Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPW Francisco Boulevard East Resurfacing ProjectSPECIFICATIONS AND CONTRACT DOCUMENTS
FRANCSCO BOULEVARD EAST RESURFACING PROJECT
August 2021
BID DATE: September 3, 2021 at 10:00 AM
CITY PROJECT NO. 11389
CITY FILE NO. 16.06.94
14 RAFq�`
A�
a 2
� y0
TY WITH 0'
DEPARTMENT OF
PUBLIC WORKS
Francisco Boulevard Resurfacing Project
City Project No. 11389
APPROVED BY CITY OF SAN RAFAEL:
April Miller
Assistant Public Works Director/City Engineer
8/19/2021
Date
RAFq�`
DEPARTMENT OF
o PUBLIC WORKS
yh
�'l y K'1TH I'
August 2021
INVITATION FOR BIDS
Electronic bids for the Construction of the Project Entitled:
FRANCSCO BOULEVARD EAST RESURFACING PROJECT
City Project No. 11389
Electronic bids must be received by 10:00 am, September 3, 2021 at:
https://www.bidexpress.com/businesses/39341 /home
TABLE OF CONTENTS
NoticeInviting Bids....................................................................................................................... 1
Instructionsto Bidders.................................................................................................................
4
BidProposal...................................................................................................................................
9
BidSchedule................................................................................................................................
11
SubcontractorList.......................................................................................................................
12
Noncollusion Declaration...........................................................................................................
13
BidBond.......................................................................................................................................
14
Bidder's Questionnaire...............................................................................................................
16
Contract........................................................................................................................................
19
PaymentBond..............................................................................................................................
23
PerformanceBond......................................................................................................................
25
GeneralConditions.....................................................................................................................
27
Article1 - Definitions...................................................................................................................
27
Definitions..................................................................................................................................
27
Article 2 - Roles and Responsibilities.......................................................................................
29
2.1 City................................................................................................................................
29
2.2 Contractor......................................................................................................................30
2.3 Subcontractors..............................................................................................................
32
2.4 Coordination of Work.....................................................................................................
33
2.5 Submittals.:... ... ...... ...
34
2.6 Shop Drawings..............................................................................................................
34
Article 3 - Contract Documents..................................................................................................
35
3.1 Interpretation of Contract Documents...........................................................................
35
3.2 Order of Precedence.....................................................................................................
36
3.3 Caltrans Standard Specifications..................................................................................
36
3.4 For Reference Only.......................................................................................................
37
3.5 Current Versions...........................................................................................................
37
3.6 Conformed Copies........................................................................................................
37
Article 4 - Bonds, Indemnity, and Insurance............................................................................
37
4.1 Payment and Performance Bonds................................................................................
37
4.2 Indemnity .......................................................................................................................
38
4.3 Insurance.......................................................................................................................
38
Article5 - Contract Time.............................................................................................................
40
5.1 Time is of the Essence..................................................................................................
40
5.2 Schedule Requirements................................................................................................
41
5.3 Delay and Extensions of Contract Time........................................................................
42
5.4 Liquidated Damages.....................................................................................................
46
Article 6 - Contract Modification................................................................................................
46
6.1 Contract Modification.....................................................................................................
46
6.2 Contractor Change Order Requests.............................................................................
47
6.3 Adjustments to Contract Price.......................................................................................
48
6.4 Unilateral Change Order...............................................................................................
49
6.5 Non -Compliance Deemed Waiver.................................................................................
49
Article 7 - General Construction Provisions.............................................................................
49
7.1 Permits, Fees, Business License, and Taxes...............................................................
49
7.2 Temporary Facilities......................................................................................................
49
7.3 Noninterference and Site Management........................................................................
50
7.4 Signs..............................................................................................................................50
7.5 Project Site and Nearby Property Protections...............................................................
50
7.6 Materials and Equipment...............................................................................................
52
7.7 Substitutions..................................................................................................................52
7.8 Testing and Inspection..................................................................................................
53
iv
7.9
Project Site Conditions and Maintenance.....................................................................
54
7.10
Instructions and Manuals..............................................................................................
55
7.11
As -built Drawings..........................................................................................................
56
7.12
Existing Utilities.............................................................................................................
56
7.13
Notice of Excavation......................................................................................................
57
7.14
Trenching and Excavations of Four Feet or More .........................................................
57
7.15
Trenching of Five Feet or More.....................................................................................
57
7.16
New Utility Connections................................................................................................
58
7.17
Lines and Grades..........................................................................................................
58
7.18
Historic or Archeological Items......................................................................................
58
7.19
Environmental Control...................................................................................................
58
7.20
Noise Control.................................................................................................................
59
7.21
Mined Materials.............................................................................................................
59
Article8
- Payment...................................................................................................................... 59
8.1
Schedule of Values.......................................................................................................
59
8.2
Progress Payments.......................................................................................................
59
8.3
Adjustment of Payment Application..............................................................................
60
8.4
Early Occupancy...........................................................................................................
60
8.5
Retention.......................................................................................................................
60
8.6
Payment to Subcontractors and Suppliers....................................................................
61
8.7
Final Payment...............................................................................................................
62
8.8
Release of Claims.........................................................................................................
62
8.9
Warranty of Title............................................................................................................
62
Article 9
- Labor Provisions........................................................................................................ 62
9.1
Discrimination Prohibited...............................................................................................
62
9.2
Labor Code Requirements............................................................................................
62
9.3
Prevailing Wages..........................................................................................................
63
9.4
Payroll Records.............................................................................................................
63
9.5
Labor Compliance.........................................................................................................
63
Article 10 - Safety Provisions..................................................................................................... 64
10.1
Safety Precautions and Programs................................................................................
64
10.2
Hazardous Materials.....................................................................................................
64
10.3
Material Safety..............................................................................................................
64
10.4
Hazardous Condition.....................................................................................................
65
10.5
Emergencies.................................................................................................................
65
Article 11 -Completion and Warranty Provisions.................................................................... 65
11.1
Final Completion...........................................................................................................
65
11.2
Warranty........................................................................................................................66
11.3
Use Prior to Final Completion.......................................................................................
67
11.4
Substantial Completion.................................................................................................
67
Article 12 - Dispute Resolution.................................................................................................. 67
12.1
Claims............................................................................................................................67
12.2
Claims Submission........................................................................................................
68
12.3
City's Response............................................................................................................
70
12.4
Meet and Confer............................................................................................................
70
12.5
Mediation and Government Code Claims.....................................................................
70
12.6
Tort Claims....................................................................................................................
