article applies only to contracts entered into on or after January 1,1991. ^•F^ Revised 9/11 /12 Contract No. 50241 Page 67 of 103 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing 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 othenA/ise 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. (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 Titie 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 Titie 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 eariier 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 ^¥ Revised 9/11/12 Contract No. 50241 Page 68 of 103 Chapter 2.5 (commencing with Section 1141.10) of Titie 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Titie 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding 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) Titie 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable 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 othenA/ise 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 judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. Although not to be construed 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 will 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 cause such work or materials to be replaced. The replacement expense will be deducted from the amount to be paid to the Contractor. 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. /\ Revised 9/11/12 Contract No. 50241 Page69of103 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 othenA/ise 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 safe 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, Titie 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 fonA/ard 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. 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. The CMWD will utilize third party contracted inspection sen/ices to perform all coating, painting, and structural improvements inspections on the project to meet requirements contained in the technical specifications. They will also review shop drawings and submittals. 4-1.4 Test of Material. Before incorporation in the Work, the Contractor shall submit samples of ^ materials, as the Engineer 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 OthenA/ise provided, all initial testing will be performed under the direction of the Engineer, and at no A ^¥ Revised 9/11 /12 Contract No. 50241 Page 70 of 103 expense to the Contractor. If the Contractor is to provide and pay for testing, it will be stated in the Specifications. 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 supplier 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 Engineer, 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 their 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. 4-1.6 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 deemed 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 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. Revised 9/11/12 Contract No. 50241 Page 71 of 103 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 performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, 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 of licensed by the County. The 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 inten/als not to exceed 12 months and following repairs, modification, or relocation of the equipment. Calibration certificates shall be provided when requested by the Engineer. 4-1.9 Construction Materials 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 the cooperative Revised 9/11 /12 Contract No. 50241 Page 72 of 103 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 acknowledged 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 othenA/lse 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 the investigation substantiate a contradiction without assignable cause, the investiga- tion 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 ¥ Revised 9/11/12 Contract No. 50241 Page 73 of 103 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 cleariy 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 sen/ice connections, which have been marked by the respective owners and which may affect or be affected by its 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 othenA/ise 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: /\ Revised 9/11/12 Contract No. 50241 Page 74 of 103 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 pari:ial 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 othenA/ise 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. 6- 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. 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 sen/ice 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 Revised 9/11 /12 Contract No. 50241 Page 75 of 103 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 othenA/ise directed by the Engineer. 6-6 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 entitied 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 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 rair 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. 5- 7 OPERATION OF CMWD's TANKS. Only CMWD Water Operators are authorized to turn on or off any valve or flow control to each tank. Provide 5 working day notice to District to provide time for District to dewater each tank. Only one tank may be out of sen/ices to perform the work. The work on each tank must be completed prior to beginning work on the other tank SECTION 6 - PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6- 1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Except as othenA/ise provided herein and unless othenA/ise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within 14_ 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 meeting. Revised 9/11 /12 Contract No. 50241 Page 76 of 103 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 Schedule 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 and 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. 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. 6-1.2.4 Schedule Software. Not Used 6-1.2.6 Schedule Activities. Except for submittal activities, activity durations shall not be shorter than 1 working day nor longer than 15 working days, unless speciflcally and individually allowed by the Engineer. Each activity's description shall accurately deflne 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 Revised 9/11/12 Contract No. 50241 Page 77 of 103 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 Contractor complies with the 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 does 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 Baseline Construction Schedule within 15 working days of submittal. The Baseline Construction Schedule will be returned marked as per Sections 6-1.2.10.1 through 6-1.2.10.3. %^ 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. Revised 9/11/12 Contract No. 50241 Page 78 of 103 6-1.3.2 Activity Percent Complete. For each activity undenA/ay 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. Not Used 6-1.3.4 List of Changes. A list of all changes made to the activities or to the interconnecting logic, with an explanation for each change. 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 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. Revised 9/11/12 Contract No. 50241 Page 79 of 103 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 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 accurately 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 and 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. 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 specified in the Specifications. Only one tank may be dewatered, taken out of service at any given time. No tanks may be taken out of service during the months of June, July August, and September. Contractor shall complete all internal coatings and structural repairs on one of the tanks before starting work on second tank. Each Bid Schedule will have its own Notice to Proceed and time of completion as specified in section 6-7. 6-2.3 Project Meetings. The Engineer will establish the time and location of weekly Project Meetings. 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. Revised 9/11 /12 Contract No. 50241 Page 80 of 103 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 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 othenA/ise 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 entitied 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 tiie 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. Revised 9/11/12 Contract No. 50241 Page 81 of 103 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 EXTENSIONS 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 entitied 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, fioods, 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 entitied 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 beginning 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 othenA/ise 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. ^¥ Revised 9/11/12 Contract No. 50241 Page 82 of 103 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 .66. working days after the starting date specified in the Notice to Proceed for each Bid Schedule. 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, 2. Sunday, 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. Unless OthenA/ise approved in writing by the Engineer, the hours of work shall be between the hours of 7:00 a.m. and 4:00 p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends 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. 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 shall file a written protest within 15 days after receipt, setting forth the facts of the protest. OthenA/ise, 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. ^¥ Revised 9/11 /12 Contract No. 50241 Page 83 of 103 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 for 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 1,000 Dollars ($1,000.00). 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 1,000.00 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 the 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 sen/ice and utilize all or part of any completed facility or appurtenance, the Agency will assume the responsibility and liability for injury 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, disorderiy, or othenA/ise objectionable, or who fails or refuses to perform work properiy 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. Revised 9/11 /12 Contract No. 50241 Page 84 of 103 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 nondiscrimina- tion 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 10 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 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. 7-6 PERMITS. Except as specified herein the Contractor will obtain, at no cost to the Contractor all City of Carisbad 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 will 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, overioad, 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. 7-6.1 Resource Agency Permits.. No resource agency permits pertain to this project. 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 A ^¥ Revised 9/11/12 Contract No. 50241 Page 85 of 103 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 AND 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 entitied 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. 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 Cieanup 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. 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. ^¥ Revised 9/11 /12 Contract No. 50241 Page 86 of 103 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 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 fiow in trenches or be covered by backfill. 7-8.6 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 minimize 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 A Revised 9/11/12 Contract No. 50241 Page87of103 and with all requirements of the Storm Water Pollution Prevention and Monitoring Plans for this project in accordance with these regulations. The Notice of Intent (NOI) shall not be filed for the project. 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, Carisbad 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. A church and parking lot are adjacent to the site along the North side of project site. In addition CMWD has an existing Pumping Station that shall be protected. 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 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 neariy 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 properties. 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 othenA/ise authorized, traffic shall be permitted to pass through the Work, or an approved detour shall be provided. Safe and adequate pedestrian and vehicular access shall be provided and maintained to: fire hydrants; commercial and industrial establishments; churches, schools and parking lots; sen/ice stations and motels; hospitals; police and fire stations; and establishments of similar nature. Access to these facilities shall be continuous and unobstructed unless othenA/ise approved by the Engineer. '¥ Revised 9/11/12 Contract No. 50241 Page 88 of 103 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 othenA/ise 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. Grading operations, roadway excavation and fill construction shall be conducted by the Contractor in a manner to provide a reasonably satisfactory surface for traffic. When rough grading is completed, the roadbed surface shall be brought to a smooth, even condition satisfactory for traffic. Unless OthenA/ise 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. 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 overiay operations, the Contractors schedule for overiay application shall be designated to provide residents and business owners whose streets are to be overiaid 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 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 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. 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 brightiy 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 Revised 9/11/12 Contract No. 50241 Page89of103 the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted 72 hours in advance of the rescheduled work. The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for traffic control and the Contractor 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. 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 othenA/ise 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, fiagpersons, 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. After obtaining the Engineers approval and at least 5 working days before closing, detouring, partially closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the following: 1) The Engineer (760)602-2720 2) Carisbad Fire Department Dispatch (760) 931 -2197 3) Carlsbad Police Department Dispatch (760) 931-2197 4) Carisbad Traffic Signals Maintenance (extension 2937) (760) 438-2980 5) Carlsbad Traffic Signals Operations (760) 602-2752 6) North County Transit District (760) 967-2828 7) Waste Management (760) 929-9400 The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer's written approval prior to deviating from the requirements of 2) through, and including, 7) above. The Contractor shall obtain the written approval no less than five working days prior to placing any traffic control that affects bus stops. 