Loading...
HomeMy WebLinkAbout2023-03-14; City Council; Resolution 2023-076RESOLUTION NO. 2023-076 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, ACCEPTING BIDS AND AWARDING A SERVICES AGREEMENT TO WEATHERPROOFING TECHNOLOGIES, INC. FOR CITYWIDE ROOF INSPECTION, MAINTENANCE AND ON-CALL LEAK RESPONSE SERVICES IN AN AMOUNT NOT TO EXCEED $183,970 PER AGREEMENT YEAR WHEREAS, the City Council of the City of Carlsbad, California has determined that it is necessary, desirable and in the public interest to award a services agreement for citywide roof inspection, maintenance and on-call leak response services; and WHEREAS, staff issued a request for proposals in December 2022, soliciting proposals to provide citywide roof inspection, maintenance and on-call leak response services; and WHEREAS, on Dec. 19, 2022, three proposals were received and deemed responsive; and WHEREAS, staff reviewed and ranked the proposals according to the best-value evaluation criteria in the Carlsbad Municipal Code Sections 3.28.0S0(D)(2) and 3.28.060; and WHEREAS, the proposal that offered the best value to the city was submitted by Weatherproofing Technologies, Inc. in an amount not to exceed $183,970 per agreement year; and WHEREAS, the agreement provides for an initial one-year term, and staff request that the City Manager be authorized to extend the agreement term up to five additional one-year extensions, for a total of six years and a total not to exceed amount of $1,103,820; and WHEREAS, sufficient funding for the agreement for roof inspection, maintenance and on-call leak response services for the first year the agreement has been appropriated in the fiscal year 2022- 23 Fleet & Facilities operating budget. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, California, as follows: 1.That the above recitations are true and correct. 2.That the Mayor is hereby authorized and directed to execute the services agreement with Weatherproofing Technologies, Inc., in an amount not to exceed $183,970 per agreement year, for citywide roof inspection, maintenance and on-call leak response services, attached hereto as Attachment A. 3.That the City Manager is hereby authorized to amend the agreement to extend the term for up to three additional one-year periods, or parts thereof. Exhibit 1 March 14, 2023 Item #2 Page 4 of 31 PASSED, APPROVED AND ADOPTED at a Regular Meeting of the City Council of the City of Carlsbad on the 14th day of March, 2023, by the following vote, to wit: AYES: NAYS: ABSTAIN: ABSENT: Blackburn, Bhat-Patel, Acosta, Burkholder, Luna. None. None. None. March 14, 2023 Item #2 Page 5 of 31 DocuSign Envelope ID: 2756C968-8959-4CCJ..AED1-D6A367F702D2 Attachment A PSA23-2103FAC AGREEMENT FOR CITYWIDE ROOF INSPECTION, MAINTENANCE, AND ON-CALL LEAK RESPONSE SERVICES WEATHERPROOFING TECHNOLOGIES, INC. THIS AGREEMENT is made and entered into as of the _______ day of ___________ • 2023, by and between the City of Carlsbad, California, a municipal corporation ("City") and Weatherproofing Technologies, Inc., a Delaware corporation ("Contractor"). BEC!JAb§ A. City requires the services of a consultant that is experienced in roof inspection and maintenance services. B. Contractor has the necessary experience in providing services and advice related to roof inspection and maintenance services. C. Contractor has submitted a proposal to City under RFP23-2023FAC and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. scopE Of WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A," which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. li.BM. The term of this Agreement will be effective for a period of one (1 ) year from the date first above written. The City Manager may amend the Agreement to extend it for five (5) additional one (1) year periods or parts thereof. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. TIME 1s OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be one hundred eighty-three thousand nine hundred seventy dollars ($183,970). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. If the City elects to extend the Agreement. the amount shall not exceed one hundred eighty-three thousand, nine hundred seventy dollars ($183,970) per Agreement year. The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A". Incremental payments, if applicable, should be made as outlined in attached Exhibit "A." City Attorney Approved Version 8/212022 March 14, 2023 Item #2 Page 6 of 31 DocuSign Envelope ID: 2756C968-B959-4CC3-AED1-D6A367F702O2 PSA23-2103FAC 6. PREVAILING WAGE RATES Any construction, alteration, demolition, repair, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1 ,000 and performed under this Agreement are subject to state prevailing wage laws. 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 Relqtions pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Agreement. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. 7. STATUS Of CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, City may deduct the indemnification amount from any balance owing to Contractor. 8. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 9. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 10. INPEMNIEICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused by any negligence, City Attorney Approved Version 8/2/2022 March 14, 2023 2 Item #2 Page 7 of 31 DocuSign Envelope ID: 2756C968-B959-4CC3-AED1-D6A367F702D2 PSA23-2103FAC recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self-administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 11. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. 11 .1 Coverage and Limits. Contractor will maintain the types of coverage and minimum limits indicated below, unless the Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. 11 .1.1 Commercial General Liability (CGL) Insurance. Insurance written on an "occurrence" basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 11.1 .2 Automobile Liability. (if the use of an automobile is involved for Contractor's work for City). $2,000,000 combined single-limit per accident for bodily injury and property damage. 11 .1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 11 .1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1 ,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 11 .2 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 11 .2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. City Attorney Approved Version 8/2/2022 March 14, 2023 3 Item #2 Page 8 of 31 DocuSign Envelope ID: 2756C968-8959-4CC3-AED1-D6A367F702O2 PSA23-2103FAC 11 .2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 11 .2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 11 .3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 11.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 11 .5 Submission of Insurance Policies. City reserves the right to require, at any time, complete and certified copies of any or all required insurance policies and endorsements. 12. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 13. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 14. OWNERSHIP Of DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 15. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 16. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. Ill Ill City Attorney Approved Version 8/2/2022 March 14, 2023 4 Item #2 Page 9 of 31 DocuSign Envelope ID: 2756C968-B959-4CC3-AED1-D6A367F702D2 For City Name Brian Bacardi Title Public Works Superintendent Department Public Works City of Carlsbad Address 405 Oak Avenue Carlsbad, CA 92008 Phone No. 442-339-2943 PSA23-2103FAC For Contractor Name Sten Johnson Title Project Manager Address 3735 Green Road Beachwood, OH 44122 Phone No. 858-531-5197 Email sajohnson@tremcoinc.com Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 17. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the .requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all four categories. Yes D No~ 18. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 19. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 20. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten ( 10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. City Attorney Approved Version 8/2/2022 March 14, 2023 5 Item #2 Page 10 of 31 DocuSign Envelope ID: 2756C968-8959-4CC3-AED1-D6A367F702D2 PSA23-2103FAC 21. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. City may terminate this Agreement by tendering thirty (30) days written notice to Contractor. Contractor may terminate this Agreement by tendering thirty (30) days written notice to City. In the event of termination of this Agreement by either party and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 22. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 23. CLAIMS ANO LAWSUIJS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, 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 information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 24. JURISOICTION ANO VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. City Attorney Approved Version 8/2/2022 March 14, 2023 6 Item #2 Page 11 of 31 DocuSign Envelope ID: 2756C968-B959-4CC3-AED1-D6A367F702D2 PSA23-2103FAC 25. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 26. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill City Attorney Approved Version 8/2/2022 March 14, 2023 7 Item #2 Page 12 of 31 DocuSign Envelope ID: 2756C968-B959-4CC3-AED1-D6A367F702D2 PSA23-2103FAC 27. AUTHPBIJY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR WEATHERPROOF! NG TECHNOLOGIES, INC., a Delaware corporation By: (sign here) Jaime Brink, Vice President, CFO & Treasurer (print name/title) By: (sign here) (print name/title) CITY OF CARLSBAD, a municipal corporation of the State of California By: Keith Blackburn, Mayor ATTEST: for Sherry Freisinger, City Clerk If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups. Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CINDIE K. McMAHON, City Attorney BY: ---'bi=·IA.4,::=...J&..,_,~:c.:....:....:c.:....1'..=------ Deputy City Attorney March 14, 2023 City Attorney Approved Version 8/2/2022 8 Item #2 Page 13 of 31 DocuSign Envelope ID: 2756C968-B959-4CC3-AED1-D6A367F702D2 DEFINITIONS EXHIBIT "A" SCOPE OF SERVICES CITY OF CARLSBAD CITYWIDE ROOF INSPECTION AND MAINTENANCE SERVICES MANNER OF PERFORMING SERVICES PARTI GENERAL SPECIFICATIONS PSA23-2103FAC Whenever the following terms are used in this agreement, they shall have the following meaning: A. "BID ITEM" -Individual items of work in the CONTRACTOR'S bid at an agreed price for the work. 8 . "CITY" -The CITY of Carlsbad, Ca lifornia. C. "CITY MANAGER" -The fully appointed CITY MANAGER of the CITY or their authorized representative. 0 . "CONTRACT ADMINISTRATOR" -The PUBLIC WORKS DEPUTY CITY MANAGER'S designee for bidding, awarding and administering the CONTRACTOR'S work under this agreement. E. "CONTRACTOR" -The managing individual of the contracting entity or his authorized employees or representatives. F. "EXTRA WORK" -Work other than that required by the agreement at the time of award which is authorized by the CONTRACT ADMINISTRATOR. G. "PERIODIC INSPECTION" -Routinely scheduled or randomly noticed inspection or audit conducted by CITY. H. "PREVENTATIVE MAINTENANCE" -Work specified in the preventative maintenance City Attorney Approved Version 8/2/2022 March 14, 2023 9 Item #2 Page 14 of 31 DocuSign Envelope ID: 2756C968-B959-4CC3-AED1-D6A367F702D2 1.0 PSA23-2103FAC schedule of this agreement that consist of work performed by the Contractor at a fixed price cost. I. "PUBLIC WORKS DEPUTY CITY MANAGER" -The official designated as the Public Works Deputy City Manager of CITY, or any of their authorized representatives. CONTRACTOR QUALIFICATIONS 1.1 Contractor shall have adequate equipment and employ adequate staff to perform the described work. All employees of the Contractor must be a minimum of 18 years of age. 1.2 The Contractor shall not employ any person who is an employee of the City if the employment of that person would create a conflict of interest. 2.0 CONTRACTOR RESPONSIBILITIES 2.1 Contractor shall have adequate equipment and employ adequate staff to perform the described work. All employees of the Contractor must be a minimum of 18 years of age. 2.2 The Contractor shall employ only workers who are competent and skilled for work under this contract. The City shall, throughout the term of the contract or any extension thereof, have the right of reasonable rejection and/or approval of staff assigned to the work by the contractor. If the Contract Administrator rejects one of Contractor's staff, the Contractor must provide replacement staff satisfactory to the City at no additional cost to the City. If, in the opinion of the City, any Contractor employee who is incompetent, disorderly, refuses to perform in accordance with the contract specifications, threatens or uses abusive language while ori City property, or is otherwise unsatisfactory, shall be removed immediately from work under this contract upon request of the City. 2.3 The Contractor shall appoint a Project Manager who shall be responsible for the performance of the work and an alternate(s) who shall act for the Contractor when the Project Manager is absent. The names of these persons shall be designated in writing to the City along with contact information. For this work, the term "Project Manager" shall include the alternate as specified above. The Project Manager, or their designee/alternate, shall be available during normal business hours to meet with City representative/s to discuss any problem areas. The Project Manager shall have a telephone to permit timely contact by the City. The Project Manager must respond to a call within 30 minutes. 2.4 Contractor acknowledges it is an independent contractor and shall not for any purpose be deemed to be an employee, agent, or other representative of the City. Contractor shall not assign, sublet, transfer or otherwise substitute its interest in this work, or any of its obligations, without the prior written consent of the City. It is the intent of this RFP that all work is to be performed by Contractor's forces. City Attorney Approved Version 8/2/2022 March 14, 2023 10 Item #2 Page 15 of 31 DocuSign Envelope ID: 2756C968-B959-4CC3-AED1-D6A367F702D2 PSA23-2103FAC 2.5 No unauthorized person or persons not employees of the Contractor (i.e., spouse, children, brother, sister, friends, etc.) shall be allowed within the immediate work area during the performance of services under this contract. 2.6 Wherever work is being performed, Contractor shall have a designated person at the work site that has the authority to respond to the Contract Administrator and/or any citizens about work details or priorities. This designated person shall be able to accurately and effectively communicate any essential information. 2.7 Contractor shall provide supervision to assure that tasks are performed to the standards set forth herein. Contractor is solely responsible for the day-to-day supervision and control of Contractor's employees. Personal supervision is not required provided that equipment or other means are given enabling the work crews to communicate with the Contractor at all times. 2.8 The Contractor shall prepare and submit an annual schedule for Preventative Maintenance to the Contract Administrator for approval. The Preventative Maintenance shall be adhered to by Contractor unless deviation from the approve schedule is authorized by the Contract Administrator. 