71
12.7
Arbitration......................................................................................................................
71
12.8
Burden of Proof and Limitations....................................................................................
71
12.9
Legal Proceedings.........................................................................................................
71
12.10
Other Disputes..............................................................................................................
71
Article 13 - Suspension and Termination.................................................................................. 72
13.1
Suspension for Cause...................................................................................................
72
13.2
Suspension for Convenience........................................................................................
72
13.3
Termination for Default.: ... ...........
* ... * ... , ..... , ...... ... 72
13.4
Termination for Convenience........................................................................................
74
13.5 Actions Upon Termination for Default or Convenience ................................................. 74
Article 14 - Miscellaneous Provisions....................................................................................... 75
14.1 Assignment of Unfair Business Practice Claims........................................................... 75
14.2 Provisions Deemed Inserted......................................................................................... 75
14.3 Waiver........................................................................................................................... 75
14.4 Titles, Headings, and Groupings................................................................................... 76
14.5 Statutory and Regulatory References........................................................................... 76
14.6 Survival..........................................................................................................................76
Special Conditions............................................................................ Error! Bookmark not defined.
Attachment A —Federal Bidding Requirements ............................. Error! Bookmark not defined.
Attachment B — Federal Contract Requirements ........................... Error! Bookmark not defined.
vi
Notice Inviting Bids
1.Bid Submission. The City of San Rafael ("City") will accept electronic bid submittals for
its Francisco Boulevard Resurfacing Project ("Project"), by or before September 3, 2021, at
10:00a.m., at which time the bids will be publicly opened and read aloud on a Zoom
Meeting. Information including the project documents and a how-to guide for first-time Bid
Express users can be found on the San Rafael Bid Express home page at
https://www.bidexpress.com/businesses/39341/home. Please note that you will have to
register for a free Bid Express account to view project solicitations and download
documents.
Public Works is inviting you to a scheduled Zoom meeting
Topic: Francisco Blvd East Resurfacing - Bid Opening
Time: Sep 3, 2021 10:00 AM Pacific Time (US and Canada)
Join Zoom Meeting
https://us06web.zoom.us/j/83578352030
Meeting ID: 835 7835 2030
One tap mobile
+16699006833„83578352030# US(San Jose)
+12532158782„83578352030# US (Tacoma)
Dial by your location
+1 669 900 6833 US (San Jose)
+1 253 215 8782 US (Tacoma)
+1 346 248 7799 US (Houston)
+1 312 626 6799 US (Chicago)
+1 929 205 6099 US (New York)
+1 301 715 8592 US (Washington DC)
Meeting ID: 835 7835 2030
Find your local number: https://us06web.zoom.us/u/kpUdnZOjp
2. Project Information.
2.1 Location and Description. The Project is located along Francisco Boulevard East
between Vivian Street and Grand Avenue. The project consists of cold planning,
utility adjustments, the resurfacing and restriping of a major arterial in the City of
San Rafael.
2.2 Time for Final Completion. The Project must be fully completed within 15
working days from the start date set forth in the Notice to Proceed. City anticipates
that the Work will begin on or about September 6, 2021, but the anticipated start
date is provided solely for convenience and is neither certain nor binding.
3. License and Registration Requirements.
3.1 License. This Project requires a valid California contractor's license for the
following classification(s): A.
3.2 DIR Registration. City may not accept a Bid Proposal from or enter into the
Contract with a bidder, without proof that the bidder is registered with the California
Francisco Blvd Resurfacing 2021 Form NOTICE INVITING BIDS
11389 Pagel
Department of Industrial Relations (`DIR") to perform public work pursuant to Labor
Code § 1725.5, subject to limited legal exceptions.
4. Contract Documents. The plans, specifications, bid forms, and contract documents for
the Project, and any addenda thereto ("Contract Documents") can be found on the Bid
Express San Rafael home page at https://www.bidexpress.com/businesses/39341/home
under the project solicitation's Attachment List. A how-to guide for first time Bid Express
users can also be found on the home page. Please note that you will have to register for a
free Bid Express account to view project solicitations and download documents. Copies of
the Contract Documents are not available from the City.
5. Bid Security. The Bid Proposal must be accompanied by bid security of ten percent of the
maximum bid amount, in the form of a cashier's or certified check made payable to City, or
a bid bond executed by a surety licensed to do business in the State of California on the
Bid Bond form included with the Contract Documents. The bid security must guarantee that
within ten days after City issues the Notice of Potential Award, the successful bidder will
execute the Contract and submit the payment and performance bonds, insurance
certificates and endorsements, and any other submittals required by the Contract
Documents and as specified in the Notice of Potential Award.
6. Prevailing Wage Requirements.
6.1 General. Pursuant to California Labor Code § 1720 et seq., this Project is subject
to the prevailing wage requirements applicable to the locality in which the Work is
to be performed for each craft, classification or type of worker needed to perform
the Work, including employer payments for health and welfare, pension, vacation,
apprenticeship and similar purposes.
6.2 Rates. These prevailing rates are on file with the City and are available online at
http://www.dir.ca.gov/DLSR. Each Contractor and Subcontractor must pay no less
than the specified rates to all workers employed to work on the Project. The
schedule of per diem wages is based upon a working day of eight hours. The rate
for holiday and overtime work must be at least time and one-half.
6.3 Compliance. The Contract will be subject to compliance monitoring and
enforcement by the DIR, under Labor Code § 1771.4.
7. Performance and Payment Bonds. The successful bidder will be required to provide
performance and payment bonds, each for 100% of the Contract Price, as further specified
in the Contract Documents.
8. Substitution of Securities. Substitution of appropriate securities in lieu of retention
amounts from progress payments is permitted under Public Contract Code § 22300.
9. Subcontractor List. Each Subcontractor must be registered with the DIR to perform work
on public projects. Each bidder must submit a completed Subcontractor List form with its
Bid Proposal, including the name, location of the place of business, California contractor
license number, DIR registration number, and percentage of the Work to be performed
(based on the base bid price) for each Subcontractor that will perform Work or service or
fabricate or install Work for the prime contractor in excess of one-half of 1 % of the bid price,
using the Subcontractor List form included with the Contract Documents.
10. Instructions to Bidders. All bidders should carefully review the Instructions to Bidders for
more detailed information before submitting a Bid Proposal. The definitions provided in
Article 1 of the General Conditions apply to all of the Contract Documents, as defined
therein, including this Notice Inviting Bids.