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 Revised 9/11 /12 Contract No. 50241 Page 90 of 103 Control Devices (FHWA MUTCD 2003 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 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 refiective cone sleeves as specified in CALTRANS "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 fiuorescent 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 fiag tree with flags. The signpost or flag tree shall be placed where directed by the Engineer. 7-10.3.2 Maintaining Traffic. The Contractor's personnel shall not work closer than 1.8 m (6')), nor operate equipment within 0.6 m (2') from any traffic lane occupied by traffic. For equipment the than (insert minimum acceptable shy distance, eg. 0.6 m (2')) shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the Engineer has given written authorization to the reduction in clearance that is specific to the time, duration and location of such waiver, when such reduction is shown on the traffic control plans included in these contract documents, when such reduction is shown on the traffic control plans prepared by the Contractor and approved by the Engineer or for the work of installing, maintaining and removing traffic control devices. As a condition of such waiver A Revised 9/11/12 Contract No. 50241 Page 91 of 103 the Engineer may require the Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacent traffic lane or provide barriers. 7-10.3.3 Traffic Control System for Lane Closure. No traffic lanes shall be closed for this project. 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. Not Used 7-10.3.5 Temporary Pavement Delineation. Not Used 7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan Sheets. No traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included in the project plans. The Contractor shall not be required to have TCP prepared and submitted as a part of the Work for any construction activities that are a part of this project. 7-10.3.7 Payment The Contractor shall furnish all labor and materials to perform, install, maintain, replace and remove all traffic control as incidentals to the work with which they are associated and no other compensation will be allowed therefore. 7-10.4 Safety. 7-10.4.1 Safety Orders. The 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 othenA/ise 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. Revised 9/11/12 Contract No. 50241 Page92of103 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. 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 infiow 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, Titie 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 othenA/ise. 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 ali 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. Revised 9/11/12 Contract No. 50241 Page 93 of 103 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. 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 matter 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 and 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 CLAIMS. 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 contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, titie, 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 Division 7 of the Business and Professions Code), arising from purchases of goods, sen/ices, or materials pursuant to the public works contract or subcontract. The assignment shall be made 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 (NOT USED) SECTION 9 - MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless othenA/ise 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 OthenA/ise provided in Specifications, volumetric quantities shall be the product of the mean area of vertical or horizontal sections and the inten/ening horizontal or vertical dimension. The planimeter shall be considered an instrument of precision adapted to measurement of all areas. 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. A Revised 9/11 /12 Contract No. 50241 Page 94 of 103 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", "L.S.", 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 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 Revised 9/11 /12 Contract No. 50241 Page 95 of 103 provided under the Contract which may be damaged, lost, stolen or othenA/ise 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, detemnine 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 properiy 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 Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. From each progress estimate, 10 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 10 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 Revised 9/11/12 Contract No. 50241 Page 96 of 103 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 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 Materials. 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. When a bid item is included in the Proposal form for mobilization and subject to the conditions and limitations in the Specifications, the costs of work in advance of construction operations and not directly attributable to any specific bid item will be included in the progress estimate. 9-4 BID ITEMS. Payment for each Bid Item shall be made at the quantity and type as listed in the Contractor's Proposal. All work shown or mentioned in the Contract Documents, General Provisions, or Technical Provisions/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. A Revised 9/11/12 Contract No. 50241 Page 97 of 103 Bid Schedule "A" Mobilization (Bid item No. A-1) Not to Exceed $10,000 Lump Sum The contract lump sum paid for this bid item shall constitute full compensation to provide mobilization and preparatory work in accordance with Section 9-3.4, the plans and contract documents. Payment for mobilization and preparatory Work will be included in the Not to exceed bid price and no other payment will be made. Furnishing ail labor, material, tools, and equipment for the installation of a protective interior epoxy coating, including removal of the existing coating on the interior of the Ellery Steel Tank (Bid Item No. A-2) Lump Sum The contract lump sum paid for this bid item shall constitute full compensation to provide all labor, material, tools, and equipment for the installation of a protective interior epoxy coating including removal of the existing coating on the interior, and over coating the exterior of the Ellery Steel Tank in accordance with Specification Section 01919 and 09960. This includes, but is not limited to, fumishing all labor, equipment, materials for installation of a protective interior epoxy coating on the Ellery Steel Tank Resen/oir. The coatings shall be applied to and include attachments, accessories, all interior piping, walls, floor plate, ceiling, girders, rafters, beams, columns, ladders, access holes, flanged outiets, and all additional exposed surfaces. The work to be performed shall include surface preparation, quality assurance, dehumidification of the interior surfaces, and all other work necessary to result in a completely protected and usable structure, including but not limited to the following: 1) Remove all interior coatings by abrasive near white metal blast cleaning. 2) Apply a three coat epoxy coating system to all interior surfaces. 3) Dispose of all wastes generated from interior coating operations in conformance with all applicable regulations. 4) Wash down coated surfaces, clean interior of tanks and disinfect as specified. 5) Dispose of all wastes generated from interior coating operations in conformance with all applicable regulations. Furnishing all labor, material, tools, and equipment for the installation of an over coating the exterior of the Ellery Steel Tank (Bid Item No. A-3) Lump Sum The contract lump sum paid for this bid item shall also constitute full compensation to provide all labor, material, tools, and equipment for the installation of an over coating protective exterior coating including in accordance with Specification Section 01919 and 09960. This includes, but is not limited to, furnishing all labor, equipment, materials for installation of a protective exterior painting on the Ellery Steel Tank Reservoirs. The coatings shall be applied to and include attachments, accessories, all exterior above- ground piping, walls, floor plate, ceiling, girders, rafters, beams, columns, ladders, access holes, flanged outlets, and all additional exposed surfaces. The work to be performed shall include surface preparation, quality assurance, and all other work necessary to result in a completely protected and usable structure, including but not limited to the following: 1) Power wash exterior of each tank. 2) Overcoat exterior of each tank per Specification Section 09960. 3) Collect and dispose of all wash down water and waste. Furnishing ail labor, material, tools, and equipment to replace interior Earthquake rod assemblies in Ellery Steel Tanks (Bid Item No. A-4) Each The contract unit cost paid for this bid item shall constitute full compensation to remove existing interior earthquake rod assemblies and replace with new earthquake rod assemblies that are of the same size, approximately 40 on the tank. Furnishing ail labor, material, tools, and equipment to remove and replace roof handrail per AWWA D.100 and apply required coating for Ellery Steel Tank (Bid Item No. A-5) Linier Feet The contract unit cost paid for this bid item shall constitute full compensation to remove the existing /\ ^¥ Revised 9/11/12 Contract No. 50241 Page 98 of 103 handrail and replaced with 24-feet of compliant handrail per AWWA D.l00. Furnishing ali labor, material, tools, and equipment to install an additional 30" diameter hinged manway and apply required coating on Ellery Steel Tank (Bid item No. A-6) Each The contract unit price paid for this bid item shall constitute full compensation to furnish and install an additional 30" diameter manway at a point 180 degrees opposite existing shell man way. Access Opening shall be (AWWA hinged flanged type or equivalent). The tamper-resistant closure mechanism shall be lockable for maximum security. This manway shall be made from A36 steel and coated with a primer, intermediate coat, and flnish coat as specified for the tanks. Furnishing all labor, material, tools, and equipment to install new half travel water level indicator for Ellery Steel Tank (Bid item No. A-7) Each The contract unit price paid for this bid item shall constitute full compensation to remove existing water level indicator and furnish and install new half travel liquid level indicator. Level indicator shall be Trusco Heavey Duty Target Type Level Indicator, or equivalent. The indicator board shall be one piece 6" aluminum standard channel so the target will not hang up on bolted joints. The indicator tape shall be all- vinyl with no painted markings to fade or wash off. The hollow float shall be made of heavy stainless steel. All parts, including cable conduits, tensioners, and bottom anchors, shall be of corrosion resistant materials. To eliminate a potential climbing route and reduce vandalism, the indicator shall be V2 scale keeping it above the reach of unauthorized personnel. Furnishing all labor, material, tools, and equipment to install a 36-inch diameter tamper proof aluminum roof vent, per DHS guidelines for Ellery Steel Tank (Bid Item No. A-8) Each The contract unit price price paid for this bid item shall constitute full compensation to furnish and install a new 36-inch diameter tamper proof aluminum roof vent. The vent shall meet DHS guidelines requiring a vent that is insect proof and capable of preventing contamination from birds, bats and insects. Furnishing all labor, material, tools, and equipment to remove existing caulking and install new caulking with backer rod for Ellery Steel Tank (Bid item No. A-11) Lump Sum The contract lump sum paid for this bid item shall constitute full compensation to remove the existing caulking at tank wall/ringwall interface shall be removed and install new ring wall caulking and with backer rod for the Ellery tank. A Revised 9/11 /12 Contract No. 50241 Page 99 of 103 Bid Schedule "B" Mobilization (Bid Item No. B-1) Not to Exceed $10,000 Lump Sum The contract lump sum paid for this bid item shall constitute full compensation to provide mobilization and preparatory work in accordance with Section 9-3.4, the plans and contract documents. Payment for mobilization and preparatory Work will be included in the Not to exceed bid price and no other payment will be made. Furnishing ali labor, material, tools, and equipment for the installation of a protective interior epoxy coating, including removal of the existing coating on the interior of the Elm Steel Tank (Bid Item No. B-2) Lump Sum The contract lump sum paid for this bid item shall constitute full compensation to provide all labor, material, tools, and equipment for the installation of a protective interior epoxy coating including removal of the existing coating on the interior, and over coating the exterior of the Elm Steel Tank in accordance with Specification Section 01919 and 09960. This includes, but is not limited to, furnishing all labor, equipment, materials for installation of a protective interior epoxy coating on the Elm Steel Tank Resen/oir. The coatings shall be applied to and include attachments, accessories, all interior piping, walls, fioor plate, ceiling, girders, rafters, beams, columns, ladders, access holes, flanged outlets, and all additional exposed surfaces. The work to be performed shall include surface preparation, quality assurance, dehumidification of the interior surfaces, and all other work necessary to result in a completely protected and usable structure, including but not limited to the following: 1) Remove all interior coatings by abrasive near white metal blast cleaning. 2) Apply a three coat epoxy coating system to all interior surfaces. 3) Dispose of all wastes generated from interior coating operations in conformance with all applicable regulations. 4) Wash down coated surfaces, clean interior of tanks and disinfect as specified. 5) Dispose of all wastes generated from interior coating operations In conformance with all applicable regulations. Furnishing all labor, material, tools, and equipment for the installation of an over coating the exterior of the Elm Steel Tank (Bid Item No. B-3) Lump Sum The contract lump sum paid for this bid item shall also constitute full compensation to provide all labor, material, tools, and equipment for the installation of an over coating protective exterior coating including in accordance with Specification Section 01919 and 09960. This includes, but is not limited to, furnishing all labor, equipment, materials for installation of a protective exterior painting on the Elm Steel Tank Resen/oirs. The coatings shall be applied to and include attachments, accessories, all exterior above- ground piping, walls, floor plate, ceiling, girders, rafters, beams, columns, ladders, access holes, flanged outlets, and all additional exposed surfaces. The work to be performed shall include surface preparation, quality assurance, and all other work necessary to result in a completely protected and usable structure, including but not limited to the following: 1) Power wash exterior of each tank. 2) Overcoat exterior of each tank per Specification Section 09960. 