3.0 STANDARDS OF PERFORMANCE 3.1 Contractor is expected to provide the highest level of quality compatible with practices and modern techniques accepted by the industry. The Public Works Deputy City Manager or designee(s) shall be the sole judge as to whether Contractor's work conforms to the specifications. 3.2 Contractor shall provide at their own risk, all labor, materials, superv1s1on, tools, equipment, insurance, storage, transportation, vehicles, hauling, dumping, proper protection and all other items needed, or as directed to perform the work described in this RFP . 3.3 Contractor is expected to be familiar with all areas and locations of the work and if they are not, shall have those questions answered before commencing work on this contract. 3.4 The Contractor's employees shall leave work areas free of all dirt, litter, lubricants, or other materials utilized to perform maintenance services. The Contractor shall erect barricades, warning signs and any other devices to prevent unauthorized access by the public or unauthorized City staff to the work areas. 4.0 SCOPE OF WORK & ROOF AREAS TO BE MAINTAINED 4.1 The service areas, hours of operation, and frequencies of service under the provisions of this Contract are detailed in the technical specifications of this exhibit. City Attorney Approved Version 8/2/2022 March 14, 2023 11 Item #2 Page 16 of 31 DocuSign Envelope ID: 2756C968-8959-4CC3-AED1-D6A367F702D2 PSA23-2103FAC 5.0 PAYMENT AND INVOICES 5.1 The Contractor shall present invoices for all work performed during the preceding month. Said invoice shall include all required certifications and reports as specified hereinafter. The invoice shall be submitted on or before the fifth (5th) day of each month in the amount of the compensation to be paid by the City for all services rendered by the Contractor under the terms and conditions of this Contract. 5.2 The Contractor's semi-annual invoices for Preventative Maintenance shall be prepared and submitted in an electronic format, clearly indicating the Purchase Order number, unit price, total work performed, the date the work was completed and correctly extended totals for each individual bid item or separate item of work. Contractor shall submit said invoices to the contract administrator, or designee. 5.3 Invoices for approved Extra Work shall be in a format acceptable to the Contract Administrator, including attachments, such as copies of suppliers' invoices, which the Contract Administrator may require to verify Contractor's billing. Invoices for Extra Work shall be submitted on separate invoices. Unless otherwise requested by the Contract Administrator, one invoice shall be submitted for each discrete and complete item of Extra Work. 5.4 Adjustments in payment for changes· will be determined by Contractor proposal and agreement between the Contract Administrator and Contractor. If unable to reach agreement, Contract Administrator may direct Contractor to proceed by allowing him/her to use the following percentages as added costs for the markup of all overhead and profits: a. Materials .................... 15 b. Equipment Rental. ....... 15 c. Labor to be charged at rates as outlined in Contractor Proposal. 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 subcontractor, if any. The labor surcharge rates published therein are not a part of this contract. 5.5 In the event the CITY transfers title, maintenance responsibility, or changes service frequency of a portion thereof, this CONTRACT shall continue in full force and effect, except said portion, at the discretion of the CONTRACT ADMINISTRATOR, may be deleted from the agreement and the CONTRACT sum shall be reduced accordingly. City Attorney Approved Version 8/2/2022 March 14, 2023 12 Item #2 Page 17 of 31 DocuSign Envelope ID: 2756C968-8959-4CC3-AED1-D6A367F702D2 6.0 PSA23-2103FAC 5.6 The Contract Administrator may, at his discretion, add new Facilities to be maintained and/or require additional services. The Contractor shall be compensated for the additional facilities or services that are designated after the date of the commencement of this Contract based on a negotiated bid. Bid costs shall not exceed customary costs of similar equipment as submitted in the Request for Bids or as adjusted in accordance with subsequent amendments to the agreement. The Contract Administrator shall notify the Contractor of additions, reductions or deletions of areas to be serviced in writing. ENFORCEMENT, DEDUCTIONS AND LIQUIDATED DAMAGES 6.1 The Contract Administrator shall be responsible for the enforcement of this Contract on behalf of City. In addition to deductions stipulated in other sections of this agreement, the Contract Administrator may enforce deductions in accordance with Section 4.0. 6.2 If, in the judgment of the Contract Administrator, the Contractor is deemed to be non- compliant with the terms and obligations of the Contract, the Contract Administrator, may, in addition to other remedies provided herein, withhold the entire monthly payment, deduct pro-rata from the Contractor's invoice for work not performed, and/or deduct liquidated damages. Notification of the amount to be withheld or deducted from payments to Contractor will be forwarded to the Contractor by the Contract Administrator in a written notice describing the reasons for said action. 6.3 The action above shall not be construed as a penalty but as adjustment of payment to Contractor to recover cost or loss due to the failure of the Contractor to complete or comply with the provisions of this Contract. 7.0 INSPECTIONS, MEETINGS, & REPORTS 7.1 City reserves the right to perform inspections, including inspection of Contractor's equipment, at any time for the purpose of verifying Contractor's performance of Contract requirements and identifying deficiencies. 7.2 The Contractor or his authorized representative shall meet with the Contract Administrator or his representative on each site at the discretion and convenience of the Contract Administrator, for walk-through inspections. All routine maintenance functions shall be completed prior to this meeting. 7.3 At the request of the Contract Administrator, the Contractor, or his appropriate representative, shall attend meetings and/or training sessions, as determined by the Contract Administrator, for purposes of orientation, information sharing, Contract revision, description of City policies, procedures, standards, and the like. City Attorney Approved Version 8/2/2022 March 14, 2023 13 Item #2 Page 18 of 31 DocuSign Envelope ID: 2756C968-B959-4CC3-AED1-D6A367F702D2 PSA23-2103FAC 8.0 EXTRA WORK 8.1 The City may award Extra Work to the Contractor, or to other forces, at the discretion of the Contract Administrator. New or unforeseen work will be classified as "Extra Work" when the Contract Administrator determines that it is not covered by Contract unit prices. Adjustment in payment for Extra Work shall be performed by agreement between the Contract Administrator and the Contractor or on a Time and Materials basis in accordance with Section 3.0 and Section 6.0. 8.2 Prior to performing any Extra Work, the Contractor shall prepare and submit a written proposal including a description of the work, a list of materials, and a schedule for completion. No work shall commence without written approval of the Contractor's proposal by the Contract Administrator This proposal is subject to acceptance or negotiation by the Contract Administrator. 8.3 In the event that Contractor's proposal for Extra Work is not approved, the Contract Administrator reserves the right to perform such work with other forces or to compel the Contractor to perform the work on a Time and Material basis. Invoices for Extra Work on a Time and Material basis are subject to Contractor markup in accordance with Section 3.4 8.4 When a condition exists which the Contract Administrator deems urgent, the Contract Administrator may verbally authorize the work to be performed upon receiving a verbal estimate from the Contractor. However, within twenty-four (24) hours after receiving a verbal authorization, the Contractor shall submit a written estimate, consistent with the verbal authorization to the Contract Administrator for approval. 