Francisco Blvd Resurfacing 2021 Form NOTICE INVITING BIDS
11389 Page 2
By:Date: 8/19/2021
Shawn Graf, Assistant Engineer
Publication Date: 8/19/2021
END OF NOTICE INVITING BIDS
Francisco Blvd Resurfacing 2021 Form NOTICE INVITING BIDS
11389 Page 3
Instructions to Bidders
Each Bid Proposal submitted to the City of San Rafael ("City") for its Francisco Boulevard
Resurfacing Project ("Project") must be submitted in accordance with the following instructions
and requirements:
1. Bid Submission.
1.1 General. Each Bid Proposal must be signed, sealed and submitted to City, using
BidExpress, by or before the date and time set forth in Section 1 of the Notice
Inviting Bids, or as amended by subsequent addendum.. Late submissions will be
returned unopened. City reserves the right to postpone the date or time for
receiving or opening bids. Each bidder is solely responsible for all of its costs to
prepare and submit its bid and by submitting a bid waives any right to recover
those costs from City. The bid price(s) must include all costs to perform the Work
as specified, including all labor, material, supplies, and equipment and all other
direct or indirect costs such as applicable taxes, insurance and overhead.
All bids must be submitted electronically using the BidExpress platform. This
supersedes any language in the contract documents that may be interpreted
as the City requiring paper bid submittals.
1.2 Electronic Submission using Bid Express. The Bid Express San Rafael home
page can be found at https://www.bidexpress.com/businesses/39341/home.
Project solicitations and a how-to guide for first-time users can be found on this
home page. Please note that you will have to register for a free Bid Express
account to view project solicitations and download documents.
1.3 DIR Registration. Subject to limited legal exceptions for joint venture bids and
federally -funded projects, City may not accept a Bid Proposal from a bidder without
proof that the bidder is registered with the DIR to perform public work under Labor
Code § 1725.5. If City is unable to confirm that the bidder is currently registered
with the DIR, City may disqualify the bidder and return its bid unopened. (Labor
Code §§ 1725.5 and 1771.1(a).)
2. Bid Proposal Form and Enclosures. Each Bid Proposal must be completed using the
Bid Proposal form included within the BidExpress solicitation for this project. Each Bid
Proposal must be accompanied by bid security, as set forth in Section 4 below, and by a
completed Subcontractor List and Non -Collusion Declaration using the forms included with
the Contract Documents.
3. Authorization and Execution. Each Bid Proposal must be signed by the bidder's
authorized representative. A Bid Proposal submitted by a partnership must be signed in the
partnership name by a general partner with authority to bind the partnership. A Bid
Proposal submitted by a corporation must be signed with the legal name of the corporation,
followed by the signature and title of two officers of the corporation with full authority to bind
the corporation to the terms of the Bid Proposal, under California Corporation Code § 313.
4. Bid Security. Each Bid Proposal must be accompanied by bid security of ten percent of
the maximum bid amount, in the form of a cashier's check or certified check, made payable
to the City, or bid bond using the form included in the Contract Documents and executed by
a surety licensed to do business in the State of California. The bid security must guarantee
that, within ten days after issuance of the Notice of Potential Award, the bidder will: execute
and submit the enclosed Contract for the bid price; submit payment and performance
Francisco Blvd Resurfacing 2021 Form INSTRUCTIONS TO BIDDERS
11389 Page 4
bonds for 100% of the maximum Contract Price; and submit the insurance certificates and
endorsements and any other submittals, if any, required by the Contract Documents or the
Notice of Potential Award. A Bid Proposal may not be withdrawn for a period of 60 days
after the bid opening without forfeiture of the bid security, except as authorized for material
error under Public Contract Code § 5100 et seq.
A scanned copy or electronic copy of the bond forms should be uploaded to the BidExpress
website. Only the apparent low bidder will be required to mail the original forms to the
Public Works Department.
Requests for Information. Questions or requests for clarifications regarding the Project,
the bid procedures, or any of the Contract Documents must be submitted in writing to
Shawn Graf, Assistant Engineer, at shawn.Qraf(a)cityofsanrafael.org or submitted using the
BidExpress platform. Oral responses are not authorized and are not binding on the City.
Bidders should submit any such written inquiries at least five Working Days before the
scheduled bid opening. Questions received any later might not be addressed before the bid
deadline. An interpretation or clarification by City in response to a written inquiry will be
issued in an addendum.
Pre -Bid Investigation.
6.1 General. Each bidder is solely responsible at its sole expense for diligent and
thorough review of the Contract Documents, examination of the Project site, and
reasonable and prudent inquiry concerning known and potential site and area
conditions prior to submitting a Bid Proposal. Each bidder is responsible for
knowledge of conditions and requirements which reasonable review and
investigation would have disclosed. However, except for any areas that are open to
the public at large, bidders may not enter property owned or leased by the City or
the Project site without prior written authorization from City.
6.2 Document Review. Each bidder is responsible for review of the Contract
Documents and any informational documents provided "For Reference Only," e.g.,
as-builts, technical reports, test data, and the like. A bidder is responsible for
notifying City of any errors, omissions, inconsistencies, or conflicts it discovers in
the Contract Documents, acting solely in its capacity as a contractor and subject to
the limitations of Public Contract Code § 1104. Notification of any such errors,
omissions, inconsistencies, or conflicts must be submitted in writing to the City no
later than five Working Days before the scheduled bid opening. (See Section 5,
above.) City expressly disclaims responsibility for assumptions a bidder might draw
from the presence or absence of information provided by City.
6.3 Project Site. Questions regarding the availability of soil test data, water table
elevations, and the like should be submitted to the City in writing, as specified in
Section 5, above. Any subsurface exploration at the Project site must be done at
the bidder's expense, but only with prior written authorization from City. All soil data
and analyses available for inspection or provided in the Contract Documents apply
only to the test hole locations. Any water table elevation indicated by a soil test
report existed on the date the test hole was drilled. The bidder is responsible for
determining and allowing for any differing soil or water table conditions during
construction. Because groundwater levels may fluctuate, difference(s) in elevation
between ground water shown in soil boring logs and ground water actually
encountered during Project construction will not be considered changed Project
site conditions. Actual locations and depths must be determined by bidder's field
investigation. The bidder may request access to underlying or background
information on the Project site in City's possession that is necessary for the bidder
Francisco Blvd Resurfacing 2021 Form INSTRUCTIONS TO BIDDERS
11389 Page 5
to form its own conclusions, including, if available, record drawings or other
documents indicating the location of subsurface lines, utilities, or other structures.