3) Collect and dispose of all wash down water and waste. Furnishing all labor, material, tools, and equipment to replace interior Earthquake rod assemblies in Elm Steel Tanks (Bid Item No. B-4) Each The contract unit cost paid for this bid item shall constitute full compensation to remove existing interior earthquake rod assemblies and replace with new earthquake rod assemblies that are of the same size, approximately 40 on the tank. Furnishing all labor, material, tools, and equipment to remove and replace roof handrail per AWWA D.100 and apply required coating for Elm Steel Tank (Bid Item No. B-5) Linier Feet. The contract unit cost paid for this bid item shall constitute full compensation to remove the existing handrail and replaced with 24-feet of compliant handrail per AWWA D.100. /\ ^¥ Revised 9/11 /12 Contract No. 50241 Page 100 of 103 Furnishing all labor, material, tools, and equipment to install an additional 30" diameter hinged manway and apply required coating on Elm Steel Tank (Bid Item No. B-6) Each The contract unit price paid for this bid item shall constitute full compensation to furnish and install an additional 30" diameter manway at a point 180 degrees opposite existing shell man way. Access Opening shall be (AWWA hinged flanged type or equivalent). The tamper-resistant closure mechanism shall be lockable for maximum security. This manway shall be made from A36 steel and coated with a primer, intermediate coat, and finish coat as specified for the tanks. Furnishing all labor, material, tools, and equipment to install new half travel water level indicator for Elm Steel Tank (Bid Item No. B-7) Each The contract unit price paid for this bid item shall constitute full compensation to remove existing water level indicator and furnish and install new half travel liquid level indicator. Level indicator shall be Trusco Heavey Duty Target Type Level Indicator, or equivalent. The indicator board shall be one piece 6" aluminum standard channel so the target will not hang up on bolted joints. The indicator tape shall be all- vinyl with no painted markings to fade or wash off. The hollow float shall be made of heavy stainless steel. All parts, including cable conduits, tensioners, and bottom anchors, shall be of corrosion resistant materials. To eliminate a potential climbing route and reduce vandalism, the indicator shall be scale keeping it above the reach of unauthorized personnel. Furnishing all labor, material, tools, and equipment to install a 36-inch diameter tamper proof aluminum roof vent, per DHS guidelines for Elm Steel Tank (Bid Item No. B-8) Each The contract unit price price paid for this bid item shall constitute full compensation to furnish and install a new 36-inch diameter tamper proof aluminum roof vent. The vent shall meet DHS guidelines requiring a vent that is insect proof and capable of preventing contamination from birds, bats and insects. Furnishing all labor, material, tools, and equipment to install a second roof hatch size 36" X 36" for Elm Steel Tank (Bid Item No. B-9) Lump Sum ^"^S The contract lump sum price paid for this bid item shall constitute full compensation to furnish and install a . new 36" X 36" roof hatch. Furnishing ali labor, material, tools, and equipment to install new safety climb device on the exterior ladder and required coating on the Elm Steel Tank (Bid Item No. B-10) Each. The contract unit cost paid for this bid item shall constitute full compensation to install new safety climb device on the exterior ladder and required coating on the Elm Steel Tank Furnishing ali labor, material, tools, and equipment to remove existing caulking and install new caulking with backer rod for Elm Steel Tank (Bid Item No. A-11) Lump Sum The contract lump sum paid for this bid item shall constitute full compensation to remove the existing caulking at tank wall/ringwall interface shall be removed and install new ring wall caulking and with backer rod for the Elm tank. Bid Schedule "C" Mobilization (Bid Item No. C-1) Not to Exceed $10,000 Lump Sum The contract lump sum paid for this bid item shall constitute full compensation to provide mobilization and preparatory work in accordance with Section 9-3.4, the plans and contract documents. Payment for mobilization and preparatory Work will be included in the Not to exceed bid price and no other payment will be made. Furnishing ali labor, material, tools, and equipment for the installation of a protective interior epoxy coating, including removal of the existing coating on the interior of the Skyline Steel Tank (Bid Item No. C-2) Lump Sum The contract lump sum paid for this bid item shall constitute full compensation to provide all labor, , material, tools, and equipment for the installation of a protective interior epoxy coating including removal of f\ ^¥ Revised 9/11 /12 Contract No. 50241 Page 101 of 103 the existing coating on the interior, and over coating the exterior of the Skyline Steel Tank in accordance with Specification Section 01919 and 09960. This includes, but is not limited to, furnishing all labor, equipment, materials for installation of a protective interior epoxy coating on the Skyline Steel Tank Reservoir. The coatings shall be applied to and include attachments, accessories, all interior piping, walls, floor plate, ceiling, girders, rafters, beams, columns, ladders, access holes, flanged outlets, and all additional exposed surfaces. The work to be performed shall include surface preparation, quality assurance, dehumidiflcation of the interior surfaces, and all other work necessary to result in a completely protected and usable structure, including but not limited to the following: 1) Remove all interior coatings by abrasive near white metal blast cleaning. 2) Apply a three coat epoxy coating system to all interior surfaces. 3) Dispose of all wastes generated from interior coating operations in conformance with all applicable regulations. 4) Wash down coated surfaces, clean interior of tanks and disinfect as specified. 5) Dispose of all wastes generated from interior coating operations in conformance with all applicable regulations. Furnishing all labor, material, tools, and equipment for the installation of an over coating the exterior of the Skyline Steel Tank (Bid Item No. C-3) Lump Sum The contract lump sum paid for this bid item shall also constitute full compensation to provide all labor, material, tools, and equipment for the installation of an over coating protective exterior coating including in accordance with Specification Section 01919 and 09960. This includes, but is not limited to, furnishing all labor, equipment, materials for installation of a protective exterior painting on the Skyline Steel Tank Resen/oirs. The coatings shall be applied to and include attachments, accessories, all exterior above- ground piping, walls, floor plate, ceiling, girders, rafters, beams, columns, ladders, access holes, flanged outlets, and all additional exposed surfaces. The work to be performed shall include surface preparation, quality assurance, and all other work necessary to result in a completely protected and usable structure, including but not limited to the following: 1) Power wash exterior of each tank. 2) Overcoat exterior of each tank per Specification Section 09960. 3) Collect and dispose of all wash down water and waste. Furnishing all labor, material, tools, and equipment to replace interior Earthquake rod assemblies in Skyline Steel Tank (Bid Item No. C-4) Each The contract unit cost paid for this bid item shall constitute full compensation to remove existing interior earthquake rod assemblies and replace with new earthquake rod assemblies that are of the same size, approximately 40 on the tank. Furnishing ail labor, material, tools, and equipment to remove and replace roof handrail per AWWA D.100 and apply required coating for Skyline Steel Tank (Bid Item No. C-6) Linier Feet. The contract unit cost paid for this bid item shall constitute full compensation to remove the existing handrail and replaced with 24-feet of compliant handrail per AWWA D. 100. Furnishing ail labor, material, tools, and equipment to install an additional 30" diameter hinged manway and apply required coating on Slyiine Steel Tank (Bid Item No. C-6) Each The contract unit price paid for this bid item shall constitute full compensation to furnish and install an additional 30" diameter manway at a point 180 degrees opposite existing shell man way. Access Opening shall be (AWWA hinged flanged type or equivalent). The tamper-resistant closure mechanism shall be lockable for maximum security. This manway shall be made from A36 steel and coated with a primer, intermediate coat, and finish coat as specified for the tanks. Furnishing all labor, material, tools, and equipment to install new half travel water level indicator ^ for Skyline Steel Tank (Bid Item No. C-7) Each The contract unit price paid for this bid item shall constitute full compensation to remove existing water level indicator and furnish and install new half travel liquid level indicator. Level indicator shall be Trusco Heavey Duty Target Type Level Indicator, or equivalent. The indicator board shall be one piece 6" A Revised 9/11/12 Contract No. 50241 Page 102 of 103 aluminum standard channel so the target will not hang up on bolted joints. The indicator tape shall be all- vinyl with no painted markings to fade or wash off. The hollow float shall be made of heavy stainless steel. All parts, including cable conduits, tensioners, and bottom anchors, shall be of corrosion resistant materials. To eliminate a potential climbing route and reduce vandalism, the indicator shall be scale keeping it above the reach of unauthorized personnel. Furnishing ail labor, material, tools, and equipment to install a 36-inch diameter tamper proof aluminum roof vent, per DHS guidelines for Skyline Steel Tank (Bid Item No. C-8) Each The contract unit price price paid for this bid item shall constitute full compensation to furnish and install a new 36-inch diameter tamper proof aluminum roof vent. The vent shall meet DHS guidelines requiring a vent that is Insect proof and capable of preventing contamination from birds, bats and insects. Furnishing all labor, material, tools, and equipment to install a second roof hatch size 36" X 36" for Skyline Steel Tank (Bid Item No. C-9) Lump Sum The contract lump sum price paid for this bid item shall constitute full compensation to furnish and install a new 36" X 36" roof hatch. Furnishing all labor, material, tools, and equipment to remove existing caulking and install new caulking with backer rod for Skyline Steel Tank (Bid Item No. C-10) Lump Sum The contract lump sum paid for this bid item shall constitute full compensation to remove the existing caulking at tank wall/ringwall interface shall be removed and install new ring wall caulking and with backer rod for the Skyline tank. Revised 9/11/12 Contract No. 50241 Page 103 of 103 APPENDIX "A" LOCATION MAP NOT TO SCALE 'ELLERY PROJECT NAME ELLERY, ELM AND SKYLINE STEEL WATER TANKS INTERIOR AND EXTERIOR COATINGS & STRUCTURAL REPAIRS PROJECT NUMBER 5024 EXHIBI 1 PLOTTED SYJ SCOTT £V>WS PLOT OA7&fO/f/>2 PATH:C:\tmiTES DEPARTIlBiT\DESGN DIVISI0N\AtH£S\S024-ELU-Ell£RY-SKYUNE.DWG 1 Description Dimension Comments Interior Diameter 193-feet Interior Wall height 22.5-feet Height to 3' knuckle High Water Elevation 352.5 Tank Floor Elevation 330 Storage Capacity 5.0 MG Tank Material Welded Steel Year Constructed 1972 PDM - contractor Roof Hatch Access 36 X 36"" (1-location on roof) Interior Ladder Steel Exterior Ladder Steel Roof Ventilation 42" Dia. Cone Head Steel w/ fiberglass screen (1-location on roof) | Shell Manway 24" (1-iocation) Inlet and outlet pipe Inlet -14" steel Outlet - 18" steel (separate pipes for inlet and outlet) Interior Coating epoxy Exterior Coating Alkyd 3,750 ppm lead; 1,360 ppm chromium Pressure Zone 330 DMS Drawing DWG 159-9 See sheets 63, 74, 75 inspection & Cleaning November 2009 Performed by Aquatic inspections j Description Dimension Comments Interior Diameter 105-feet - 9 inciies Interior Wall height 20-feet Height To knuckle roof High Water Elevation 277.5 feet from floor Tank Floor Elevation 254.8 Storage Capacity 1.5 MG Tank Material Welded Steel Year Constructed 1972 PDM - contractor Roof Hatch Access 24" Diameter steel (1-location on roof) Interior Ladder Steel Exterior Ladder Steel Roof Ventilation 48" Dia. Cone Head Steel w/ fiberglass screen (1-location on roof) Shell Manway 24" single bolt compression (l-!ocation) Inlet and outlet pipe 12" steel No altitude valve Interior Coating Epoxy Lead - none detected Chromium - none detected Exterior Coating Urethane 1,890 ppm lead 351 ppm chromium Pressure Zone ^ P- ^ DMS Drawing DWG 159-9 See Sheet 66 Inspection & Cleaning June 2011 Performed by Aquatic inspections | 90 Figure 1 - Skyline Tank Aerial View Description Dimension Comments Interior Diameter 105.8-feet Interior Wall height 22.5-feet Height to knuckle roof High Water Elevation 263.5 Tank Floor Elevation 241.0 Storage Capacity 1.5 MG Tank Material Welded Steel Year Constructed 1972 PDM - Contractor Roof Hatch Access 24" diameter steel (1-location on roof) Interior Ladder Steel Exterior Ladder Steel Roof Ventilation 42" Dia. Cone Head Steel w/ fiberglass screen (1-location on roof) Shell Manway 24" diameter single bolt compression assembly (1-location) Inlet and outlet pipe inlet-12" steel Outlet -12" steel In 2010 a new inlet is in design to provide a flow through Outlet pipe connecting to 18" pipeline Interior Coating Epoxy 66 ppm lead Exterior Coating Alkyd 1,980 ppm lead; 783 ppm chromium Pressure Zone 255 DMS Drawing | DWG 159-9 See Sheet 67 Inspection and Cleaning j April 2011 Performed by Aquatic inspections SECTION 01010 SUMMARY OF WORK Part I-General A. Description 1. General Information on Steel Tank Resen/oirs Existing Resen/oirs Description Ellery Elm Skyline Shell Height (ft) 22.5 20 22.5 Diameter (ft) 193 106 106 Volume (MG) 5.0 1.5 1.5 Existing Interior Coating Epoxy applied in 1996 Epoxy applied in 1998 Epoxy applied In 1995 Existing Exterior Painting Alkyd applied in 1996 Urethane applied in 1998 Alkyd applied in 1995 Year Built 1972 1972 1972 2. Reservoir Accessibility a. The Ellery Tank Is located In the City of Carisbad. Access to the site is obtained from Janis Way. To reach the tank site, vehicles proceed south along a paved entrance road from Janis Way. A security gate prevents unauthorized vehicals from entering the tank site. b. The Elm Tank is located in the City of Carlsbad. Access to the site is obtained from Donna Drive on the north side of Cartsbad Village Drive. To reach the tank site, vehicles proceed north along Donna Drive to a paved entrance road. A chain link security gate prevents unauthorized vehicles from entering the tank site. c. The Skyline Tank is located in the City of Carisbad. Access to the site is obtained from Skyline Road. To reach the tank site vehicles proceed south from Tamarack Avenue along Skyline Road approximately 1,500 feet to a paved entrance road. A chain link security gate prevents unauthorized vehicles from entering the tank site. 3. Order of Work: These tanks are used to store potable water. Only one of the three steel tank resen/oirs shall be worked on at a time. All wori< shall be completely finished and the work accepted by the Engineer prior to commencing with the other resen/oir. Each tank will receive its own Notice to Proceed. B. Painting and Decorating Contractor 1. Experience: The contractor shall hold a current Class A General Contractor or Class C-33 (a licensed Painting and Decorating Contractor) in the State of California, and shall have a minimum of ten (10) applications on potable water steel tank resen/oirs of similar size, and a successful history in the application of the specified products to the interior and exterior surfaces of steel tank resen/oirs. The Contractor shall also provide a certification from the coating system manufacturer stating that they are qualified to install the manufacturer's product. Painting and Decorating Contractors who do not meet the ten (10) applications or who have limited or no experience on potable water tanks will not be allowed. ^ OCTOBER 2012 CONTRACT 50241 SUMMARY OF WORK ELLERY, ELM & SKYLINE STEEL WATER TANKS INTERIOR/EXTERIOR COATING & MISCELLANEOUS REPAIRS 01010-1 2. SSCP CERTIFICATION:Proof of certification under SSPC QP Certification Program must be submitted with your bid. Required certifications are as follows: a) SSPC-QP1 b) SSPC-QP2 Failure to properiy submit the SSPC QP certification will result in the bid being nonresponsive and shall be rejected by the District. 