8.5 All Extra Work shall commence on the specified date established and Contractor shall proceed diligently to complete said work within the time allotted. 9.0 REGULATORY AGENCY COMPLIANCE/SWPPP 9.1 The Contractor shall incorporate and comply with all applicable Best Management Practices (BMPs) during the completion of this agreement. All work must be in compliance with the most current San Diego Regional Water Quality Control Board (RWQCB) permit, Carlsbad Municipal Code, and the City of Carlsbad Jurisdictional Urban Runoff Management Plan (JURMP) incorporated herein by reference. 9.3 If in the opinion of the Authority having jurisdiction, the Contractor is not in compliance with this provision, the City reserves the right to implement BMP's to the maximum extent practical and deduct payment due or back charge the Contractor for implementation with a 15% markup for administration and overhead. 9.4 Th e Contractor shall be responsible for paying any and all fines or penalties to regulatory agencies caused by failure to maintain complete and accurate records as required by City Attorney Approved Version 8/2/2022 March 14, 2023 14 Item #2 Page 19 of 31 DocuSign Envelope ID: 2756C968-B959-4CC3-AED1-D6A367F702D2 PSA23-2103FAC law. In addition to any fines levied, the Contractor agrees to pay the City or have withheld from payments, a sum equa ling 15% of any levied fine to compensate the City for administrative costs due to the Contractor's failure to comply with this provision. 10.0 CONTRACTOR'S DAMAGES 10.1 All damages incurred to existing facilities by the Contractor's operation shall be repaired or replaced, by the Contractor or by other forces, all at the discretion of the Contract Administrator, all at the Contractor's expense. 11.0 COMMUNICATIONS AND EMERGENCY RESPONSE 11.1 The Contractor shall, during the term of this Contract, maintain a single telephone number at which the Contractor or Contractor's responsible employee may be contacted at any time, twenty-four hours per day, to take the necessary action regarding all inquiries, complaints and the like, that may be received from the Contract Administrator or other City personnel. 11.2 All requests for emergency services during a normal 7 a.m. to 5 p.m. working day shall require a qualified employee to be dispatched to the required location as soon as possible after notification; but in all cases within three (3) hours, to the satisfaction of the Contract Administrator. 11.3 Whenever immediate action is required to prevent possible injury, death, or property damage, City may, after reasonable attempt to notify the Contractor, cause such action to be taken by alternate work forces and, as determined by the Contract Administrator, charge the cost thereof to the Contractor, or deduct such cost from any amount due to the Contractor. This deduction shall include a markup for administrative costs equal to fifteen (15) percent of the actual costs incurred. 11.4 The Contractor shall maintain a written log of all communications, the date and the time thereof and the action taken pursuant thereto or the reason for non-action. Said log of complaints shall be open to the inspection of the Contract Administrator at all reasonable times. 12.0 SAFETY 12.1 Safety provisions shall conform to Cal-OSHA Safety Orders, and all other applicable federal, state, county and local laws, ordinances, codes and regulations in performing the work under this contract. Where any of these are in conflict, the more stringent requirement shall be followed. The Contractor's failure to thoroughly familiarize itself with the aforementioned safety provisions shall not relieve it from compliance with the obligations and penalties set forth therein. Contractor shall be solely responsible for the safety and welfare of all Contractors' personnel performing work under this contract. Contractor is solely responsible for advising and educating all potentially affected City Attorney Approved Version 8/2/2022 March 14, 2023 15 Item #2 Page 20 of 31 DocuSign Envelope ID: 2756C968-B959-4CC3-AED1-D6A367F702D2 PSA23-2103FAC personnel to the health hazards associated with this work prior to personnel commencing work under this contract. 12.2 The Contractor shall develop and maintain for the duration of the Contract a safety program that will effectively incorporate and implement all required safety provisions. The Contractor shall appoint an employee who is qualified and authorized to supervise and enforce compliance with the safety program. 12.3 All work shall be performed with the utmost concern for safety of City staff, the workers, and the public. Where necessary, contractor shall barricade or temporarily close to the public those areas where work is being performed. 13.0 HOURS AND DAYS OF MAINTENANCE SERVICES 13.1 The acceptable daily hours of services shall be 7:00 a.m. to 5:00 p.m., Monday through Friday excluding City holidays, which shall be considered normal work hours as may pertain to any other provision of the Contract. 13.2 Contractor shall provide staffing to perform the required services during the prescribed hours as specified in these contract documents. Any changes in the days and hours of operation heretofore prescribed shall be subject to approval by the Contract Administrator. 14.0 PREVENTATIVE MAINTENANCE SCHEDULES 14.1 The Contractor shall, within thirty (30) days after the award of bid of this Contract, submit work schedules to the Contract Administrator for review and approval. Said work schedules shall identify required operations and delineate the time frames for performance. 14.2 The Contractor shall submit revised schedules when actual performance differs substantially from planned performance, and from time to time as requested by the Contract Administrator. Said revisions shall be submitted to the Contract Administrator for his review and approval, within five (5) working days prior to the original or revised scheduled time for the work, whichever is earlier. 15.0 CONTRACTOR'S STAFF AND TRAINING 15.1 The CONTRACTOR sha ll provide sufficient personnel to perform all work in accordance with the specification set forth herein. 15.2 In cooperation with the Carlsbad Police Department, Contractor agrees to, and to pay for, background checks if required by the Contract Administrator on all personnel providing Inspection and Maintenance services for this contract. In the event such City Attorney Approved Version 8/2/2022 March 14, 2023 16 Item #2 Page 21 of 31 DocuSign Envelope ID: 2756C968-B959-4CC3-AED1-D6A367F702D2 PSA23-2103FAC background check reveals an item, which Carlsbad Police deems a security problem during this agreement performance period the City may request different personnel. 15.3 Contractor shall have "Local" representation for the purposes of managing this agreement. "Local" in the context of this agreement is defined as the southern California metropolitan area consisting of San Diego, Orange, Los Angeles or Riverside counties. Contractor shall provide, prior to commencement of work under this Agreement, in writing to the Contract Administrator, a statement indicating by name the specific authority vested in the "Local" representative. Contractor's "Local" representative shall be responsible for instructing and training of Contractor's personnel in the proper and specified work method and procedures; directing, scheduling, and coordinating all services and functions to completely accomplish the work as required by this Agreement. The "local" representative shall be available for consu ltation regarding problems on a daily basis at some time during regular working hours (7:00 a.m. to 5:00 p.m., Monday through Friday). 