6.4 Utility Company Standards. The Project must be completed in a manner that
satisfies the standards and requirements of any affected utility companies or
agencies (collectively, "utility owners"). The successful bidder may be required by
the third party utility owners to provide detailed plans prepared by a California
registered civil engineer showing the necessary temporary support of the utilities
during coordinated construction work. Bidders are directed to contact the affected
third party utility owners about their requirements before submitting a Bid Proposal.
7. Bidders Interested in More Than One Bid. No person, firm, or corporation may submit or
be a party to more than one Bid Proposal unless alternate bids are specifically called for.
However, a person, firm, or corporation that has submitted a subcontract proposal or quote
to a bidder may submit subcontract proposals or quotes to other bidders.
8. Addenda. Any addenda issued prior to the bid opening are part of the Contract
Documents. Subject to the limitations of Public Contract Code § 4104.5, City reserves the
right to issue addenda prior to bid time. Each bidder is solely responsible for ensuring it has
received and reviewed all addenda prior to submitting its bid. Addenda will be located on
the BidExpress website with the other contract documents for this solicitation.
9. Brand Designations and "Or Equal" Substitutions. Any specification designating a
material, product, thing, or service by specific brand or trade name, followed by the words
,.or equal," is intended only to indicate quality and type of item desired, and bidders may
request use of any equal material, product, thing, or service. All data substantiating the
proposed substitute as an equal item must be submitted with the written request for
substitution. A request for substitution must be submitted within 35 days after Notice of
Potential Award unless otherwise provided in the Contract Documents. This provision does
not apply to materials, products, things, or services that may lawfully be designated by a
specific brand or trade name under Public Contract Code § 3400(c).
10. Bid Protest. Any bid protest against another bidder must be submitted in writing and
received by City at its Department of Public Works at 111 Morphew Street, San Rafael,
California 94901, ATTN: Public Works Director, or sent via email at
bill.guerin@cityofsanrafael.org before 5:00 p.m. no later than two Working Days following
bid opening ("Bid Protest Deadline") and must comply with the following requirements:
10.1 General. Only a bidder who has actually submitted a Bid Proposal is eligible to
submit a bid protest against another bidder. Subcontractors are not eligible to
submit bid protests. A bidder may not rely on the bid protest submitted by another
bidder, but must timely pursue its own protest. If required by City, the protesting
bidder must submit a non-refundable fee in the amount specified by City, based
upon City's reasonable costs to administer the bid protest. Any such fee must be
submitted to City no later than the Bid Protest Deadline, unless otherwise specified.
For purposes of this Section 10, a "Working Day" means a day that City is open for
normal business, and excludes weekends and holidays observed by City. Pursuant
to Public Contract Code § 4104, inadvertent omission of a Subcontractor's DIR
registration number on the Subcontractor List form is not grounds for a bid protest,
provided it is corrected within 24 hours of the bid opening or as otherwise provided
under Labor Code § 1771.1(b).
10.2 Protest Contents. The bid protest must contain a complete statement of the basis
for the protest and must include all supporting documentation. Material submitted
after the Bid Protest Deadline will not be considered. The protest must refer to the
Francisco Blvd Resurfacing 2021 Form INSTRUCTIONS TO BIDDERS
11389 Page 6
specific portion or portions of the Contract Documents upon which the protest is
based. The protest must include the name, address, email address, and telephone
number of the protesting bidder and any person submitting the protest on behalf of
or as an authorized representative of the protesting bidder.
10.3 Copy to Protested Bidder. Upon submission of its bid protest to City, the
protesting bidder must also concurrently transmit the protest and all supporting
documents to the protested bidder, and to any other bidder who has a reasonable
prospect of receiving an award depending upon the outcome of the protest, by
email or hand delivery to ensure delivery before the Bid Protest Deadline.
10.4 Response to Protest. The protested bidder may submit a written response to the
protest, provided the response is received by City before 5:00 p.m., within two
Working Days after the Bid Protest Deadline or after actual receipt of the bid
protest, whichever is sooner (the "Response Deadline"). The response must attach
all supporting documentation. Material submitted after the Response Deadline will
not be considered. The response must include the name, address, email address,
and telephone number of the person responding on behalf of or representing the
protested bidder if different from the protested bidder.
10.5 Copy to Protesting Bidder. Upon submission of its response to the bid protest to
the City, the protested bidder must also concurrently transmit by email or hand
delivery, by or before the Response Deadline, a copy of its response and all
supporting documents to the protesting bidder and to any other bidder who has a
reasonable prospect of receiving an award depending upon the outcome of the
protest.
10.6 Exclusive Remedy. The procedure and time limits set forth in this Section are
mandatory and are the bidder's sole and exclusive remedy in the event of a bid
protest. A bidder's failure to comply with these procedures will constitute a waiver
of any right to further pursue a bid protest, including filing a Government Code
Claim or initiation of legal proceedings.
10.7 Right to Award. City reserves the right, acting in its sole discretion, to reject any
bid protest that it determines lacks merit, to award the Contract to the bidder it has
determined to be the responsible bidder submitting the lowest responsive bid, and
to issue a Notice to Proceed with the Work notwithstanding any pending or
continuing challenge to its determination.
11. Reservation of Rights. City reserves the unfettered right, acting in its sole discretion, to
waive or to decline to waive any immaterial bid irregularities; to accept or reject any or all
bids; to cancel or reschedule the bid; to postpone or abandon the Project entirely; or to
perform all or part of the Work with its own forces. The Contract will be awarded, if at all,
within 60 days after opening of bids or as otherwise specified in the Special Conditions, to
the responsible bidder that submitted the lowest responsive bid. Any planned start date for
the Project represents the City's expectations at the time the Notice Inviting Bids was first
issued. City is not bound to issue a Notice to Proceed by or before such planned start date,
and it reserves the right to issue the Notice to Proceed when the City determines, in its sole
discretion, the appropriate time for commencing the Work. The City expressly disclaims
responsibility for any assumptions a bidder might draw from the presence or absence of
information provided by the City in any form. Each bidder is solely responsible for its costs
to prepare and submit a bid, including site investigation costs.
12. Bonds. Within ten calendar days following City's issuance of the Notice of Potential Award
to the apparent low bidder, the bidder must submit payment and performance bonds to City
Francisco Blvd Resurfacing 2021 Form INSTRUCTIONS TO BIDDERS
11389 Page 7
as specified in the Contract Documents using the bond forms included in the Contract
Documents. All required bonds must be calculated on the maximum total Contract Price as
awarded, including additive alternates, if applicable.