3. References: Prior to the District awarding the contract, the Contractor shall furnish the District with a written list with a minimum of ten (10) references, including contact person(s) and telephone numbers. C. Work of this Contract: See General Provisions Section 9-4 Bid Items. 1. The work to be performed under this contract includes: a. Exterior and Interior Coating: The work to be performed under this contract shall consist of furnishing all labor, equipment, materials for installation of a protective interior epoxy coating and exterior painting on the Ellery, Elm and Skyline Steel Tank Resen/oirs. The coatings shall be applied to and include attachments, accessories, all interior and exterior above-ground piping, walls, floor plate, celling, girders, rafters, beams, columns, ladders, access holes, flanged outlets, and all additional exposed surfaces. The work to be performed shall Include surface preparation, quality assurance, dehumidification of the interior surfaces, and all other work necessary to result in a completely protected and usable structure, including but not limited to the following: 1) Remove all interior coatings by abrasive near white metal blast cleaning. 2) Apply a three coat epoxy coating system to all interior surfaces. 3) Apply caulking to the shell/roof interface, all roof plate lap seams, and other crevices that preclude proper coating application. 4) Wash down coated surfaces, clean interior of tanks and disinfect as specified. 5) Dispose of all wastes generated from interior coating operations in conformance with all applicable regulations. 6) Power wash exterior of each tank. 7) Overcoat exterior of each tank per Specification Section 09960. 8) Collect and dispose of all wash down water and waste. b. Miscellaneous Repairs 1) Replace Interior Earthquake rod assemblies, approximately 40, each tank. 2) Replace exterior ladder assembly and place new ladder offset from roof hatchway from current location for safety to adjacent to roof hatch. 3) Exterior ladder gate shall be hinged to open outward Handrail at roof shall be removed and replaced with 24-feet of compliant handrail per AWWA D.l 00. 4) New ladder shall have Intermediate landing. 5) Install an additional 30" diameter manway at a point 180 degrees opposite existing shell man way. 6) Existing liquid level Indicator shall be removed and a new half travel liquid level indicator to be installed including pulleys. 7) Replace existing roof vent screen meeting California Department of Health requirements. OCTOBER 2012 CONTRACT 50241 SUMMARY OF WORK ELLERY, ELM & SKYLINE STEEL WATER TANKS INTERIOR/EXTERIOR COATING & MISCELLANEOUS REPAIRS 01010-2 8) Install a new 36-inch diameter tamper proof aluminum roof vent, per DHS guidelines. 9) Existing caulking at tank wall/ringwall interface shall be removed and Install new ring wall caulking and with backer rod. D. Surfaces Not To Be Coated: Surfaces not to be coated or painted include fencing, concrete surfaces, liquid level indicator accessories, glass, plastic, nameplates, and other surfaces on which coatings or paints would not adhere or would interfere with operation of specific item or obscure the tanks name plate information. E. Damages Discovered During Work: If severely corroded areas are discovered during the course of abrasive blast cleaning operations, the Contractor shall document the location of corroded areas and notify the Engineer or authorized representative. Welding and repair of severely corroded areas of the tank and other mechanical repairs may be required during the project. The Contractor shall allow the District access to make repairs while the existing coatings or paints are being removed. The District resen/es the option to repair the tank structure with: 1. Change order to the contract. 2. District personnel. 3. A separate Contractor. 4. Any combination of the above. A time extension may be issued should structural repairs preclude abrasive blast cleaning and/or coating or paint application. Preparation work shall continue while repairs are being made. The time extension will assume the Contractor will be able to re-mobilize and begin or resume coating and painting within two weeks of notification. F. Reference Specifications and Standards 1. Requirements: Without limiting the general aspects of this specification, all wori< and equipment shall conform to the applicable requirements of the Carisbad Municipal Water District, the Steel Structures Painting Council, the manufacturers' printed instructions, and Municipal, State and Federal codes, laws and ordinances governing this type of work. 2. Related Sections: Section 09960 Coating System for Recoating Water Storage Tank 3. Conflicts: The Engineer's decision shall be final as to interpretation of or conflicts between any of the referenced specifications and standards contained herein. G. Definitions 1. "Coating" refers to protective materials used or applied on interior surfaces. 2. "Paint" refers to protective materials used or applied on exterior surfaces. 3. "Coat" refers to paint applied in a single or multiple pass application to form an evenly distributed film when dry. Designations for "coats" are primer or first coat, intermediate or second coat, and finish coat, and any coats applied beyond the designated coats. 4. "Engineer" refers to the District Engineer of the Carisbad Municipal Water District. OCTOBER 2012 CONTRACT 50241 SUMMARY OF WORK ELLERY, ELM & SKYLINE STEEL WATER TANKS INTERIOR/EXTERIOR COATING & MISCELLANEOUS REPAIRS 01010-3 5. Lead Containing Paint: On this project specifically, a paint is classified as lead containing if it contains 200 ppm lead or greater. 6. Hazardous Waste: Lead paint debris is classified as hazardous due to the characteristics of toxicity, if after testing by Toxicity Characteristic Leaching Procedures (TCLP), the leachate contains any of the elements in the concentrations listed below (or greater): Barium 100 ppm Cadmium 1 PPm Chromium 5 PPm Lead 5 PPm Mercury 0.2 ppm Note: Other elements can cause a material to be hazardous as defined in 40 CFR 261 and must be taken into consideration. The list above includes only those elements typically associated with paints. H. Personnel and Supen/ision 1. Personnel: All work shall be performed by skilled craftspeople qualified to perform the required work in a manner comparable with the best standards of practice. Continuity of personnel shall be maintained and transfers of key personnel shall be coordinated with the Engineer. 2. Supervision: The Contractor shall provide a supervisor at the work site during all operations. The supen/isor shall have the authority to sign change orders, coordinate work, and make other decisions pertaining to the fulfillment of the Contract. 3. Equipment: The Contractor's coating equipment shall be designed for the application of the materials specified and shall be maintained in first-class working condition. Compressors shall have suitable traps and filters to remove water and contaminants from the air. A blotter test shall be used to determine the presence of water and contaminants. The Contractor's equipment shall be subject to the approval of the Engineer. Cleanliness of compressed air supply shall be verified daily, and as deemed necessary by Engineer, by directing a stream of air, without abrasive, from the blast nozzle onto a white blotter or cloth for twenty seconds. If oil or water appears on the blotter or cloth, all traps and separators shall be blown down until two subsequent twenty-second tests show no further oil or water. 4. Material Containers: All materials shall be brought to the job site in the original sealed containers. Containers shall not be opened until the Inspector has physically inspected the containers and obtained necessary data from information printed on containers or labels. Materials exceeding storage life recommended by the manufacturer will be rejected. 5. Material Storage: All coating materials shall be stored in enclosed structures to protect them from weather and excessive heat or cold. Flammable coatings must be stored in accordance with all applicable City, County, State and Federal safety codes. Coating materials shall be protected from freezing at all times. 6. Compliance with Laws and Regulations: The Contractor shall give all notices and comply with all laws and regulations applicable to furnishing and performing the work to be done. Except where othenA/ise expressly required by applicable laws and regulations, neither the District nor the Inspector shall be responsible for monitoring Contractor's compliance with OCTOBER 2012 CONTRACT 50241 SUMMARY OF WORK ELLERY, ELM & SKYLINE STEEL WATER TANKS INTERIOR/EXTERIOR COATING & MISCELLANEOUS REPAIRS 01010-4 any laws or regulations. Contractor shall obtain any permits required for cleaning and coating operations and shall post same at the job site. 7. Subcontractors: The Contractor shall require all subcontractors to fully comply with these specifications. I. Quality Assurance 1. General: Quality assurance procedures and practices shall be utilized to monitor all phases of surface preparation, application, and Inspection throughout the duration of the project. Procedures or practices not specifically defined herein may be utilized provided they meet recognized and acceptable professional standards and are approved by the Engineer. The Contractor shall be held strictly to the true intent of the specifications in regard to the quality of materials, workmanship, and diligent execution of the Contract. 2. Inspection: All materials furnished, and all work performed under the Contract shall be subject to inspection by the Engineer. Inspection will be provided by and paid for by the District. Work performed in the absence of prescribed inspection may be required to be removed and replaced under the proper inspection, and the entire cost of removal and replacement, including the cost of any materials furnished by the District and used in the work thus removed, shall be borne by the Contractor, regardless of whether or not the work removed is found to be defective. Work covered up without the authority of the Engineer, shall, upon order of the Engineer, be uncovered to the extent required, and the Contractor shall similariy bear the entire cost of performing all the work and furnishing all the materials necessary for the removal of the covering and Its subsequent replacement, as directed and approved by the Engineer. 3. Quality Control: The following quality control provisions shall be strictly adhered to: a. All coating components shall be mixed in exact proportions specified by the manufacturer. Care shall be exercised to Insure all material is removed from containers during mixing and metering operations. b. All coatings shall be thoroughly mixed, in the presence of the Engineer, utilizing an approved slow-speed power mixer until all components are thoroughly combined and are of a smooth consistency. Coatings shall not be applied beyond pot-life limits specified by the manufacturer. c. Thinners shall be added to coating materials only as required In accordance with manufacturers' printed literature and in the presence of the Inspector. Quantities of thinner shall not exceed limits set by applicable regulatory agencies. d. Application shall be by airiess spray method except as othenA/ise specified. Drying time between coats shall be strictly obsen/ed as stated in manufacturers' printed instructions. e. When two or more coats are specified and when possible each coat shall contain sufficient approved color additive or the coats shall be of contrasting color, to act as an indicator of coverage. Interior lining shall have a white topcoat. f. Care shall be exercised during spray operations to hold the spray nozzle perpendicular and sufficiently close to surfaces being coated to avoid excessive evaporation of volatile constituents and loss of material into the air or the bridging of cracks and crevices. ^ OCTOBER 2012 CONTRACT 50241 SUMMARY OF WORK ELLERY, ELM & SKYLINE STEEL WATER TANKS INTERIOR/EXTERIOR COATING & MISCELLANEOUS REPAIRS 01010-5 Reaching beyond limits of scaffold perimeter will not be permitted. All over spray shall be removed by hand or pole sanding prior to application of subsequent coat or as directed by the Engineer. g. Upon completion of coating operations, holiday detection shall be perfomried by Contractor in compliance with these specifications using the specified instrument at the voltage required by the manufacturer. Repair and retesting, if required, shall also be performed in compliance with these specifications. Inspector is not precluded from verifying adequacy of holiday testing by accomplishing holiday detection of selected areas, using his own holiday detector. h. All mixing, thinning, application, and holiday detection of coatings shall be performed in the presence of the Inspector. I. The tank shall be continuously ventilated and maintained within the temperature and humidity limits specified by the coatings manufacturer during the curing period. Curing times shall be per the manufacturer's recommendations. j. Over spray and Dust Control: The Contractor shall conduct all operations so as to confine abrasive blasting debris and coating and paint over spray to within the bounds of the individual tank site, including keeping abrasive blasting debris and coating and paint over spray from adjacent tank vents. The Contractor shall take all precautions necessary to prevent adverse off-site consequences of application operations. Any complaints received by the District relating to any such potential off-site problems will be immediately delivered to the Contractor-assigned job site representative. The Contractor shall immediately halt blast cleaning or application work and shall take all corrective action required to mitigate any such problems. All costs associated with protection of off- site properties and/or correction of damage to property as a result of blast cleaning or application operations shall be borne directly by the Contractor at no additional expense to the District. District approval of Contractor's over spray prevention and dust control procedures, and Inspector's presence on project does not relieve Contractor from responsibility for compliance. 