15.4 Each crew of the Contractor's employees shall include at least one individual who speaks the English language proficiently. For the purposes of this section a crew is understood to be any individual worker or group of workers who might service any site without other Contractor's supervisory personnel present. 15.5 The Contract Administrator may at any time give the Contractor written notice to the effect that the conduct or action of a designated employee of the Contractor is, in the reasonable belief of the Contract Administrator, detri men ta I to the interest of the public patronizing the premises. Contractor shall meet with representatives of the Contract Administrator to consider the appropriate course of action with respect to such matter and Contractor shall take reasonable measures under the circumstances to assure the Contract Administrator that the conduct and activities of Contractor's employees will not be detrimental to the interest of the public patronizing the premises. 15.6 The Contract Administrator may at any time order any of the Contractor's personnel removed from the premises when, in the reaso nable belief of the Contract Administrator, sa id Contractor's personnel is objectionable, unruly, unsafe, or otherwise detrimental to the interest of the City or the public patronizing the premises. 15.7 The Contractor shall require each of his personnel to adhere to basic public works standards of working attire including uniform shirts and/or vests clearly marked with the Contractor's company name and employee name badges as approved by the Contract Administrator. Sufficient changes shall be provided to present a neat and clean appearance of the Contractor's personnel at all times. Shirts shall be worn and buttoned at all times. Contractor's personnel shall be equipped with proper shoes and other gear required by State Safety Regulations. Brightly colored traffic vests or reflectors shall be worn when personnel are working near vehicular traffic. City Attorney Approved Version 8/2/2022 March 14, 2023 17 Item #2 Page 22 of 31 DocuSign Envelope ID: 2756C968-B959-4CC3-AED1-D6A367F702D2 PSA23-2103FAC 16.0 NON-INTERFERENCE -NOISE 16.1 Contractor shall not interfere with the public use of the premises and shall conduct its operations as to offer the least possible obstruction and inconvenience to the public or disruption to the peace and quiet of the area within which the services are performed. 16.2 In the event that the Contractor's operations must be performed when persons of the public are present, Contractor shall courteously inform said persons .of any operations that might affect them and, if appropriate, request persons to move out of the work area. 17.0 DRUG AND ALCOHOL FREE WORKPLACE 17.1 The City is committed to maintaining a work environment free from the effects of drugs and alcohol consistent with the directives of the Drug Free Workplace Act. Contractor agrees that Contractor and Contractor's employees, while performing services for the City, on City property, or while using City equipment will not be in possession of, use, or be under the influence of drugs or alcohol. 17.2 City has the right to terminate or declare this or any other agreement Contractor has with the City in default if Contractor's employees are determined by the Contract Administrator to have breached the provisions of Section 15 herein. 18.0 ASSIGNMENT OF CONTRACT 18.1 Contractor shall not assign this contract or any part thereof and or monies due there under without the prior written consent of the Contract Administrator. 19.0 Negotiated Bid and Acceptance 19.1 The City may award work to the Contractor, at the discretion of the Contract Administrator. New work will be awarded on a negotiated bid and acceptance basis as when the Contract Administrator determines that it is appropriate to negotiate a fixed price for work in lieu of utilizing unit prices. Payment for work shall be performed by negotiated agreement between the City and the Contractor or on a Time and Material basis in accordance with the Contractor's Proposed Cost of Services chart. 19.2 Prior to performing any work, the Contractor shall prepare and submit a written bid including a description of the work, a list of materials, and a sch edule for completion. No work shall commence without written approval of the Contractor's bid by the Contract Administrator. 19.3 All work shall commence on the specified date established and Contractor shall proceed diligently to complete said work within the time allotted. City Attorney Approved Version 8/2/2022 March 14, 2023 18 Item #2 Page 23 of 31 DocuSign Envelope ID: 2756C968-B959-4CC3-AED1-D6A367F702D2 PSA23-2103FAC 20.0 Time and Materials 20.1 In the event that the Contract Administrator determines that work requested is of an unknown duration, not easily quantified or the Contractor's proposal for work is not approved, the Contract Administrator reserves the right to perform such work with other forces or to compel the Contractor to perform the work on a Time and Materials basis. 20.2 The Contract Administrator may direct Contractor to proceed by allowing him/her to use the following rates or percentages as added costs for the markup of all overhead and profits: 1) Labor .......... As Stipulated in Contractor's Proposed Cost of Services chart. 2) Materials ...... As Stipulated in Contractor's Proposed Cost of Services chart. 3) Equipment Rental .................. 15% 4) Other Items and Expenditures .... 15% 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 subcontractor, if any. Th e labor surcharge rates published therein are not a part of this contract. 20.3 All work shall commence on the specified date established and Contractor shall proceed diligently to complete said work within the time allotted. City Attorney Approved Version 8/2/2022 March 14, 2023 19 Item #2 Page 24 of 31 DocuSign Envelope ID: 2756C968-B959-4CC3-AED1-D6A367F702O2 PSA23-2103FAC EXHIBIT "A" (continued) SCOPE OF SERVICES CITY OF CARLSBAD CITYWIDE ROOF INSPECTION AND MAINTENANCE SERVICES MAINTENANCE QUALITY STANDARD PART II TECHNICAL SPECIFICATIONS MAINTENANCE QUALITY STANDARDS TASK 1-SEMI-ANNUAL INSPECTIONS: Frequency: Semi-Annual inspections performed in the months of April and October. Inspection shall include the following: A) Visual inspection of the roof membrane and roof surface conditions B) Visual inspection of the flashing systems including, but not limited to, the metal edge system, base flashings on equipment and adjoining walls, counter flashing, and inspection of roofing details for rooftop projections and equipment such as pitch pans, HVAC equipment, skylights, and access hatches. TASK 2 -REPORTS AND CONDITION REVIEW: Frequency: Report AND Condition Review deliverables provided within 30 days after se mi-annual inspections are completed. Report and Digital Photographs shall include the following: A) Contractor will provide one (1) printed and bound copies as well as one (1) digital copy of inspection reports to include photographs, and report documentation. B) Contractor shall provide a minimum of five (S) photos of each roof at the time of inspection. C) Contractor will provide a scalable diagram for each building location. Condition Review shall include the following: The Contractor will provide a roof assessment which ranks the roofs by condition from worst to best. The assessment shall include the following: City Attorney Approved Version 8/2/2022 March 14, 2023 20 Item #2 Page 25 of 31 DocuSign Envelope ID: 2756C968-B959-4CC3-AED1-D6A367F702O2 PSA23-2103FAC A) Total Square Footage and Layout B) Life Expectancy C) Roofing Types and Materials D) Replacement or service life extension recommendations E) Thermal