13. License(s). The successful bidder and its Subcontractor(s) must possess the California
contractor's license(s) in the classification(s) required by law to perform the Work. The
successful bidder must also obtain a City business license within 10 days following City's
issuance of the Notice of Potential Award. Subcontractors must also obtain a City business
license before performing any Work.
14. Ineligible Subcontractor. Any Subcontractor who is ineligible to perform work on a public
works project under Labor Code §§ 1777.1 or 1777.7 is prohibited from performing work on
the Project.
15. Safety Orders. If the Project includes construction of a pipeline, sewer, sewage disposal
system, boring and jacking pits, or similar trenches or open excavations, which are five feet
or deeper, each bid must include a bid item for adequate sheeting, shoring, and bracing, or
equivalent method, for the protection of life or limb, which comply with safety orders as
required by Labor Code § 6707.
16. Additive and Deductive Alternates. As required by Public Contract Code § 20103.8, if
this bid solicitation includes additive or deductive items, the method checked below will be
used to determine the lowest bid. If no method is checked, subparagraph (A) will be used to
determine the lowest bid. City retains the right to add to or deduct from the Contract any of
the additive or deductive alternates included in the Bid Proposal.
(A) The lowest bid will be the lowest bid price on the base contract without
consideration of the prices on the additive or deductive items.
END OF INSTRUCTIONS TO BIDDERS
Francisco Blvd Resurfacing 2021 Form INSTRUCTIONS TO BIDDERS
11389 Page 8
General Info
Alt Total: $954,000.00
Total:
$1,136,140.00
Number
Francisco Boulevard
Resurfacing
Deadline
09/09/2021 05:00 PM UTC
Vendor
Ghilotti Construction Company,
Inc.
Submitted
09/09/2021 04:42 PM UTC
Signed by
Thomas Smith Account Holder
Thomas Smith
Opened
09/09/2021 05:03 PM UTC By
john.agcaoili@cityofsanrafael.org
ATTACHMENT LIST
Description
The Project is located along Francisco Boulevard East between Vivian Street and
Grand Avenue. The project consists of cold planning, utility adjustments, the resurfacing
and restriping of a major arterial in the City of San Rafael.
Engineers Estimate is $1,600,000.
Remove the following insurance requirements from the General Conditions page 39:
4.3 Insurance (A) Policies and Limits (4) Pollution Liability Insurance and 4.3 Insurance
(A) Policies and Limits. (5) Builder's Risk Insurance
Allows zero unit prices and labor
No
Allows negative unit prices and labor
No
FBE Resurfacing -Notice Inviting Bids.pdf (75.1 KB)
FBE Resurfacing - Plans for Bid 20210819.pdf (7.38 MB)
FBE Resurfacing -Specs for Bid 20210819.pdf (2.09 MB)
Overview Sup Perf Pvmnts DMR 8-6-20.pdf (2.64 MB)
GP_IG_PAVE 8-19.pdf (1.53 MB)
GP_MPDS_PAVE25 6.21.pdf (171 KB)
Addendum No. 1 - FBE Resurfacing.pdf (278 KB)
Addendum No. 2 - FBE Resurfacing.pdf (1.45 MB)
Addendum No. 3 - FBE Resurfacing.pdf (301 KB)
Page 1 of 10 09/13/2021
BID PROPOSAL
("Bidder") *
Ghilotti Construction Company, Inc.
hereby submits this Bid Proposal to the City of San Rafael ("City") for the above -referenced project ("Project") in response to the
Notice Inviting Bids and in accordance with the Contract Documents referenced in the Notice.
1. Base Bid. Bidder proposes to perform and fully complete the Work for the Project as specified in the Contract Documents,
within the time required for full completion of the Work, including all labor, materials, supplies, and equipment and all other direct
or indirect costs including, but not limited to, taxes, insurance and all overhead for the following price ('Base Bid"):
$1,136,140.00
2. Addenda. Bidder agrees that it has confirmed receipt of or access to, and reviewed, all addenda issued for
this Bid. Bidder waives any claims it might have against the City based on its failure to receive, access, or review
any addenda for any reason. Bidder specifically acknowledges receipt of the following addenda (click "+" to add
addenda. Type "N/A" if no addenda have been issued):
Addendum M *
Addendum Date: *
9/3/21
2. Addenda. Bidder agrees that it has confirmed receipt of or access to, and reviewed, all addenda issued for
this Bid. Bidder waives any claims it might have against the City based on its failure to receive, access, or review
any addenda for any reason. Bidder specifically acknowledges receipt of the following addenda (click "+" to add
addenda. Type "N/A" if no addenda have been issued): 1
Addendum M *
Addendum Date: *
9/3/21
2. Addenda. Bidder agrees that it has confirmed receipt of or access to, and reviewed, all addenda issued for
this Bid. Bidder waives any claims it might have against the City based on its failure to receive, access, or review
any addenda for any reason. Bidder specifically acknowledges receipt of the following addenda (click "+" to add
addenda. Type "N/A" if no addenda have been issued): 2
Page 2 of 10 09/13/2021
Addendum M *
Addendum Date: *
9/7/21
3. Bidder's Certifications and Warranties. By signing and submitting this Bid Proposal, Bidder certifies and warrants the
following:
3.1 Examination of Contract Documents. Bidder has thoroughly examined the Contract Documents and represents that,
to the best of Bidder's knowledge, there are no errors, omissions, or discrepancies in the Contract Documents, subject to
the limitations of Public Contract Code§ 1104.
3.2 Examination of Project Site. Bidder has had the opportunity to examine the Project site and local conditions at the
Project location.
3.3 Bidder Responsibility. Bidder is a responsible bidder, with the necessary ability, capacity, experience, skill,
qualifications, workforce, equipment, and resources to perform or cause the Work to be performed in accordance with the
Contract Documents and within the Contract Time.
3.4 Responsibility for Bid. Bidder has carefully reviewed this Bid Proposal and is solely responsible for any errors or
omissions contained in its completed Bid. All statements and information provided in this Bid Proposal and enclosures are
true and correct to the best of Bidder's knowledge.
3.5 Nondiscrimination. In preparing this Bid, the Bidder has not engaged in discrimination against any prospective or
present employee or Subcontractor on grounds of race, color, ancestry, national origin, ethnicity, religion, sex, sexual
orientation, age, disability, or marital status.
3.6 Iran Contracting Act. If the Contract Price exceeds $1,000,000, Bidder is not identified on a list created under the
Iran Contracting Act, Public Contract Code § 2200 et seq. (the "Act"), as a person engaging in investment activities in Iran,
as defined in the Act, or is otherwise expressly exempt under the Act.