4. Testing: The Inspector will perfonn, or have performed, such tests deemed necessary to assure the work is being accomplished in accordance with the requirements of the Contract. Unless OthenA/ise specified, the cost of such testing will be borne by the District. In the event such tests reveal noncompliance with the requirements of the Contract, the Contractor shall bear the cost of such corrective measures deemed necessary by the Engineer, as well as the cost of subsequent retesting. It Is understood and agreed the performance of tests shall not constitute an acceptance of any portion of the work, nor relieve the Contractor from compliance with the terms of the Contract. The costs of all other tests shall be borne by the Contractor. 5. Film Thickness Testing: thickness of coatings and paint shall be checked with a non- destructive film thickness gauge in accordance with ASTM D1186. An instrument such as Tooke Gage should be used in accordance with ASTM D4138 if a destructive tester is deemed necessary. The sampling of film thickness of flat (e.g. plate) surfaces shall be tested In accordance with SSPC-PA2. The sampling of structural members or Irregular surfaces shall be tested in frequency and locations, as directed by the engineer. 6. Holiday Detection: coating integrity of all interior coated surfaces shall be tested with an approved inspection device in accordance with NACE SP 0188. All pinholes shall be OCTOBER 2012 CONTRACT 50241 SUMMARY OF WORK ELLERY, ELM & SKYLINE STEEL WATER TANKS INTERIOR/EXTERIOR COATING & MISCELLANEOUS REPAIRS 01010-6 repaired In accordance with the manufacturer's printed recommendations and retested. No pinholes or other irregularities will be pennitted in the final coating. 7. Inspection Devices: Contractor shall furnish, until final acceptance of coating and painting, inspection devices in good working condition for detection of holidays and measurement of dry-film thickness of coatings and paints. They shall also furnish National Institute of Standards and Technology/National Bureau of Standards (NIST/NBS) certified thickness calibration plates to test accuracy of thickness gauges. Dry film thickness gauges and holiday detectors shall be available at all times until final acceptance of application. Inspection devices shall be operated by, or in the presence of the Engineer with location and frequency basis determined by the Engineer. The Engineer is not precluded from furnishing his own inspection devices and rendering decisions based solely upon these quality assurance tests. Should in the opinion of the Engineer a 24-hour, continuous reading surface temperature gauge be required to assure that maximum recoat windows are obsen/ed, the contractor shall provide a working calibrated instrument to meet this need. The gauge shall be digital and capable of providing instantaneous average measurements of the temperatures recorded. 8. Acceptable Inspection Devices: acceptable devices for ferrous metal surfaces include, but are not limited to Tinker-Rasor Models M-1, AP, and AP-W holiday detectors and SSPC, Type II units for dry film thickness gauging. Inspection devices shall be calibrated and operated in accordance with specified requirements. Any high-voltage testing shall require the contractor to obtain written acceptance from the lining manufacturer. 9. Warranty Inspection: warranty Inspection shall be conducted between the eleventh and seventeenth months following acceptance of all coating and painting work. All personnel present at the Pre-Job Conference should be present at this inspection. All defective work shall be repaired in strict accordance with this specification and to the satisfaction of the Engineer. a. Notification: The Owner shall establish the date for the inspection and shall notify the Contractor at least 30 days in advance. The Owner will drain the tank and Contractor shall provide, at his own expense, suitable lighting and ventilation for the inspection. At the Owner's option, warranty inspection may be accomplished by diving operations. b. Inspection: all surfaces of the coating systems shall be visually Inspected. All defective coatings, as well as damage or rusting spots of the tank, shall be satisfactorily repaired by and at the sole expense of the Contractor. Defective coating shall be any of those defined by SSPC's Visual Comparison Manual. c. Inspection Report: the Engineer shall prepare and deliver to the Contractor an inspection report covering the warranty inspection. The report shall set forth the number and type of failures obsen/ed, the percentage of the surface area where failure has occurred, and the names of the persons making the inspection. d. Schedule: upon completion of the inspection and receipt of Inspection Report as noted herein. Owner shall establish a date for Contractor to proceed with remedial work. Any delay on part of Contractor to meet schedule established by Owner shall constitute breach of this Contract and Owner may proceed to have defects remedied through other means, and these costs may be charged to the Contractor. OCTOBER 2012 CONTRACT 50241 SUMMARY OF WORK ELLERY. ELM & SKYLINE STEEL WATER TANKS INTERIOR/EXTERIOR COATING & MISCELLANEOUS REPAIRS 01010-7 e. Remedial Work: any location where coating or paint is defined as defective shall be considered to be a failure of the system at that location. The Contractor shall make repairs at all points where failures are obsen/ed by removing the deteriorated coating, cleaning the surface, and recoating or repainting with the same system specified herein. Any spot repairs to defective areas will require feathering at least 3 inches Into sound adjacent coating. If an area of failure exceeds 25 percent of a specific coated surface, the entire coating system from that specific area may be required to be removed and recoated in accordance with the original specification. Specific coated or painted surfaces are defined as follows: 1) Roof support structure 2) Roof plates - interior 3) Shell - interior 4) Floor - interior 5) Roof - exterior 6) Shell - exterior 7) Attachments, accessories and appurtenances f. Upon completion of remedial work, the Contractor shall disinfect the tank as specified herein. J. Safety and Health Requirements 1. General: Ventilation, electrical grounding, and care in handling coatings, paints, solvents, and equipment are important safety precautions during coating and painting projects. The Contractor shall conform with safety requirements set forth by regulatory agencies applicable to the construction industry and manufacturers' printed instructions and appropriate technical bulletins and manuals. The Contractor shall provide and require use of personal protective lifesaving equipment for persons wortdng in or about the project site in accordance with requirements of the latest revision of OSHA Regulations in 29 CFR 1910.1025 and AWWA D102, Section 7-Safety Precautions. 2. Orders: Contractor shall submit a notarized letter signed by a principal officer of the Corporation certifying the Contractor fully complies with California Code of Regulations pertaining to the wori< including, but not limited to the following Construction Safety Orders (CSO) or General Industry Safely Orders (GISO): Illness Injury Prevention Program CSO/GISO 1508/3203 Confined Space Plan GISO 5156/5159 Respiratory Protection CSO/GISO 1531 75144 Hazard Communication GISO 5194 Lead-Based Paint Compliance Plan CSO 1532.1 Rolling Scaffolds CSO 1646 Employee Safety Instruction CSO 1510 Emergency Medical Service CSO 1512 Dusts, Fumes, Mists, Vapors & Gases CSO-1528 3. Access Facilities: All ladders, scaffolding, and rigging shall be designed for their intended uses. Ladders and scaffolding shall be erected where requested by Inspector to facilitate inspection and shall be moved by the Contractor to locations requested by the Inspector. OCTOBER 2012 CONTRACT 50241 SUMMARY OF WORK ELLERY, ELM & SKYLINE STEEL WATER TANKS INTERIOR/EXTERIOR COATING & MISCELLANEOUS REPAIRS 01010-8 4. Ventilation: Where ventilation is used to control hazardous exposure, all equipment shall be explosion-proof. Ventilation shall reduce the concentration of air contaminants such that no hazard exists. Air circulation and exhausting of solvent vapors shall be continued until coatings have fully cured. Forced air education during blast cleaning and coating application operations is mandatory 24 hours per day until coatings have fully cured. 5. Head and Face Protection and Respiratory Devices: Equipment shall include protective helmets which shall be worn by all persons while in the vicinity of the work. Persons operating abrasive blasting equipment shall wear air-supplied helmets and all other persons who are exposed to blasting dust shall wear filter-type respirators and safety goggles. When coatings are applied in confined areas, all persons exposed to toxic vapors shall wear air- supplied masks. 6. Grounding: Blasting, spray, and air hoses shall be grounded to prevent accumulation of static electricity charges. 7. Illumination: Spark-proof artificial lighting shall be provided for all work in confined spaces. Light bulbs shall be guarded to prevent breakage. Lighting fixtures and flexible cords shall comply with the requirements of NFPA 70 and NEC for the atmosphere in which they will be used. Whenever required by the Engineer, the Contractor shall provide additional illumination and necessary supports to cover all areas to be inspected. The level of illumination for inspection purposes shall be determined by the Inspector. 8. Material Hazards: Flammabllity, toxicity, allergenic properties or any other hazardous characteristic of materials used in coating operations shall be identified and specific safety practices shall be stipulated and adhered to. The maximum allowable concentration of toxic vapors shall be kept below the maximum safe concentration for eight-hour exposure, and the lower explosive vapor limit must be strictly adhered to. The Contractor's responsibility for meeting all regulations relating to toxic and hazardous materials includes, but is not limited to, obtaining all permits and EPA numbers, processing papenA/ork, blood testing of personnel at start and finish of project, sampling and testing of wastes, paying fees, handling and packaging of wastes at site, and delivering materials to the selected Class I dumpsite using licensed hazardous materials transporters. All regulations relating to working with heavy metals or confined spaces shall be strictly enforced. 9. Protective Clothing: Coating materials may be irritating to skin and eyes. When handling and mixing coatings, wori<ers shall wear gloves and eye shields. If working with lead or other heavy metals, regulations concerning handling of exposed clothing shall be strictly enforced. 10. Fire: During mixing and application of coatings, all flames, welding, and smoking shall be prohibited in the vicinity. Appropriate fire extinguishers shall be provided by Contractor and kept at the job site during all operations. 11. Sound Levels: Whenever the occupational noise exposure exceeds the maximum allowable sound levels, the Contractor shall provide and require the use of approved ear protection devices. Important: The Contractor shall provide sound barrier enclosures for all equipment exceeding a noise limit of 45 d.b.a., including but not limited to, portable generators used for providing power, compressors, dehumidification equipment, mixing equipment, fans and blowers. The maximum allowable noise level at the CMWD property lines shall not exceed 60 d.b.a. The Contractor shall provide a monitor to take daily samples at points and times specified during construction. The noise mitigation plan shall be approved by the Engineer and the Contractor shall keep a log of the measurements. OCTOBER 2012 CONTRACT 50241 SUMMARY OF WORK ELLERY ELM & SKYLINE STEEL WATER TANKS INTERIOR/EXTERIOR COATING & MISCELLANEOUS REPAIRS 01010-9 12. Power and Water: The Contractor shall obtain a construction meter for potable water utilized during the construction under this contract. The Contractor shall obtain Temporary Power for dehumidification. Generators shall have sound attenuating devices for nearby residents. 13. Solvents, Thinners, and Cleaning Solutions: The Contractor shall provide, prior to coating any surfaces of the tank, written certifications from the coating manufacturers stating that the coating materials, thinners, solvents, and equipment cleaning fluids provided by the manufacturers do not contain perchloroethylene (PCE) or trichloroethylene (TCE). The Contractor shall also certify, in writing, that no material containing PCE or TCE in any form will be used for the interior or exterior coatings of the tank. This shall include all solvents, thinners, and cleaning fluids at the job site, regardless of where the materials were obtained. All solvents, thinners and cleaning fluids shall be tested for TCE and PCE prior to being used at the job site. The Contractor shall provide the Engineer with samples of each material at no cost to the District. Unacceptable materials shall be removed from the job site. 14. Gas and Air Monitoring: Contractor shall furnish monitoring equipment to determine the presence of oxygen deficiency or dangerous air contamination. Continual monitoring will be required. Concentration levels will be as prescribed by Cal/OSHA. K. Schedule of Work 1. The Contractor shall submit a complete schedule of all work to be completed utilizing a critical path method (CPM) schedule. This schedule must be approved by the Engineer prior to the District issuing the Notice of Award. 2. The schedule shall show a complete sequence of construction activities, identifying work for the complete project in addition to work requiring separate stages, as well as any other logically grouped activities. The schedule shall Indicate the eariy and late start, early and late finish, 50% and 90% completion, and any other major construction milestones, materials and equipment delivery, logic ties, float dates, and duration. 3. The Contractor shall revise and resubmit for approval the schedule as required by the District when progress is not in compliance with the original schedule. The Contractor shall submit revised project schedules with each and every application for monthly progress payment identifying changes since the previous version of the schedule. The schedule shall indicate estimated percentage of completion for each item of work at each and every submission. 4. Failure of the Contractor to submit, maintain, or revise the project schedule will enable the District to withhold up to 5% of the monthly progress payment othenA/ise due and payable to the Contractor until the schedule has been submitted by the Contractor and approved by the Engineer as to completeness and conformance with these provisions. 