scan to show water infiltration of the roofing system. F) Replacement Budget Estimates G) Technical specifications for recommended replacements. TASK 3 -CLEANING: Frequency: Cleaning will be performed upon the request of the Contract Administrator. Contractor shall provide a price per square foot for the service with an estimated 50,000 square feet of flat roofs to be cleaned per agreement year. General Cleaning shall include: A) Removal of Debris {i.e. leaves, branches, paper, and similar items) from the roof membrane and drainage areas. B) Disposal of Debris will be at the Contract Administrator's approved on-site location. C) Contractor shall be responsible for complying with all State and local regulations regarding capture and proper disposal of runoff and debris created during cleaning. D) Roofs shall be washed on a semi-annual basis as scheduled by the Contract Administrator. E) Roofs will be washed with a pressure washer using medium pressure. Note: 0 Deg. Tips will not be used. The roof shall not be damaged from the washing. TASK 4-PREVENTATIVE MAINTENANCE: Flashing Components and Details Patch minor flashing defects and kick holes, reinforce open flashing laps, seal open metal edge laps and open flanges within reason, seal open coping joints, seal expansion joint laps, re-secure and or/seal intermittent fasteners that have backed out, top off pitch pans, caulk storm collars and reseal intermittent voids in termination bar and counter flashing. Contract Administrator shall be advised of any extensive repairs required. Roof membrane: Address intermittent splits, tears, open lap and breaks in the membrane. If extensive repairs are required notify Contract Administrator. Address any fractured blisters or those in danger of fracture due to traffic. Drains, Gutters, and Scuppers-Tighten drain bolts and clamping rings. City Attorney Approved Version 8/2/2022 March 14, 2023 21 Item #2 Page 26 of 31 DocuSign Envelope ID: 2756C968-B959-4CC3-AED1-D6A367F702D2 PSA23-2103FAC Materials: All materials shall meet the following: A) Be installed to the standards prescribed to the most current manufacturer's installation manual for the products used. B) M eet or exceed all specifications and standards. C) Comply in size, make, type, and quality specified. D) Be designated, fabricated, and assembled in accordance with the best engineering and shop practices. E) Like parts shall be interchangeable. F) Like items shall be from the same manufacturer. G) Materials shall be suitable for use in the type of environment they are installed in. H) Mat erials used for maintenance of an existing system shall be manufactured by the same manufacturer as the existing system. The Contractor shall be certified, by the manufacturer, for the installation of the stated materials. I) The manufacturer of roofing materials shall be ISO 9001 Certified for the design and manufacture of modified bitumen roofing and water barrier systems. J) Manufacturer of roofing materials shall provide a copy of the Certificate of Registration to Contract Administrator as part of their bid. K) The materials in this section shall become part of a finished and warra nted roof system. All adhesives, field and flashing membranes, shall be of the same manufacturer. All other materials shall be compatibl e with one another and shall be acceptable by the roofing manufacturer and/or any entity providing a warranty for the roof system. LOCATIONS: Building Name Address Approximate Roof Name Roof Type Roof Area Alga Norte Community Park 6565 Alicante Rd. 784 A (Restroom) Tile Alga Norte Community Park 6565 Alicante Rd. 405 B (Equipment Room) Tile Alga Norte Community Park 6565 Alicante Rd. 2408 C (Equipment Room) Single Ply PVC Alga Norte Community Park 6565 Alicante Rd. 642 D (Team Showers) Tile Alga Norte Community Park 6565 Alicante Rd. 216 E {Team Showers) Tile Alga Norte Community Park 6565 Alicante Rd. 400 F (Admin Offices) Singly Ply PVC Alga Norte Community Park 6565 Alicante Rd. 2729 G (Admin Offices) Tile Alga Norte Community Park 6565 Alicante Rd. 150 H (Showers/Restrooms) Single Ply PVC Alga Norte Community Park 6565 Alicante Rd. 576 J (Showers/Restrooms) Single Ply PVC Alga Norte Community Park 6565 Alicante Rd. 1214 K (Showers/Restrooms) Tile Alga Norte Community Park 6565 Alicante Rd. 576 L (Offices) Single Ply PVC Alga Norte Community Park 6565 Alicante Rd. 252 M (Offices) Single Ply PVC Alga Norte Community Park 6565 Alicante Rd. 150 O (Offices) Single Ply PVC Alga Norte Community Park 6565 Alicante Rd. 630 P (Snack Bar) Single Ply PVC Alga Norte Community Park 6565 Alicante Rd. 1328 Q (Meet ing Room) Tile Alga Norte Community Park 6565 Alicante Rd. 784 R (Snack Bar/Restrooms) Tile Alga Norte Community Park 6565 Alicante Rd. 807 S (Skate Park Restroom) Tile City Attorney Approved Version 8/2/2022 March 14, 2023 22 Item #2 Page 27 of 31 DocuSign Envelope ID: 2756C968-B959-4CC3-AED1-D6A367F702D2 PSA23-2103FAC Building Name Address Approximate Roof Name RoofType Roof Area Alga Norte Community Park 6565 Alicante Rd. 1,405 T (Maintenance Building) Tile Alga Norte Community Park 6565 Alicante Rd. 172 U (Ticket Booths) Single Ply PVC Aviara Community Park 6435 Ambrosia Ln. 1,786 East Blockhouse Tile Aviara Community Park 6435 Ambrosia Ln. 1,528 West Blockhouse TIie Aviara Community Park 6435 Ambrosia Ln. 1,831 Shop/Office Tile Aviara Community Park 6435 Ambrosia Ln. 764 Catering Facility/Restroom Tile Beach Restroom Carlsbad Blvd.& Pine Ave. 524 Restroom Standing Seam Metal Beach Restroom Carlsbad Blvd. & Tamarack 882 Restroom Asphalt Shingles Calavera Hills Park 2997 Glasgow Dr. 3010 A (Lower Section) Modified Bitumen Calavera Hills Park 2997 Glasgow Dr. 2,164 B (Lower Section) Modified Bitumen Calavera Hills Park 2997 Glasgow Dr. 9,555 C (Upper Section) Modified Bitumen Calavera Hills Park 2997 Glasgow Dr. 1,203 D (Blockhouse Restroom) Tile Carlsbad Municipal Water District 5950 El Camino Real 5,608 A (Admin Building West) Asphalt BUR Carlsbad Municipal Water District 5950 El Camino Real 7,573 B (Admin Building East) Asphalt BUR Carlsbad Municipal Water District 5950 El Camino Real 5,184 Warehouse Main Section Standing Seam Metal Carlsbad Water Recycling Facility 6220 Avenida Encinas 1,353 A (Main Section West) Single Ply PIB Carlsbad Water Recycling Facility 6220 Avenida Encinas 1,307 B (Main Section East) Single Ply PIB Carlsbad Water Recycling Facility 6220 Avenida Encinas 343 C (Lower Section Southwest) Single Ply PIB Carlsbad Water Recycling Facility 6220 Avenida Encinas 320 D (Lower Section Southeast) Single Ply PIB Carlsbad Water Recycling Facility 6220 Avenida Encinas 1,011 E (Center Round Section) Metal Carlsbad Water Recycling Facility 6220 Avenida Encinas 72 E (Center Round Lower Section) Single Ply PIB Chase Field 3349 Harding St. 1,183 Snack Bar/Restroom Modified Bitumen City Hall Complex 1200 Carlsbad Village Dr. 304 Al (Sub-Station) BUR City Hall Complex 1200 Carlsbad Village Dr. 8,196 A (City Manager's Office) BUR City Hall Complex 1200 Carlsbad Village Dr. 625 B (Mechanical Room) BUR City Hall Complex 1200 Carlsbad Village Dr. 304 Cl (Mechanical Room) BUR City Hall Complex 1200 Carlsbad Village Dr. 4,696 C (City Clerk) BUR City Hall Complex 1200 Carlsbad Village Dr. 2,860 D (Council Chambers) BUR Cole Library 1250 Carlsbad Village Dr. 8871 A (East Section) Single Ply TPA Cole Library 1250 Carlsbad Village Dr. 5929 B (Center Section) Singly Ply TPA Cole Library 1250 Carlsbad Village Dr. 3696 C (Northwest Section) Single Ply TPA Cole Library 1250 Carlsbad Village Dr. 1320 D (Southwest Section) Single Ply TPA Cole Library 1250 Carlsbad Village Dr. 108 E (North Section) Single Ply TPA Cole Library 1250 Carlsbad Village Dr. 821 F (Center) Metal Low Slope Dove Library 1775 Dove Ln 3447 A (Lower Center) Fluid Applied Dove Library 1775 Dove Ln 1200 B (Lower East) Fluid Applied Dove Library 1775 Dove Ln 267 C (Lower Southeast) Fluid Applied Dove Library 1775 Dove Ln 100 D (Lower Center) Fluid Applied Dove Library 1775 Dove Ln 1872 E (Lower North Center) Fluid Applied Dove Library 1775 Dove Ln 960 F (Lower Gallery) Fluid Applied Dove Library 1775 Dove Ln 2872 G (lower Courtyard) Fluid Applied Dove Library 1775 Dove Ln 1376 H (Lower North) Fluid Applied Dove Library 1775 Dove Ln 2304 B (Upper Southeast) Fluid Applied Dove Library 1775 Dove Ln 935 F (Upper Gallery) Fluid Applied Dove Library 1775 Dove Ln 133 H (Upper North) Fluid Applied Dove Library 1775 Dove Ln 21099 Upper Main Fluid Applied Dove Library 1775 Dove Ln 5001 Upper Tile Tile Elmwood House 1255 Elmwood Ave. 3,025 Main Structure Asphalt Shingle Faraday Center 1635 Faraday 41,635 Main Structure Fluid Applied Farmers Insurance Building 5815 El Camino Real 36,014 Main Structure Asphalt BUR City Attorney Approved Version 8/2/2022 March 14, 2023 23 Item #2 Page 28 of 31 DocuSign Envelope ID: 2756C968-B959-4CC3-AED1-D6A367F702D2 PSA23-2103FAC Building Name Address Approximate Roof Name Roof Type Roof Area Farmers Claims Building 2351 Faraday Avenue 6,936 Main Structure Asphalt BUR Fire Station #1 1275 Carlsbad Village Dr. 5,894 Main Structure Single Ply Hypalon Fire Station #1 1275 Carlsbad Village Dr. 2720 Butler Building Metal Low Slope Fire Station #2 1906 Arena I Rd. 4882 Main Structure Single Ply PVC Fire Station #3 3465 Trail Blazer Way 6,049 A (Apparatus Bay) Tile Fire Station #3 3465 Trail Blazer Way 579 B (North High Tile Section) Tile Fire Station #3 3465 Trail Blazer Way 3,133 C (Main Flat Section) Single Ply PVC Fire Station #3 3465 Trail Blazer Way 703 D (East Flat Section) Single Ply PVC Fire Station #3 3465 Trail Blazer Way 545 E (South High Flat Section) Single Ply PVC Fire Station #3 3465 Trail Blazer Way 1,576 F (West Tile Section) Tile Fire Station #3 3465 Trail Blazer Way 562 G (Hose Tower) Tile Fire Station #4 6885 Batiquitos Dr. 5,593 Main Section Tile Fire Station #5 2540 Orion Way 10,469 Main Section Modified Bitumen Fire Station #5 2540 Orion Way 1,026 Storage (Upper Section) Modified Bitumen Fire Station #5 2540 Orion Way 698 Storage (Lower Section) Asphalt BUR Fire Station #5 2540 Orion Way 217 Hose Tower (Upper) Modified Bitumen Fire Station #5 2540 Orion Way 189 Hose Tower (Lower) Modified Bitumen Fire Station #6 7201 Rancho Santa Fe Rd. 726 South Lower Section Modified Bitumen Fire Station #6 7201 Rancho Santa Fe Rd. 13,654 Main Section Tile Fleet Maintenance Bldg. 2480 Impala Dr. 1,254 A (Lower North Section) Asphalt BUR Fleet Maintenance Bldg. 2480 Impala Dr. 7,574 B (Upper Section) Asphalt BUR Fleet Maintenance Bldg. 2480 Impala Dr. 1,254 C (Lower South Section) Asphalt BUR Fleet Maintenance Bldg. 2480 Impala Dr. 700 D (Wash Rack) Asphalt BUR Harding Community Ctr. 3096 Harding St. 5600 Auditorium Asphalt Shingle Harding Community Ctr. 3096 Harding St. 1359 "D" Building Asphalt Shingle Harding Community Ctr. 3096 Harding St. 3618 Admin Offices Asphalt Shingle Harding Community Ctr. 3096 Harding St. 3860 Recreation Hall Asphalt Shingle Hawthorne Building 2065 Camino Vida Roble 660 A (Northwest Section) Tile Hawthorne Building 2065 Camino Vida Roble 1856 B (Main Center Section) Modified Bitumen Hawthorne Building 2065 Camino Vida Roble 2625 C (Main East Section) Modified Bitumen Hawthorne Building 2065 Camino Vida Roble 144 D (West Section) TIie Hawthorne Building 2065 Camino Vida Roble 104 E (East Lower Section) Metal Low Slope Hawthorne Building 2065 Camino Vida Roble 101 F (West Center) Tile Hawthorne Building 2065 Camino Vida Roble 24 G (East Lower) Metal Low Slope Hawthorne Building 2065 Camino Vida Roble 186 H (Southwest Section) Tile Hawthorne Building 2065 Camino Vida Roble 588 I (East Section) Tile Hawthorne Building 2065 Camino Vida Roble 36 J (East Center) Tile Hidden Canyon Park 2685 Vancouver St. 1,412 Main Section Tile Holiday House 3235 Eureka Pl. 1,191 Main Section Asphalt Shingle Holiday Park Restroom East 3200 Pio Pico Dr. 836 Main Section BUR Holiday Park Restroom West 3200 Pio Pico Dr. 927 Main Section Asphalt Shingles Holiday Park Horseshoe Pit 3200 Pio Pico Dr. 224 Main Section BUR Kruger House 3215 Eureka Pl. 1,819 Main Section Asphalt Shingle La Costa Canyon Park Restroom 3020 Pueblo St. 667 Main Section BUR Laguna Riviera Park Restroom 4900 Kelly Dr. 818 Main Section BUR Las Palmas Building 2075 Las Palmas Dr. 23,400 Main Section Fluid Applied Leo Carrillo Ranch Historic Park 6200 Flying LC Ln. 4,300 Hacienda Tile Leo Carrillo Ranch Historic Park 6200 Flying LC Ln. 1,675 Barn (Visitors Center) Wood Shingle Leo Carrillo Ranch Historic Park 6200 Flying LC Ln. 456 A -Cabana (Restrooms) Tile Leo Carrillo Ranch Historic Park 6200 Flying LC Ln. 229 B -Cabana (Restrooms) Asphalt BUR City Attorney Approved Version 8/2/2022 March 14, 2023 24 Item #2 Page 29 of 31 DocuSign Envelope ID: 2756C968-B959-4CC3-AED1-D6A367F702D2 PSA23-2103FAC Building Name Address Approximate Roof Name RoofType Roof Area Leo Carrillo Ranch Historic Park 6200 Flying LC Ln. 480 Cantina Wood Shingle Leo Carrillo Ranch Historic Park 6200 Flying LC Ln. 1960 Caretakers Residence (Modular) Asphalt Shingles Leo Carrillo Ranch Historic Park 6200 Flying LC Ln. 1270 Carriage House nle Leo Carrillo Ranch Historic Park 6200 Flying LC Ln. 600 Dee Dee's House BUR Leo Carrillo Ranch Historic Park 6200 Flying LC Ln. 600 Garage/ Restrooms Tile Leo Carrillo Ranch Historic Park 6200 Flying LC Ln. 1590 Caretakers House (Admin Offices) Tile Leo Carrillo Ranch Historic Park 6200 Flying LC Ln. 4543 Stable & Bunkhouse Wood Shingle Leo Carrillo Ranch Historic Park 6200 Flying LC Ln. 780 Chicken Coop (Restrooms) Asphalt BUR Leo Carrillo Ranch Historic Park 6200 Flying LC Ln. 400 Wash House Tile Library Learning Center 3368 Eureka Pl. 1856 A (Main Section North) Single Ply PIB Library Learning Center 3368 Eureka Pl. 3,377 B (Main Section South) Single Ply PIB Library Learning Center 3368 Eureka Pl. 120 C (Lower Section West) Single Ply PIB Library Learning Center 3368 Eureka Pl. 630 D (Lower Section South) BUR Library Learning Center 3368 Eureka Pl. 522 E (Northwest Deck) Single Ply PIB Library Learning Center 3368 Eureka Pl. 425 F (Northeast Deck) Single Ply PIB Library Learning Center 3368 Eureka Pl. 291 G (Southeast Deck) Single Ply PIB Library Learning Center 3368 Eureka Pl. 42 H (Lower Section West) BUR Library Learning Center Annex 3368 Eureka Pl. 6000 Main Section Single Ply EPDM Magee House 258 Beech Ave. 100 A (Center Flat Section) Asphalt BUR Magee House 258 Beech Ave. 180 B (Porch Flat Section) Asphalt BUR Magee House 258 Beech Ave. 3,085 C (Main Section) Asphalt Shingle Magee Park Barn 258 Beech Ave. 852 A (Main Section Asphalt Shingle Magee Park Restroom 258 Beech Ave. 153 A (Flat Section) Single Ply PVC Magee Park Restroom 258 Beech Ave. 1096 B (Sloped Section) Asphalt Shingle Magee Park -Heritage Hall 2650 Garfield St. 1383 A (Sloped High Section) Asphalt Shingle Magee Park -Heritage Hall 2650 Garfield St. 267 B (Lower Section) Asphalt Shingle Magee Park -Granary 2659 Garfield St. 780 Main Section Asphalt Shingle Monroe Pool Swim Complex 3401 Monroe St. 2,325 A (Main Section) Modified Bitumen Monroe Pool Swim Complex 3401 Monroe St. 300 B (East Section) Modified Bitumen Monroe Pool Swim Complex 3401 Monroe St. 1,200 C (Equipment Room) Modified Bitumen New Village Arts Theatre 2787 State St. 4,095 A (East Low Slope Section) Modified Bitumen New Village Arts Theatre 2787 State St. 7,245 B (West Pitched Section) Aspha It Shingle Oak Public Works Facility 405 Oak Ave. 1134 A (North Lower Section) Asphalt BUR Oak Public Works Facility 405 Oak Ave. 3990 B (Main Section) Metal Low Slope Oak Public Works Facility 405 Oak Ave. 1978 C (Modular Trailer) Asphalt BUR Oak Public Works Facility 405 Oak Ave. 