4. Award of Contract. By signing and submitting this Bid Proposal, Bidder agrees that if Bidder is awarded the Contract for the
Project, within ten days following issuance of the Notice of Award to Bidder, Bidder will do all of the following:
4.1 Execute Contract. Enter into the Contract with City in accordance with the terms of this Bid Proposal, by signing and
submitting to City the Contract prepared by City using the form included with the Contract Documents;
Page 3 of 10 09/13/2021
4.2 Submit Required Bonds. Submit to City a payment bond and a performance bond, each for 100% of the Contract
Price, using the bond forms provided and in accordance with the requirements of the Contract Documents; and
4.3 Insurance Requirements. Submit to City the insurance certificate(s) and endorsement(s) as required by the Contract
Documents.
This Bid Proposal is hereby submitted on [Date]
9/3/21
s/ *
Thomas Smith
Name and Title
Thomas Smith, Vice President of Estimating
s/ *
Brian Ongaro
Name and Title
President
Company Name *
Ghilotti Construction Company, Inc.
License #, Expiration Date, and Class *
644515, Exp 5/31/22 - A, C8, C12, C21, C42, HAZ
Address *
246 Ghilotti Avenue
DIR Registration #
1000003044
City, State, Zip *
Santa Rosa, CA 95407
Phone *
(707) 585-1221
Contact Name *
Page 4 of 10 09/13/2021
Thomas Smith
Contact Email
tom@ghilotti.com
END OF BID PROPOSAL
BID SCHEDULE - DIRECTIONS
This Bid Schedule must be completed in ink and included with the sealed Bid Proposal. Pricing must be provided for each Bid
Item as indicated. Items marked "(SW)" are Specialty Work that must be performed by a qualified Subcontractor. The lump sum or
unit cost for each item must be inclusive of all costs, whether direct or indirect, including profit and overhead. The sum of all
amounts entered in the "Extended Total Amount" column must be identical to the Base Bid price entered in Section 1 of the Bid
Proposal form.
Bid Award will be based on the Total Base Bid, items 1-19.
AL = Allowance LF = Linear Foot CF = Cubic Feet LS = Lump Sum CY = Cubic Yard SF = Square Feet EA = Each TON
= Ton (2000lbs)
LB = Pounds
*Revocable Bid Item
BID SCHEDULE
$1,136,140.00
Bid Item No. Item Description
Est Qty.
Unit
Unit Cost
Extension
Alternates are not included in bid total.
1 Mobilization
1.00
LS
$30,000.00
$30,000.00
2 Traffic Control
1.00
LS
$105,675.00
$105,675.00
3 Cold Planing
165,000.00
SF
$1.65
$272,250.00
Total: $1,136,140.00
Page 5 of 10 09/13/2021
Bid Item No. Item Description Est Qty. Unit Unit Cost Extension
4
Hot Mix Asphalt Concrete Overlay
5,500.00
TON
$100.00
$550,000.00
5
Tensar GlasPave
18,000.00
SY
$3.53
$63,540.00
6
Adjust Water Valve
45.00
EA
$175.00
$7,875.00
7
Adjust Water Meter Box
1.00
EA
$1,100.00
$1,100.00
8
Adjust Sewer Rod Hole
6.00
EA
$1,100.00
$6,600.00
9
Adjust Manhole Casting
20.00
EA
$1,500.00
$30,000.00
10
Adjust Gas Valve
2.00
EA
$1,100.00
$2,200.00
11
Adjust Electrical Vault*
15.00
EA
$2,000.00
$30,000.00
12
Thermoplastic(White or Yellow)
3,000.00
SF
$4.00
$12,000.00
13
Blue Retroreflective Markers
10.00
EA
$10.00
$100.00
14
Detail
500.00
LF
$1.00
$500.00
15
Detail
500.00
LF
$1.00
$500.00
16
Detail 22
1,600.00
LF
$2.50
$4,000.00
17
Detail 32
2,800.00
LF
$5.00
$14,000.00
18
Detail 38
400.00
LF
$2.00
$800.00
19
Red Curb Paint
2,000.00
LF
$2.50
$5,000.00
Total: $1,136,140.00
BID ALTERNATIVE- DIRECTIONS
After the award of contract, if the City chooses to go with Bid Alternative item BA1 Hot Mix Asphalt Overlay with Reinforcing
Fibers, then bid item 4 Hot Mix Asphalt Concrete Overlay with be subtracted from the project and replaced with BA1After the
award of contract, if the City chooses to go with Bid Alternative item BA1 Hot Mix Asphalt Overlay with Reinforcing Fibers, then
bid item 4 Hot Mix Asphalt Concrete Overlay with be subtracted from the project and replaced with BA1.
It is not anticpated to have asphalt digouts, however if it is determined in the field to have asphalt digouts, then we have an bid
alternative bid item cost.
Page 6 of 10 09/13/2021
AL = Allowance LF = Linear Foot CF = Cubic Feet LS = Lump Sum CY = Cubic Yard SF = Square Feet EA = Each TON
= Ton (2000lbs)
LB = Pounds
Bid Alternative
Item Code Description Quantity Units Unit Price Extension
Alternate: Owner -agency may award independently from entire bid.
(Hidden Banner) Component is not included in bid total.
Alternates are not included in bid total.
BA1 Hot Mix Asphalt Overlay with Reinforcing Fibers 5,500.00 TON $150.00 $825,000.00
BA2 Asphalt Concrete Digouts 500.00 TON $258.00 $129,000.00
Alternate Total: $954,000.00
Total:
LUMP SUM ITEM BREAKDOWN - DIRECTIONS
Directions: For each of the following lump sum (LS) items on the Bid Schedule submitted with the bid, provide the lump sum price
breakdown for each item as indicated below. For each row, the total in the far right column should be the unit cost multiplied by
the number of units. The completed and signed Lump Sum Item Breakdown must be submitted by the low bidder(s) after the bid
and within five days following the City's request for this document.
LUMP SUM BID SCHEDULE
Bid Item No. Item Description
Component is not included in bid total.
Est.Qty. Units
Page 7 of 10
Unit Cost Extension
Total:
09/13/2021
LUMP SUM BID SCHEDULE - CONTINUED
In signing this document, I, the undersigned, declare that I am duly authorized to sign and submit this Lump Sum Item Breakdown
on behalf of the Bidder named above, and that the amounts set forth in this Lump Sum Item Breakdown accurately reflect the
Bidder's good faith estimate of the likely cost to perform each item, including reasonable and proportionate overhead and profit.