5. No changes shall be made to the construction schedule without prior written approval of the Engineer. Any progress payments made after the scheduled completion date shall not constitute a waiver of this paragraph or any damages. L. Hazardous Materials 1. The Contractor shall provide the District with all information regarding the disposal of contaminated material, including but not limited to: OCTOBER 2012 CONTRACT 50241 SUMMARY OF WORK ELLERY, ELM & SKYLINE STEEL WATER TANKS INTERIOR/EXTERIOR COATING & MISCELLANEOUS REPAIRS 01010-10 a) Copies of all correspondence referring to disposal of contaminated materials/hazardous waste. b) Copies of all test results. c) Name and location of disposal site, owner and operator of site, and verification that site is approved for disposal of lead in concentrations indicated by testing lab. d) Name of firm transporting contaminated material, and verification that firm is licensed for transportation of such materials. e) Copy of bill indicating that disposal site is in receipt of contaminated material. 2. Contractor shall exert all safe means in taking necessary precautions to protect the potable water supply from lead contamination. M. Submittals 1. Submittals shall be approved by the Engineer prior to the Contractor ordering any materials or mobilizing equipment to the site and shall include the following: a) Blasting, Mixing, and Dehumidification Equipment b) Worker Protection Program for Lead Removal c) Noise Mitigation Plan d) Product Data Sheets-For interior coating and for exterior paint e) Material Safety Data Sheets f) Color Charts g) Manufacturer's Recommendations for Thinning h) Coating and Painting Material Properties (If Approved Equal Used) including: 1) Quality 2) Durability 3) Resistance to abrasion and physical damage 4) Life expectancy 5) Ability to recoat in future 6) Solids content by volume 7) Recommended dry film thickness per coat 8) Compatibility with other coatings 9) Suitability for the intended service 10) Resistance to chemical attack 11) Temperature limitations in sen/ice and during application 12) Type and quality of recommended undercoats and topcoats 13) Ease of application 14) Ease of repairing damaged areas 15) Stability of colors 16) Volatile Organic Compounds (VOC's) unthinned. Grams/liter 17) VOC's thinned, grams/liter 18) National Sanitation Foundation certification for product and color tinting Partii Products A. Products 1. Coatings for this project shall be as prescribed Section 09960. All materials shall be delivered to the job site in their original, unopened containers bearing the manufacturer's name, brand, and batch number. OCTOBER 2012 CONTRACT 50241 SUMMARY OF WORK ELLERY ELM & SKYLINE STEEL WATER TANKS INTERIOR/EXTERIOR COATING & MISCELLANEOUS REPAIRS 01010-11 2. Joint sealant shall be applied to the shell/roof interface, all roof plate lap seams, and other crevices that preclude proper coating application. Joint sealant shall be a flexible polyurethane or polysulfide product, similar or equal to Federal Specification TT-S-230. 3. Joint Sealant to be used between the tanks and the foundation on the exteriors of both tanks shall be a flexible polyurethane or polysulfide product. 4. Earthquake rod assembly 5. An Additional 30" diameter manway shall be installed on the tank shell. Access Opening shall be (Trusco Monobolt or equivalent). The tamper-resistant closure mechanism shall be lockable for maximum security. This manway shall be made from A36 steel and coated with a primer, intermediate coat, and finish coat as specified for the tanks. 6. New half travel liquid level Indicator shall be Trusco Heavy Duty Target Type Level Indicator, or equivalent. The indicator board shall be one piece 6" aluminum standard channel so the target will not hang up on bolted joints. The indicator tape shall be all- vinyl with no painted markings to fade or wash off. The hollow float shall be made of heavy stainless steel. All parts, including cable conduits, tensioners, and bottom anchors, shall be of corrosion resistant materials. To eliminate a potential climbing route and reduce vandalism, the indicator shall be scale keeping it above the reach of unauthorized personnel. 7. Guard rails: Guard rail shall completely encircling exterior ladder landing and top access hatch. Part III Execution A. Transportation and Disposal of Debris Written confirmation that the debris will be treated and disposed of in accordance with the requirements of 40 CFR 264 and 40 CFR 268 shall be received by the District prior to start of work. Signed manifests shall be returned to the District to verify that all steps of the handling and disposal process have been completed properly and shall include the necessary notifications and certifications on shipments, provide the name of the disposal facility, and include a schedule for the submittal of the completed manifests to the District. B. Surface Preparation-General 1. Surface Imperfections: Slag and weld metal accumulation and spatters not previously removed by the fabricator, erector, or installer shall be removed by chipping and grinding. All sharp edges shall be peened, ground, or othenA/lse blunted as required by the Engineer and NACE SP 0178-89, Standard Recommended Practice for Fabrication Details, Surface Finish Requirements, and Proper Design Considerations for Tanks and Vessels to be Lined for Immersion Service. OCTOBER 2012 CONTRACT 50241 SUMMARY OF WORK ELLERY, ELM & SKYLINE STEEL WATER TANKS INTERIOR/EXTERIOR COATING & MISCELLANEOUS REPAIRS 01010-12 ^^^^^ 2. Protection of Existing Facilities: All existing screening and vents shall be protected by the Contractor. All screening or vents which are disturbed during blasting and painting activities shall be replaced by the Contractor at no additional cost to the District. 3. All interior surfaces of tank shall be abrasively blast cleaned to "Near-White Blast Cleaning" in conformance to SSPC's Surface Preparation Specification No. 10 (SSPC- SP10) and a surface profile or anchor pattern of 2 to 3 mils (.002" - .003"). The Contractor shall select an abrasive media that is proper for the quality of surface preparation specified. Should it be determined that the production rate and quality of the surface preparation Is less than specified, it shall be the Contractor's responsibility to use other types and/or sizes of abrasive to meet the requirements of this contract. At no time shall considerations of extra effort be considered by the Owner unless, in the opinion of the Engineer the Contractor has explored all alternative means of abrasive blasting during their operations. 4. Dust Emissions: No visible dust emissions are allowed during cleaning and coating operations. Contractor shall provide and maintain such filters and other equipment necessary to eliminate visible dust emissions. Method of containing dust emissions shall be approved by the Engineer. 5. Abrasive: Abrasive used in blast cleaning operations shall be new, washed, graded, and free of contaminants which would interfere with adhesion of coatings and shall not be reused unless specifically approved by the Engineer. Silica sand Is expressly prohibited. Abrasive shall be certified for unconfined dry blasting pursuant to the California Administrative Code, Section 92520 of Subchapter 6, Title 17, and shall appear on the current listing of approved abrasives. Invoices or load sheets confirming above shall be required. 6. Scaffolds: Blast cleaning from rolling scaffolds shall only be performed within the confines of the interior perimeter of scaffold. Reaching beyond limits of perimeter will be allowed only if the blast nozzle is maintained in a position which will produce a profile acceptable to the Engineer. 7. Work Area: The Contractor shall keep the work area in a clean condition and shall not pennit blasting materials to accumulate as to constitute a nuisance or hazard to the prosecution of the work or the operation of the existing facilities. 8. Disposal of Abrasive: Spent abrasives and other debris shall be removed when directed by the Engineer, and shall be disposed of at a legal off-site location. If waste is detennined to be hazardous, disposal by Contractor shall meet the requirements of all regulatory agencies for handling such wastes. The area around the tank shall be left in a neat and clean condition as determined by the Engineer. 9. Air and Brush Cleaning: Blast cleaned surfaces shall be cleaned prior to application of specified coatings via a combination of blowing with clean dry air, brushing/brooming and/or vacuuming as directed by the Engineer. Air hose for blowing shall be at least 1/2" in diameter and shall be equipped with a shut-off device. OCTOBER 2012 CONTRACT 50241 SUMMARY OF WORK ELLERY ELM & SKYLINE STEEL WATER TANKS INTERIOR/EXTERIOR COATING & MISCELLANEOUS REPAIRS 01010-13 10. Weld Neutralizing: When required by the Engineer, all welds shall be neutralized using a compound compatible with the coating system used by the Contractor. 11. Sealing of Pipe Openings: During blast cleaning operations, all pipe openings shall be sealed, to the satisfaction of the Engineer, to prevent entry of abrasive or other foreign material. 12. Solvent Cleaning: Dust, dirt, oil, grease or any foreign matter which will adversely affect the adhesion or durability of the finish shall be removed by washing with clean rags dipped in a cleaning solvent approved by the Engineer and wiped dry with clean rags in conformance to SSPC-SP1, as defined in these specifications. 13. Inspection: Coating materials applied prior to Inspector's approval of the surface preparations shall be removed and reapplied to the complete satisfaction of the Inspector at the expense of the Contractor. 14. Hose Connections: All blast hose connections shall be tethered and secured to prevent separation during blast cleaning operations, and shall be taped with duct tape prior to pressurizing. All taped connections shall be visually inspected for leaks within five (5) minutes after start of blast cleaning operations and at the end of blast cleaning operations. Leaking connections shall be immediately repaired to prevent further damage. 15. Protection of Existing Coatings: During blast cleaning operations, caution shall be exercised to ensure existing coatings and paints are not exposed to abrasion from blast cleaning. 16. Valves: The interior surfaces of the inlet and outlet nozzles permanently attached to the tank shall be cleaned of all old coating and rust by blast cleaning or other approved methods. Precautions shall be taken to prevent any damage to the existing valves. All exposed surfaces of the valves shall be masked or othenA/ise protected prior to blast cleaning the nozzles. C. Dehumidification (DH) is required to control the environment within the tank space 24 hours a day during blast cleaning and coating application. The system shall be similar or equal to the following requirements. 1. Operation Criteria: a. The tank shall be continuously dehumidified 24 hours per day, 7 days per week during blasting, coating, between coats of coating, and during the final curing period if warranted by ambient/weather conditions or recommended by coating manufacturer unless fewer hours or days are approved in writing by the Engineer. b. Maintain the dehumidification system at all times. Only ventilation equipment, not dehumidification equipment is required throughout final cure period. c. Dehumidification equipment shall also provide the necessary ventilation for the removal of solvent vapors during the coating and final cure phase. At all times, OCTOBER 2012 CONTRACT 50241 SUMMARY OF WORK ELLERY, ELM & SKYLINE STEEL WATER TANKS INTERIOR/EXTERIOR COATING & MISCELLANEOUS REPAIRS 01010-14 maintain the concentration of solvent vapors in all parts of the tank at least 10- percent below the lower explosive limit (LEL). d. Ducting shall be a minimum of 18 inches in diameter, airtight and reinforced with spirally-wound wire to prevent collapse. Size of ducting shall be larger if deemed necessary by the Contractor in order to comply with these specifications or any local, state, or federal safety regulations. Sizing of the ducting, ventilation, and dehumidification equipment shall be the sole responsibility of the Contractor. Provide an appropriate connecting device between the 18-inch duct and designated opening. All bends in duct work shall have a minimum radius of 2 X ID of the ducting (i.e. 18" ID = 36" minimum radius). ). Re-circulating air from inside the tank, back through the climate control equipment will not be allowed. e. The Contractor shall design and submit for review a dehumidification and ventilation plan, which provides for a minimum cross-draft velocity of 100 feet per minute in the vicinity of the work area. The cross-draft velocities shall be obtained with the use of a portable blower or fans. f. The areas adjacent to the surface that is to be blasted and coated shall not be exposed to a relative humidity over fifty percent. Furthermore these areas shall not have a surface temperature that is less than 18 degrees F above dew point at any time during cleaning and coating phases. 2. Equipment: a. The dehumidification equipment shall be a solid desiccant (not liquid, granular, or loose lithium chloride) design having a single rotary desiccant rotor capable of continuous operation, fully automatic, with drip-proof automatic electrical controller. b. During the coating and cure phase, dehumidification units shall have auxiliary heaters capable of maintaining a constant air temperature inside the tank. c. Air heaters are not acceptable as substitutes for dehumidification units. Heaters will be electric or indirect fired. No direct fired heaters will be allowed. d. Air chillers, heaters, or air conditioners may be used with the desiccant dehumidifiers if they are approved for use by the manufacturer of the dehumidification equipment and the Engineer 3. Automated Monitoring Requirements: a. Provide continuous monitoring of DH equipment, and temperature, relative humidity, and dew point data at pertinent points on the structure, during surface preparation, coating application, and cure. Locate sensors to provide pertinent data for the surface preparation and coat application being performed. Make data available to the Engineer through Internet access. b. Provide monitoring equipment to perform as follows: OCTOBER 2012 CONTRACT 50241 SUMMARY OF WORK ELLERY, ELM & SKYLINE STEEL WATER TANKS INTERIOR/EXTERIOR COATING & MISCELLANEOUS REPAIRS 01010-15 1) Data is collected in the field unit in one minute increments, and available for download (on-site) in a standard format. Contractor shall collect this data and make available to the Engineer. 2) Monitoring equipment shall have backup power such that data collection and transmission to web server will be uninterrupted during the entire period of the dehumidification requirement. 3) Monitoring equipment shall have capability to measure surface temperatures at a minimum of four locations inside the tank. Sensor locations will include the floor, roof and north and south side of the shell. 4) Monitoring equipment shall have capability to measure interior and exterior dry bulb temperature (DB), relative humidity (RH), and dewpoint temperature (DP). 5) Data shall be available continuously through secure internet connection, using widely available web browsers. 