655 D (Supervisor Offices) Asphalt BUR Oak Public Works Facility 405 Oak Ave. 1658 E (Storage) Metal Sloped Oak Public Works Facility 405 Oak Ave. 2563 F (Shops) Metal Sloped Parks Maintenance 1166 Carlsbad Village Dr. 1062 A (Admin Building) Asphalt Shingle Parks Maintenance 1166 Carlsbad Village Dr. 1161 B (Storage/Breakroom) Asphalt Shingle Parks Maintenance 1166 Carlsbad Village Dr. 1413 C (Admin Modular) Asphalt BUR Parks Maintenance 1166 Carlsbad Village Dr. 758 D (Maintenance Barn) Metal Sloped Pine Community Center 3209 Harding St. 360 A (Northwest Lower Section) Asphalt BUR Pine Community Center 3209 Harding St. 7752 B (Main Section Gym) Asphalt BUR Pine Community Center 3209 Harding St. 72 C (East Center Section) Asphalt BUR Pine Community Center 3209 Harding St. 2,291 D (Center Section) Asphalt BUR Pine Community Center 3209 Harding St. 320 E (Lower Southeast Section) Asphalt BUR Pine Community Center 3209 Harding St. 2608 F (Main Section South) Asphalt BUR Pine Community Center 3209 Harding St. 616 G (Southeast Balcony) Asphalt BUR Pine Block House/ Restroom 3209 Harding St. 535 Main Section Standing Seam Metal City Attorney Approved Version 8/2/2022 March 14, 2023 25 Item #2 Page 30 of 31 DocuSign Envelope ID: 2756C968-B959-4CC3-AED1-D6A367F702D2 PSA23-2103FAC Building Name Address Approximate Roof Name RoofType Roof Area Pio Pico Garage 2598 Pio Pico Dr. 456 Main Section Asphalt Shingle Poinsettia Community Park 6600 Hidden Valley Rd. 186 North Blockhouse (Sloped Section) Metal Standing Seam Poinsettia Community Park 6600 Hidden Valley Rd. 382 North Blockhouse (Flat Section) Asphalt BUR Poinsettia Community Park 6600 Hidden Valley Rd. 328 South Blockhouse (Sloped Section) Metal Standing Seam Poinsettia Community Park 6600 Hidden Valley Rd. 531 South Blockhouse (Flat Section) Asphalt BUR Poinsettia Community Park 6600 Hidden Valley Rd. 720 East Blockhouse Metal Standing Seam Poinsettia Community Park 6600 Hidden Valley Rd. 183 Storage Building (Sloped Section) Metal Standing Seam Poinsettia Community Park 6600 Hidden Valley Rd. 197 Storage Building (Flat Section) Asphalt BUR Police & Fire HQ 2560 Orion Way 4,500 Lower Section (Conference Area) KEE Single Ply Police & Fire HQ 2560 Orion Way 4,333 Middle Section (Conference Area) KEE Single Ply Police & Fire HQ 2560 Orion Way 471 Lower Section (Main Entrance) KEE Single Ply Police & Fire HQ 2560 Orion Way 2S,371 Upper Section (Main Building) KEE Single Ply Train Depot 400 Carlsbad Village Dr. 3789 Main Section Wood Shingles Scout House 3225 Eureka Pl. 2,387 Main Section Asphalt Shingle Senior Center 799 Pine Ave. 318 A (Northwest Lower Section) Modified Bitumen Senior Center 799 Pine Ave. 1,240 B (Southwest Lower Section) Modified Bitumen Senior Center 799 Pine Ave. 740 C (West Center Section North) Modified Bitumen Senior Center 799 Pine Ave. 740 D (East Center Section South) Modified Bitumen Senior Center 799 Pine Ave. 409 E (South Lower Section) Modified Bitumen Senior Center 799 Pine Ave. 115 F (Southeast Lower Section) Modified Bitumen Senior Center 799 Pine Ave. 115 G (Center Southeast Lower Section) Modified Bitumen Senior Center 799 Pine Ave. 110 H (East Lower Section South) Modified Bitumen Senior Center 799 Pine Ave. 110 I (East Lower Section North) Modified Bitumen Senior Center 799 Pine Ave. 820 J (East Middle Section) Modified Bitumen Senior Center 799 Pine Ave. 1,225 K (Center Section) Modified Bitumen Senior Center 799 Pine Ave. 55 L (Northeast Lower Section) Modified Bitumen Senior Center 799 Pine Ave. 240 M (Center Lower Section) Modified Bitumen Senior Center 799 Pine Ave. 80 N (Kiln Room) Modified Bitumen Senior Center 799 Pine Ave. 800 0 (North Middle Section) Modified Bitumen Senior Center 799 Pine Ave. 1,752 P (North Section) Modified Bitumen Senior Center 799 Pine Ave. 3,456 Q (North Center Section) Modified Bitumen Senior Center 799 Pine Ave. 1,744 R (Northeast Section) Modified Bitumen Senior Center 799 Pine Ave. 10,541 Tile Sections Tile Shore House Kitchen 2833 826 A (Sloped Section) Asphalt Shingles Shore House Kitchen 2833 1096 B (Flat Section) BUR Stagecoach Community Ctr 3420 Camino De Los Coches 3,832 Lower Section Modified Bitumen Stagecoach Community Ctr 3420 Camino De Los Coches 872 Lower Section A&B Modified Bitumen Stagecoach Community Ctr 3420 Camino De Los Coches 5,162 Tile Roof Sections Tile Stagecoach Community Ctr 3420 Camino De Los Coches 9,450 Upper Section Modified Bitumen City Attorney Approved Version 8/2/2022 March 14, 2023 26 Item #2 Page 31 of 31 DocuSign Envelope ID: 2756C968-B959-4CC3-AED1-D6A367F702D2 PSA23-2103FAC City Attorney Approved Version 8/2/2022 26 Building Name Address Approximate Roof Area Roof Name Roof Type Pio Pico Garage 2598 Pio Pico Dr. 456 Main Section Asphalt Shingle Poinsettia Community Park 6600 Hidden Valley Rd. 186 North Blockhouse (Sloped Section) Metal Standing Seam Poinsettia Community Park 6600 Hidden Valley Rd. 382 North Blockhouse (Flat Section) Asphalt BUR Poinsettia Community Park 6600 Hidden Valley Rd. 328 South Blockhouse (Sloped Section) Metal Standing Seam Poinsettia Community Park 6600 Hidden Valley Rd. 531 South Blockhouse (Flat Section) Asphalt BUR Poinsettia Community Park 6600 Hidden Valley Rd. 720 East Blockhouse Metal Standing Seam Poinsettia Community Park 6600 Hidden Valley Rd. 183 Storage Building (Sloped Section) Metal Standing Seam Poinsettia Community Park 6600 Hidden Valley Rd. 197 Storage Building (Flat Section) Asphalt BUR Police & Fire HQ 2560 Orion Way 4,500 Lower Section (Conference Area) KEE Single Ply Police & Fire HQ 2560 Orion Way 4,333 Middle Section (Conference Area) KEE Single Ply Police & Fire HQ 2560 Orion Way 471 Lower Section (Main Entrance) KEE Single Ply Police & Fire HQ 2560 Orion Way 25,371 Upper Section (Main Building) KEE Single Ply Train Depot 400 Carlsbad Village Dr. 3789 Main Section Wood Shingles Scout House 3225 Eureka Pl. 2,387 Main Section Asphalt Shingle Senior Center 799 Pine Ave. 318 A (Northwest Lower Section) Modified Bitumen Senior Center 799 Pine Ave. 1,240 B (Southwest Lower Section) Modified Bitumen Senior Center 799 Pine Ave. 740 C (West Center Section North) Modified Bitumen Senior Center 799 Pine Ave. 740 D (East Center Section South) Modified Bitumen Senior Center 799 Pine Ave. 409 E (South Lower Section) Modified Bitumen Senior Center 799 Pine Ave. 115 F (Southeast Lower Section) Modified Bitumen Senior Center 799 Pine Ave. 115 G (Center Southeast Lower Section) Modified Bitumen Senior Center 799 Pine Ave. 110 H (East Lower Section South) Modified Bitumen Senior Center 799 Pine Ave. 110 I (East Lower Section North) Modified Bitumen Senior Center 799 Pine Ave. 820 J (East Middle Section) Modified Bitumen Senior Center 799 Pine Ave. 1,225 K (Center Section) Modified Bitumen Senior Center 799 Pine Ave. 55 L (Northeast Lower Section) Modified Bitumen Senior Center 799 Pine Ave. 240 M (Center Lower Section) Modified Bitumen Senior Center 799 Pine Ave. 80 N (Kiln Room) Modified Bitumen Senior Center 799 Pine Ave. 800 O (North Middle Section) Modified Bitumen Senior Center 799 Pine Ave. 1,752 P (North Section) Modified Bitumen Senior Center 799 Pine Ave. 3,456 Q (North Center Section) Modified Bitumen Senior Center 799 Pine Ave. 1,744 R (Northeast Section) Modified Bitumen Senior Center 799 Pine Ave. 10,541 Tile Sections Tile Shore House Kitchen 2833 826 A (Sloped Section) Asphalt Shingles Shore House Kitchen 2833 1096 B (Flat Section) BUR Stagecoach Community Ctr 3420 Camino De Los Coches 3,832 Lower Section Modified Bitumen Stagecoach Community Ctr 3420 Camino De Los Coches 872 Lower Section A&B Modified Bitumen Stagecoach Community Ctr 3420 Camino De Los Coches 5,162 Tile Roof Sections Tile Stagecoach Community Ctr 3420 Camino De Los Coches 9,450 Upper Section Modified Bitumen March 14, 2023 Item #2 Page 31 of 31