Signature: *
Thomas Smith
Date:
9/9/21
By: *
Thomas Smith, Vice President of Estimating
SUBCONTRACTOR LIST - INSTRUCTIONS
For each Subcontractor that will perform a portion of the Work in an amount in excess of one-half of 1% of the bidder's total
Contract Price,[1] the bidder must list a description of the Work, the name of the Subcontractor, its California contractor license
number, the location of its place of business, its DIR registration number, and the portion of the Work that the Subcontractor is
performing based on a percentage of the Base Bid price.
[1] For street or highway construction this requirement applies to any subcontract of $10,000 or more.
SUBCONTRACTOR LIST
Description
Subcontractor
California Contractor
Location of
DIR Reg No.
Percent
of Work
Name
License Number
Business
of Work
GRIND
PAVEMENT
JURUPA
ASPHALT
RECYCLING
569352
VALLEY, CA
1000003363
4.0%
SYSTEMS
TENSAR
PACIFIC
705296
STOCKTON,
PW-
6.0%
GLASPAVE
NORTHWEST OIL
CA
LR -1000377635
STRIPING &
CHRISP COMPANY
374600
FREMONT,
1000000306
4.0%
MARKING
CA
Page 8 of 10 09/13/2021
Description
of Work
TACK OIL
Subcontractor
Name
PACIFIC
NORTHWEST OIL
California Contractor Location of DIR Reg No. percent
License Number Business of Work
STOCKTON, PW -
705296 CA LR -1000377635 1.6°
�°
NON -COLLUSION DECLARATION
TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID
The undersigned declares:
I am the *
Vice President of Estimating
of: *
Ghilotti Construction Company, Inc.
the 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 overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true.
The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or
divulged information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository,
or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid and will not pay, any person or entity
for such purpose.
This declaration is intended to comply with California Public Contract Code § 7106 and Title 23 U.S.0 § 112.
I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this
declaration is executed on
[date], * [city] * [state]
9/9/21 Santa Rosa CA
Page 9 of 10 09/13/2021
[✓.I agree that my digital or electronic signature applies to this form
Name *
Thomas Smith, Vice President of Estimating
Bid Security
As a guarantee that, if awarded the Contract, Bidder will perform its obligations under Section 4 above, Bidder is enclosing bid
security in the amount of ten percent of its maximum bid amount in one of the following forms (select one). Upload a scan of the
paper bid security.
Within ten calendar days following City's issuance of the Notice of Award to the apparent low bidder, the bidder must submit
original hardcopies of the payment and performance bonds to City as specified in the Contract Documents using the bond forms
included in the Contract Documents.
Guarantee Method *
Paper Bid Security, Cashier's
Check, or Certified Check:
Paper Bid Security, Cashier's Check, or Certified Check:
Confirmation: *
A bid security, using the Bid Security form included with the Contract Documents, payable to City and executed by a surety
licensed to do business in the State of California.
REQUIRED DOCUMENTS LIST
Name
Omission Terms
Paper Bid Security, Certified Check, or Cashier's
Check I am verifying my bid security electronically
[insert instructions for delivery of wet -ink, original
documents]
1 Required Document
Page 10 of 10
Submitted
File
GCC -
EXECUTED
BID BOND
Rev 1 pdf
09/13/2021
Bid Bond
Ghilotti Construction Company, Inc. ("Bidder") has submitted a
bid, dated September , 2021 ("Bid"), to City of San Rafael ("City") for
work on the Francisco Boulevard Resurfacing Project ("Project"). Under this duly executed bid
bond ("Bid Bond"), Bidder as Principal and Liberty Mutual Insurance Company , its surety
("Surety"), are bound to City as obligee in the penal sum of ten percent of the maximum amount
of the Bid (the "Bond Sum"). Bidder and Surety bind themselves and their respective heirs,
executors, administrators, successors and assigns, jointly and severally, as follows:
1. General. If Bidder is awarded the Contract for the Project, Bidder will enter into the
Contract with City in accordance with the terms of the Bid.
2. Submittals. Within ten days following issuance of the Notice of Potential Award to Bidder,
Bidder must submit to City the following:
2.1 Contract. The executed Contract, using the form provided by City in the Project
contract documents ('Contract Documents");
2.2 Payment Bond. A payment bond for 100% of the maximum Contract Price,
executed by a surety licensed to do business in the State of California using the
Payment Bond form included with the Contract Documents;
2.3 Performance Bond. A performance bond for 100% of the maximum Contract Price,
executed by a surety licensed to do business in the State of California using the
Performance Bond form included with the Contract Documents; and
2.4 Insurance. The insurance certificate(s) and endorsement(s) required by the
Contract Documents, and any other documents required by the Instructions to
Bidders or Notice of Potential Award.
3. Enforcement If Bidder fails to execute the Contract and to submit the bonds and
insurance certificates as required by the Contract Documents, Surety guarantees that
Bidder forfeits the Bond Sum to City. Any notice to Surety may be given in the manner
specified in the Contract and delivered or transmitted to Surety as follows:
Attn: Liberty Mutual Insurance Company
Address: 175 Berkeley Street
City/State/Zip: _Boston, MA 02116
Phone: Ed Campos 925-979-6705
Fax: 925-979-6754
Email: eduardo.campos(@Iibertymutual.com
4. Duration and Waiver. If Bidder fulfills its obligations under Section 2, above, then this
obligation will be null and void; otherwise it will remain in full force and effect for 60 days
following the bid opening or until this Bid Bond is returned to Bidder, whichever occurs first
Surety waives the provisions of Civil Code §§ 2819 and 2845.
[Signatures are on the following page.]
Francisco Blvd Resurfacing 2021 Form BID BOND
11389 Page 14
This Bid Bond is entered into and effective on September 9 , 20 21
SURETY:
Iberty Mutual Insurance Company
Business Name
S/ September 7, 2021
Date
Dona Lisa—Buschmann, Attrnno i7 Fact
Name, Titre
(Attach Acknowledgment with Notary Seal and Power of Attorney)
BIDDER:
V11-10—tv, Construction Compa , Rs.-
usiness me
Q a 21
Thomas S4Mi Date
Name, Title
Vice President of Estiming
END OF BID BOND
Francisco Blvd Resurfacing 2021 Form BID BOND
11389 Page 15
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
t validity of that document. _
State of California
County of Placer
On September 7, 2021
before me, Alexis Estrada, Notary Public
(insert name and title of the officer)
personally appeared Dona Lisa Buschmann
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their 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 California that the foregoing
paragraph is true and correct.