6) Internet accessible data shall be collected and stored in maximum 1 minute increments, and lag time between data collection and online availability shall be no greater than 70 minutes. 7) Internet accessible data shall be available for viewing online in tabular format, and graphical format using selected data. 8) Internet accessible data shall be available for download in user-defined segments, or entire project to date, in a standard fomriat usable by Microsoft Excel and other spreadsheet programs. 9) Internet-based controls shall provide alerts to pre-deslgnated parties through email messaging. 10) Internet-based controls shall monitor data uploads from field unit and issue alert if data not initiated within 60 minutes of last upload. 11) Intemet-based controls shall monitor operation of DH equipment and issues alert when power remains off for more than 1 minute, or if pre-detemriined temperature, RH, or DP conditions are exceeded. Upoh completion and acceptance of applied coating system, Contractor shall furnish an approved exhaust fan or blower of sufficient capacity to Insure removal of solvent vapors during curing process. The fan or blower, after approval by Engineer, shall be installed as directed by the Engineer and shall remain in continuous operation until coating is completely cured as determined by the manufacturer of the coating system. After completion of curing cycle as noted above, the Contractor shall test the applied coating with a solvent rub test performed in accordance with ASTM D 5402 to verify adequate curing has been attained. OCTOBER 2012 CONTRACT 50241 SUMMARY OF WORK ELLERY, ELM & SKYLINE STEEL WATER TANKS INTERIOR/EXTERIOR COATING & MISCELLANEOUS REPAIRS 01010-16 a. If final cure has not been attained, ventilation shall be continued until applied lining ^ passes the solvent wipe test 6. After final cure is approved by Owner, Contractor shall remove fan or blower. D. Application of Coatings -General 1. Requirements: Coating application shall conform to the requirements of the Steel Structures Painting Council Paint Application Specification SSPC-PA1, latest revision, for Shop, Field and Maintenance Painting, the manufacturers' printed literature, and as specified herein. 2. Thinning: Thinning shall only be permitted as recommended by the manufacturer and approved by the Engineer, and shall not exceed limits set by applicable regulatory agencies. If Contractor applies any materials which have been modified or thinned to such a degree as to cause them to exceed established VOC levels. Contractor shall be responsible for any fines, costs, remedies, or legal action and costs that may result. 3. Workmanship: Each application of coating shall be applied evenly, free of brush marks, sags, runs, and evidence of poor workmanship. Care should be exercised to avoid lapping on appurtenances. Coating shall be sharply cut to lines. Finished surfaces shall be free from defects or blemishes. 4. Protective Coverings: Protective coverings or drop cloths shall be used to protect floors, fixtures, equipment, prepared surfaces, and applied coatings or paints. Personnel entering tank or walking on exterior roof of tank shall take precautions to prevent damage to or contamination of coated or painted surfaces. Care shall be exercised to prevent coating from being spattered onto surfaces which are not to be coated. Surfaces from which such material cannot be removed satisfactorily shall be repainted or recoated as required to produce a finish satisfactory to the Engineer. 5. Irregular Surfaces: All welds and irregular surfaces, as determined by the Engineer, shall receive a brush coat of the specified product prior to application of each complete coat. Coating shall be brushed or mitted in multiple directions, as directed by the Engineer, to insure proper penetration and coverage. These areas include, but are not limited to, welds, roof lap seams, nuts and bolts, rafter ends, tops and flanges, exposed areas of surface-to-dace interfaces, and all other areas which would not be properly coated by spray application. Care shall be exercised to ensure dry film thickness of coatings and paints does not exceed the maximum thickness allowed by the manufacturer of the specific product being applied. 6. Conclusion of Daily Work: At the conclusion of each day's blast cleaning and coating operations, a 6" wide strip of blast cleaned substrate shall remain uncoated to facilitate locating point of origin for successive day's blast cleaning and coating operations. 7. Preclusive Conditions: No coating shall be applied under the following conditions: a. When the surrounding air temperature or the temperature of the surface to be coated is below 55 degrees F. for epoxy coatings, below 45 degrees F. for acrylics or urethanes, or above 125 degrees F. ^ OCTOBER 2012 CONTRACT 50241 SUMMARY OF WORK ELLERY, ELM & SKYLINE STEEL WATER TANKS INTERIOR/EXTERIOR COATING & MISCELLANEOUS REPAIRS 01010-17 b. When surfaces are wet or damp, or in rain, snow, fog or mist. c. When the surface temperature is less than 5 degrees F. above the dew point. d. When it is expected the air or surface temperature will drop below 55 degrees F. for epoxy coating, below 45 degrees F. for epoxy low temperature cure coatings, or 40 degrees F. for acrylic paints, or less than 5 degrees F. above the dew point within two (2) hours after application of coating. Dew point shall be measured by use of an instrument such as a Sling Psychrometer in conjunction with U.S. Department of Commerce Weather Bureau Psychometric Tables or equivalent. Equipment must run continuously during all phases of coating, except disinfection phase. e. If any of the aforementioned preclusive conditions are evident, coating application shall be delayed or postponed until conditions are favorable. The day's coating application shall be completed in time to permit the film sufficient drying time prior to damage by atmospheric conditions. 8. Multi-component materials exposed to excessive sunlight or an excessive time element beyond manufacturer's recommended recoat cycle, shall be scarified by Brush-off Blast Cleaning (SSPC SP-7) or methods approved by Engineer, prior to application of additional coating. Scarified coating shall have sufficient depth to assure a mechanical bond of subsequent coat. 9. All attachments, accessories, and appurtenances shall be prepared and finished in the same manner as specified for adjoining tank sections, except as specifically designated by the Engineer. E. Heavy Metal Paint Removal 1. Existing Coatings: The existing exterior coating of Ellery, Elm and Skyline tanks are known to contain lead primer encapsulated within the coating. The District had the coating system tested and found high levels of heavy metals (See Appendix A). The coating system is a hazardous material and for the purposes of this project, all coatings removed from the exterior of the tank shall be considered hazardous waste and shall be removed and disposed of as such under the provisions of these specifications. 2. General Requirement: The Carisbad Municipal Water District is considered a small quantity generator, generating less than 2,200 pounds of hazardous waste per month. The Contractor is required to use a method of coating removal that minimizes the generation of hazardous waste and does not exceed the maximum allowable under 40 CFR 262. The Contractor shall comply with all provisions of 40 CFR 262 pertaining to small quantity generators. 3. Special Requirements: a. Ambient Air Quality - Visible Emissions: Visible emissions shall be used as a criteria for project shutdown until corrections to the containment are made. Visible emissions shall be determined in accordance with 40 CFR 60, Appendix A, Method 22. No visible emissions will be allowed. OCTOBER 2012 CONTRACT 50241 SUMMARY OF WORK ELLERY, ELM & SKYLINE STEEL WATER TANKS INTERIOR/EXTERIOR COATING & MISCELLANEOUS REPAIRS 01010-18 b. Ambient Air Quality - Personal Monitoring: Personal monitors shall be installed inside and outside of the containment. The results obtained from the outside monitoring shall be no more than 1 .0% of the results obtained from the inside monitoring. c. Worker Protection: OSHA requirements for worker protection shall be followed in accordance with 29 CFR 1926 as outlined In OSHA Booklet 3126. Furnish all workers with appropriate respirators approved by the NIOSH, Department of Health and Human Services, for use in atmospheres containing lead dust. Respirators shall comply with the requirements of 29 CFR 1910.1025, and shall be equipped with High Efficiency Particulate Air (HEPA) filters. All filters shall be rated PM-10. 4. Worker Protection Program: The Contractor shall submit the following worker protection program for approval prior to starting work: a. Exposure Monitoring: A written program for determining the level of airborne lead within and around the lead paint removal area. Monitoring shall be performed in accordance with NOSH Method 7082 using personal pumps on representative workers. b. Compliance Program: A written compliance program to describe the engineering, administrative, housekeeping, and protective equipment controls that will be utilized to reduce the exposure of the employees to a level less than the permissible exposure limit (50 ug/m). c. Respiratory Protection Program: A respiratory protection program as required by 29 CFR 1910.1025 and 29 CFR 1910.134. d. Personal Hygiene: A description of the personal hygiene facilities and practices to be used and protective clothing controls. e. Medical Surveillance Program: A medical surveillance program including the mechanism for submitting prejob and postjob blood lead level results, and a statement that employees will be removed from the work site if blood lead levels exceed the thresholds established in 29 CFR 1910.1025. f. Employee Training: A copy of the employee training program In accordance with the requirements of 29 CFR 1910.1025. g. Employee Access to Records: A statement that the employee has been informed of the hazards on the project and of his or her right of access to exposure and medical records as required by 29 CFR 1910.1020. h. Hazard Communication: A copy of the hazard communication program as required by 29 CFR 1910.1200. i. Signs: A statement confirming that signs with the following legend will be posted in and around the work area: WARNING OCTOBER 2012 CONTRACT 50241 SUMMARY OF WORK ELLERY, ELM & SKYLINE STEEL WATER TANKS INTERIOR/EXTERIOR COATING & MISCELLANEOUS REPAIRS 01010-19 LEAD WORK AREA FROM THIS POINT ON NO SMOKING OR EATING 5. Testing of Debris: The debris shall be tested by TCLP to determine if it is hazardous in accordance with Appendix II of 40 CFR 261. The Contractor shall provide this testing. 6. Site and Storage Handling: The Contractor shall pay strict attention to the requirements of 40 CFR 262 and 40 CFR 265 for the on-site handling of debris, with special attention given to the time of storage, amount of material stored at any one time, use of proper containers, and personnel training. Any evidence of improper storage shall be cause for Immediate shutdown of the project until corrective action is taken. 7. Transportation and Disposal of Debris: The Contractor shall arrange to have the debris transported from the site in accordance with the requirements of 40 CFR 263, and disposed of properly in accordance with the requirements of 40 CFR 264. Signed manifests shall be returned to the owner to verify that all steps of the handling and disposal process have been completed properiy. 8. Confirmation: Written confirmation that the debris will be treated and disposed of in accordance with the requirements of 40 CFR 264 and 40 CFR 268 shall be received by the District prior to start of work. The programs shall provide assurance that the debris is handled properiy from cradle to grave and shall include the necessary notifications and certifications on shipments, provide the name of the disposal facility, and include a schedule for the submittal of the completed manifests to the District. 9. Disposal: Disposal of red lead paint materials shall be by incineration. All movement of the red lead paint materials from the site to the final disposition shall be documented with Hazardous Waste Manifests. Certificates of Destruction shall be provided to the District upon incineration of the red lead paint material. a. Method: Removal of red lead paint shall be accomplished by a method that does not expose the workmen to lead nor allow lead to be released into the environment. The method shall be either of the following: 1) Vacuum Blasting: Blast cleaning using compressed air to propel abrasives toward a surface. A special vacuum assembly equipped with a brush or rubber sleeve surrounds the blast nozzle sealing it to the surface. The seal must be maintained between the assembly and the surface to create a completely closed blasting cycle. The abrasive is recirculated automatically, cleaned of debris, and returned for reuse. Cast steel, malleable iron, chilled cast iron, and aluminum oxide abrasives are typically used. HEPA filtered vacuuming equipment with a filter system capable of collecting and retaining lead-contaminated paint dust shall be used. A high efficiency particulate filter means 99.97 percent efficient against 0.3 micron size particles. 2) Chemical Stripping: Chemical stripping of the existing layers of the primer(s) and paint(s) using Nu-Tec Paint Buster, Formula #4 or an approved equal. The chemical stripper must be used in accordance with the manufacturers' OCTOBER 2012 CONTRACT 50241 SUMMARY OF WORK ELLERY, ELM & SKYLINE STEEL WATER TANKS INTERIOR/EXTERIOR COATING & MISCELLANEOUS REPAIRS 01010-20 instructions and all waste shall be disposed of as hazardous waste in accordance with these Specifications. 3) CERCLA Release: The Contractor is advised that the discharge of one or more pounds of lead (4 mils or less in diameter) into the atmosphere, water or soil within a twenty-four (24) hour period is considered a reportable release in accordance with 40 CFR 300 and 40 CFR 302. 4) Limits of Exterior Painting Removal: Prior to the installation, removal, or modification of the tank appurtenances, Contractor shall remove the existing exterior coatings as herein specified a minimum distance of 12" from any and all locations of such addition, removal or modification. Cleanup Upon completion of the work, all equipment and materials used in coating the steel water, tank shall be removed from the site, and the entire job site shall be cleaned. Non- reusable containers and materials shall be disposed of at a legal off-site location. Coating spots on surfaces not intended for coating shall be removed, and damaged surfaces shall be cleaned, repaired, refinished or replaced to the satisfaction of the Engineer at no cost to the District. G. Omissions Care has been taken to herein describe coating procedures and delineate surfaces to be coated. If coating requirements have been inadvertently omitted from this or any other section of the specifications, however, it is intended that all metal surfaces, unless specifically accepted herein, shall receive a suitable, first-class coating satisfactory to the Engineer. H. Disinfection 1. Prior to disinfecting, the Contractor shall clean the interior surfaces of the tank with an approved cleaner or detergent applied via high pressure hot solution method. If deemed necessary by Engineer, immersed areas shall be scrubbed with a brush or similar implement which will apply force and pressure to the surface to completely remove residual solvents and other surface contaminants. 2. Prior to acceptance of the coating and putting the tanks into service, the Contractor shall disinfect the tanks in accordance with AWWA Standard C652. The Contractor shall wash the inside of the tank with a chlorine solution containing two hundred (200) parts per million (ppm), utilizing gaseous chlorine or hypochlorites. The tanks shall be washed clean of all sand and dust, and the wash water will be flushed from the tank. The Contractor shall then fill the tank to a depth of three feet (3') containing a chlorine residual of fifty (50) ppm. 3. After curing, the tank shall be disinfected, filled, then allowed to soak for at least seven days before a sample of water is collected and tested for volatile organic compounds (VOC's). The samples shall be analyzed only by a laboratory certified to conduct volatile organic compounds analysis by the State Department of Health Sen/ices (DOHS). OCTOBER 2012 CONTRACT 50241 SUMMARY OF WORK ELLERY, ELM & SKYLINE STEEL WATER TANKS INTERIOR/EXTERIOR COATING & MISCELLANEOUS REPAIRS 01010-21 4. The Contractor shall test the reservoir for chlorine residual, bacteriological, VOC's, and leechable quality at no additional expense to the District. The Contractor shall provide a copy of all test results to the Engineer for approval. 5. Failure Procedures: If levels of leached organic exceed those acceptable to the CDPH, the tank shall be drained, flushed, refilled, and retested at the District's expense. Failure of the tank to attain levels acceptable to the CDPH shall be the responsibility of the District and remedial measures to attain such levels shall be at the District's expense. 6. Guarantee: When the work has been completed to the satisfaction of the Engineer, that fact shall constitute the final acceptance by the District for the completed works herein specified and is subject to the Contractor guaranteeing the completed work against any repairs, damage caused by defective workmanship or materials furnished. The Contractor shall provide a two (2) year maintenance bond in the amount of fifty percent (50%) of the contract price for this guarantee period. END OF SECTION OCTOBER 2012 CONTRACT 50241 SUMMARY OF WORK ELLERY, ELM & SKYLINE STEEL WATER TANKS INTERIOR/EXTERIOR COATING & MISCELLANEOUS REPAIRS 01010-22 SECTION 09960 COATING SYSTEMS FOR RECOATING WATER STORAGE TANK PART 1 GENERAL A. Section Includes: Coating systems for steel water storage tanks. B. Related Sections Section 01010 Summary of Work C. References ANSI/NSF 61 - Drinking Water System Components - Health Effects. ASTM D 16 - Terminology Relating to Paint, Varnish, Lacquer, and Related Products. AWWA C 652 - Disinfection of Water-Storage Facilities. AWWA D 102 - Painting Steel Water Storage Tanks. SSPC-SP 3 - Power Tool Cleaning. SSPC-SP 6/NACE 3 - Commercial Blast Cleaning. SSPC-SP 10/NACE 2 - Near-White Metal Blast Cleaning. SSPC-SP 11 - Power Tool Cleaning to Bare Metal. D. Definitions 1. Definitions of Painting Terms: ASTM D 16, unless othenA/ise specified. 2. Dry Film Thickness (DFT): Thickness of a coat of paint in fully cured state measured in mils (1/1000 inch). E. Submittals 1. Comply with Submittal Procedures. 2. Product Data: Submit manufacturer's product data for each coating, including generic description, complete technical data, surface preparation, and application instructions. 3. Color Samples: Submit manufacturer's color samples showing full range of standard colors. 4. Manufacturer's Quality Assurance: Submit manufacturer's certification that coatings comply with specified requirements and are suitable for Intended application. 5. Applicator's Quality Assurance: Submit list of a minimum of 5 completed projects of similar size and complexity to this Work. Include for each project: a. Project name and location. b. Name of owner. c. Name of contractor. d. Name of engineer. e. Name of coating manufacturer. f. Approximate area of coatings applied. g. Date of completion. 6. Warranty: Submit manufacturer's standard warranty. OCTOBER 2012 CONTRACT 50241 COATING SYSTEMS FOR RECOATING WATER STORAGE TANK 09960-1 F. Quality Assurance 1. Manufacturer's Qualifications: a. Specialize in manufacture of coatings with a minimum of 10 years successful experience. b. Able to demonstrate successful performance on comparable projects. c. Single Source Responsibility: Coatings and coating application accessories shall be products of a single manufacturer. 2. Applicator's Qualifications: a. Experienced in application of specified coatings for a minimum of 5 years on 10 projects of similar size and complexity to this Work. b. Proof of certification under SSPC QC Certification Program must be submitted with your bid. c. Applicator's Personnel: Employ persons trained for application of specified coatings. 3. Pre-application Meeting: Convene a pre-application meeting two weeks before start of application of coating systems. Require attendance of parties directly affecting work of this section, including Contractor, Engineer, applicator, and manufacturer's representative. Review the following: a. Environmental requirements. b. Protection of surfaces not scheduled to be coated. c. Surface preparation. d. Application. e. Disinfection. f. Repair. g. Field quality control. h. Cleaning. i. Protection of coating systems, j. One-year inspection. k. Coordination with other work. G. Delivery, Storage, And Handling 1. Delivery: Deliver materials to site in manufacturer's original, unopened containers and packaging, with labels clearly identifying: a. Coating or material name. b. Manufacturer. c. Color name and number. d. Batch or lot number. e. Date of manufacture. f. Mixing and thinning instructions. 2. Storage: a. Store materials in a clean dry area and within temperature range in accordance with manufacturer's instructions. b. Keep containers sealed until ready for use. c. Do not use materials beyond manufacturer's shelf life limits. OCTOBER 2012 CONTRACT 50241 COATING SYSTEMS FOR RECOATING WATER STORAGE TANK 09960-2 3. Handling: Protect materials during handling and application to prevent damage or contamination. H. Environmental Requirements 1. Weather: a. Air and Surface Temperatures: Prepare surfaces and apply and cure coatings within air and surface temperature range in accordance with manufacturer's instructions. b. Surface Temperature: Minimum of 5 degrees F (3 degrees C) above dew point. c. Relative Humidity: Prepare surfaces and apply and cure coatings within relative humidity range in accordance with manufacturer's instructions. d. Precipitation: Do not prepare surfaces or apply coatings in rain, snow, fog, or mist. e. Wind: Do not spray coatings if wind velocity is above manufacturer's limit. 2. Dehumidification (DH) is required to control the environment within the tank space 24 hours a day during blast cleaning and coating application. The system shall be per Specification Section 01010, Part III, Section "C". 3. Ventilation: Provide ventilation during coating evaporation stage in confined or enclosed areas in accordance with AWWA D 102. 4. Dust and Contaminants: a. Schedule coating work to avoid excessive dust and airborne contaminants. b. Protect work areas from excessive dust and airborne contaminants during coating application and curing. PART 2 PRODUCTS A. Manufacturer 1. Specified products are those manufactured by Tnemec Company, Inc., North Kansas City, Missouri and are specified as the standard of quality. Local representative: TPC Consultants, Inc. 310/637-2363,858/538-9502. 2. Ellis Paint Company, Los Angeles, CA Local representative: Regina Rakowski 760-828-6169 3. Equivalent materials of other manufacturers may be substituted only by approval of the engineer. Requests for substitution shall include manufacturer's literature for each product giving the name, generic type, descriptive information, solids by volume, recommended film thicknesses and a list of five projects where each product has been used and rendered satisfactory sen/ice. No request for substitution shall be considered that would decrease film thickness or offer a change in the generic type of coating specified. OCTOBER 2012 CONTRACT 50241 COATING SYSTEMS FOR RECOATING WATER STORAGE TANK 09960-3 B. Coating Systems For Interior Steel 1. Interior Surfaces: a. System Type MCU Zinc / Epoxy b. AWWA-D-102 Inside Coating System No.5 c. Surface Preparation: All surfaces shall be prepared In accordance with SSPC-SP10 Near White Blast Cleaning / NACE 2. d. Prime Coat: 94-H20 Hydro-Zinc @ 2.5 to 3.5 mils DFT. e. Intermediate Coat: V140F Pota-Pox @ 5.0 to 6.0 mils DFT. f. Finish Coat: V140F Pota-Pox @ 5.0 to 6.0 mils DFT. g. Total System: The total dry film thickness shall be 13.0 mils minimum. h. Finish color to be white C. Coating Systems for Exterior Steel 1. Exterior Surfaces (Overcoat System): a. System Type: Epoxy / Hydrophobic Acrylic / HDP Acrylic (Dry Fall). b. Surface Preparation: SSPC-SP 2-3 Hand / Power tool cleaning. c. Spot Primer: Series 135 Chembuild @ 3.0 to 5.0 mils DFT; (Epoxy Mastic) d. Intermediate Coat: Series 115 Uni-Bond DF @ 2.0 to 3.0 mils DFT; . Maximus Solventborne Enamel 4400 @ 2.0-3.0 mils DFT e. Finish Coat: Series 1029 Enduratone @ 2.0 to 3.0 mils DFT . Maximus Solventborne Enamel 4400 @ 2.0-3.0 mils DFT f. Total DFT: The total dry film thickness shall be 7.0 mils minimum. g. Final Color to be Tnemec AH22 Buffalo """^ 2. Exterior Surfaces (New Steel): a. System Type: Zinc / Hydrophobic Acrylic / HDP Acrylic (Dry Fall). b. Surface Preparation: SSPC-SP 6 Commercial Blast Cleaning. c. Primer: Series 94-H20 Hydro-Zinc @ 2.5 to 3.5 mils DFT; (Zinc base Primmer Required) d. Intermediate Coat: Series 115 Uni-Bond DF. 2.0 to 3.0 mils DFT; Maximus Solventborne Enamel 4400 @ 2.0-3.0 mils DFT. h. Finish Coat: Series 1029 Enduratone. 2.0 to 3.0 mils DFT; Maximus Solventborne Enamel 4400 @ 2.0-3.0 mils DFT. e. Total DFT: The total dry film thickness shall be 7.0 mils minimum. f. Final Color to be Tnemec AH22 Buffalo D. Accessories 1. Coating Application Accessories: a. Accessories required for application of specified coatings in accordance with manufacturer's instructions, including thinners. b. Products of coating manufacturer. PARTS EXECUTION A. Examination Examine areas and conditions under which coating systems are to be applied. Notify Engineer of areas or conditions not acceptable. Do not begin surface preparation or application until unacceptable areas or conditions have been corrected. OCTOBER 2012 CONTRACT 50241 COATING SYSTEMS FOR RECOATING WATER STORAGE TANK 09960-4 B. Protection Of Surfaces Not Scheduled To Be Coated 1. Protect surrounding areas and surfaces not scheduled to be coated from damage during surface preparation and application of coatings. 2. Immediately remove coatings that fall on surrounding areas and surfaces not scheduled to be coated. C. Surface Preparation of Steel 1. Prepare steel surfaces in accordance with manufacturer's instructions. 2. Fabrication Defects: a. Correct steel and fabrication defects revealed by surface preparation. b. Remove weld spatter and slag. c. Round sharp edges and corners of welds to a smooth contour. d. Smooth weld undercuts and recesses. e. Grind down porous welds to pinhole-free metal. f. Remove weld flux from surface. 3. Ensure surfaces are dry. 4. Interior: Remove visible oil, grease, dirt, dust, mill scale, rust, paint, oxides, corrosion products, and other foreign matter in accordance with SSPC-SP 10/NACE 2. D. Surface Preparation For Overcoat Systems 1. Exterior: a. Prepare previously painted surfaces in accordance with manufacturer's instructions and per SSPC Technology Update No 3 Overcoating. b. Existing system shall be clean and dry prior to overcoating. This can be accomplished by power washing at HOOF biodegradable detergent solution (1 to 2 oz. Detergent per gallon of water) at 1,000-2,000 psi at 3-5 gpm delivery. Rinse with clean tap water. c. Feather edge any thick coatings. d. Dull glossy surfaces by lightly sanding if necessary. e. Ensure surfaces are clean, dry, and free of oil, grease, and other contaminants. E. Application 1. Apply coatings in accordance with manufacturer's instructions. 2. Mix and thin coatings, including multi-component materials, in accordance with manufacturer's instructions. 3. Keep containers closed when not in use to avoid contamination. 4. Do not use mixed coatings beyond pot life limits. 5. Use application equipment, tools, pressure settings, and techniques in accordance with manufacturer's instructions. 6. Uniformly apply coatings at spreading rate required to achieve specified DFT. OCTOBER 2012 CONTRACT 50241 COATING SYSTEMS FOR RECOATING WATER STORAGE TANK 09960-5 7. Apply coatings to be free of film characteristics or defects that would adversely affect performance or appearance of coating systems. 8. Stripe paint with brush critical locations on steel such as welds, corners, and edges using specified intermediate coat. 9. Touch-up all exterior bare steel or tight rust with specified touch-up primer. F. Disinfection 1. Disinfection of Water Contact Surfaces and Filling of Water Storage Tanks: a. Do not disinfect water contact surfaces or fill water storage tanks until application of coating systems is complete, coatings have fully cured, and field quality control inspection is complete. b. Allow number of days in accordance with manufacturer's instructions and as directed by Engineer for full cure of coating systems on water contact surfaces before flushing, disinfecting, or filling with water. c. Disinfection: per Specification Section 01010, Part III, Section "H". G. Repair 1. Damaged Materials: Repair or replace damaged materials and surfaces not scheduled to be coated. 2. Damaged Coatings: Touch-up or repair damaged coatings. Touch-up of minor damage shall be acceptable where result is not visibly different from adjacent surfaces. Recoat entire surface where touch-up result is visibly different, either in sheen, texture, or color. 3. Coating Defects: Repair in accordance with manufacturer's instructions coatings that exhibit film characteristics or defects that would adversely affect performance or appearance of coating systems. H. Field Quality Assurance 1. Inspector's Services: The Carisbad Municipal Water District will be providing Professional Inspection services. Inspectors will be NACE Certified Coating Inspectors. Contractor shall provide access to verify all if the coating installation requirements: 2. Manufacturer's Field Services: Manufacturer's representative shall provide technical assistance and guidance for surface preparation and application of coating systems. I. Cleaning - Remove temporary coverings and protection of surrounding areas and surfaces. J. Protection of Coating Systems - Protect surfaces of coating systems from damage during construction. K. Warranty Inspection 1. Owner will set date for warranty inspection of coating systems. 2. Inspection shall be attended by Owner, Contractor, Engineer, and manufacturer's representative. 3. Repair deficiencies in coating systems as determined by Engineer in accordance with manufacturer's instructions. END OF SECTION OCTOBER 2012 CONTRACT 50241 COATING SYSTEMS FOR RECOATING WATER STORAGE TANK 09960-6