-------------
WITNESS my hand and official seal. *my
ALEXIS ESTRADA
Notary Public - California
Placer County 9
Commission M 2335353 Comm. Expires Oct 13, 2024 r
Signature (Seal) lam•
Liberty
utual
M.
SURETY
Time Power of Attorney limiter the ads of those named herein, and they here no aWrodty to
bind the Company except In the manner and to the extentherdn etafad.
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
POWER OF ATTORNEY
Certificate No: 8205493-977442
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company Is a corporation duly organized under the laws of the State of New Hampshire, that
Liberty Mutual Insurance Company Is a corporation duty organized under the laws of the Slate of Massachusetts, and West American Insurance Company Is a corporation duly organized
underthe laws of the State of Indiana (herein cdleclIvely called the'Conpaniml, pursuant to and by audhorby herein ret forth, roes hereby name, constitute and appoint, Alcxis
Ed of the city of Sacramento state of CA each Individually If there be more than acre named, Its true and lawful allomey-infad to make
execute, seal, adunwledge and delver, for and on Its behalf as surety and as Its act and deed, any and at undertakings, bonds, reeDgnlzahces and cane surely obligations, In pursuance
of these presents and shall be as binding upon the Compaaies 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 Pacer of Attorney has been subscribed by an authorized officer or official of the Campmles and the corporate seals of the Companies have been affixed
thereto this 2fftlr day of April , 2021 .
Liberty Mutual Insurance Company
Wait - �SY INaV %marc The Otto Casualty Insurance Company
aJ ►ay,6Tyr� bJ� roA,r� � 4
cwt— p� West American Insurance Company
r a 1912�l�' c u 1919 a 1991
rd' �'4cxu�`' Dt ��hA�B r 'i'ou"► s l.�-�p
Eli
rnwnn M rprnv Acdcnann Ramabary
State of PENNSYLVANIA ss
County of MONTGOMERY
On this 28th day of April 2021 before me personally appeared David M. Carey, who alcmoMedgod himself to bathe Assistant Secretary of Liberty Mutual Insurance-
Company,
nsuranceCompany, The Ohio Casualty Company, and Wast 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 behalfof the corporations by himself as a duty authorized officer.
IN WITNESS WHEREOF, I have hereunto subscribed cry name and affixed my notetal seal at King of Prussia, Pennsylvania, on the day and year first above written
52 PAgl
CamnornrnM d PmnyNme - Nday 6+d
vTreePV&-Now, -r Fd*
OF �� �RiU�►y' f�
►h con ' ' �p w+m 2e, eros By;
' v► A., WM01a,,,.,,+ Teresa Paslela, Notary Public
This Power of Attorney Is made and executed pursuant to and by authority of the following By-laws end Authorizations of The Olio Casualty Insurance Company, Liberty Mutual Insurance
Company, and West American Insurance Company which resolutions are now In toll force and effect reading as follows:
ARTICLE IV — OFFICERS: Section 12. Para of Attorney
Any officer or other official of the Corporation auCnrmed for that purpose In writing by the Chairman or the President and subject to such Ilmitatfon as the Chairman or the President
may prescribe, shall appoint such atameysao-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, recognize noes and other surety obligations. Suds atlomays-In•facl, su*d b the Imitations set loth In their respective powers of attorney, shall have full
power to bind the Corporation by their signature and execution of any such Instruments and to attach tmereb the seal of the Corporation. When so execuled, such Instruments shag
be as binding as ff signed by the President and attested to by the Secretary. Any power or authority granted to any representative or atomey-In-fact under the provisions of this
arbele maybe revoked at any time by the Board, the Chairman, the President or by the adffcor or officers grenflng such poweror aadherlty.
ARTICLE XIII— Execution of Contracts: Section 5. Surety Bonds and LindertakI gs.
Any otflcer of the Company authorized for that purpose In writing by the chairman or the president and sub)ec t to such limitations as the riaaiman or the president may prescribe,
shall appoint such atoaneysan tact as may be necessary to act in behalf of the Company to make, execute, see, acknowledge and deliver as surety any and all undertakings,
bonds, recognizames and other suety obligations. Such allomeysdrFfact subject to the imitations set forth In their respective powers of abmay, shall have full power to bind the
Cornpany by pear signakIre
and a and
exec
by�
lbn ofany Instrumentsr
such Instruments and to Blade thereto the seat or the Company. Man so executed such Instruments shall be as binding as t
signed by
Certs cit of Designation —The President of the Company, acting pursuant to the Bylaws of the Canpary, authorizes David M. Carey, Assistant Secretary to appoint such akxneys-in-
fad as may be necessary to act on behalf of the Company b make, execute, seat, acknowledge and delver as surety any and all undartakhgs, bounds, recognizances and other surety
obligations.
ArthadrWon — By unantnous consent of the Company's Board of DlreobIs, the Company consents that famknla or mocha niply reproduced signature of any assistant secretary of the
Company, whoever acing cpm a catltted spy of any power d attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with
the same foes and eftecl es though manually affixed.
1, Renee C. Llewellyn, the urndersli, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual insurance Company, and West American Insurance Company do
hereby certify that the original power of attorney of which the foregoing is a full, true rand correct copy of the Plower of Attorney executed by said Companies, Is h NII face and affect and
has not been revoked
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of salt Companles this 7x6 day of September , 2021 .
�• %Nstwp _ J�tr INSG
nH~ �,o+ °Mr`*ewy�m � 3I'd'FOj4�to�c+
rx1912 o ss1919 �
+cnu+�jl� a 'VAn a
0,
LMS -12677 LMIC OCIC WAIC 14u1e Co =1
+ huauvp,
W 1991 n �.
Renee C. Llewellyn, Assistant Y
Bidder's Questionnaire
Francisco Boulevard Resurfacing Project
Within 48 hours following a request by City, a bidder must submit to City a completed, signed
Bidder's Questionnaire using this form and all required attachments, including clearly labeled
additional sheets as needed. City may request the Questionnaire from one or more of the
apparent low bidders following the bid opening, and may use the completed Questionnaire as
part of its investigation to evaluate a bidder's qualifications for this Project. The Questionnaire
must be filled out completely, accurately, and legibly. Any errors, omissions, or
misrepresentations in completion of the Questionnaire may be grounds for rejection of the bid or
termination of a Contract awarded pursuant to the bid.
Part A: General Information
Bidder Business Name:
Check One:
_ Corporation (State of incorporation:
_ Partnership
Sole Proprietorship
_ Joint Venture of:
Other:
Main Office Address and Phone:
Local Office Address and Phone:
Website address:
Owner of Business:
Contact Name and Title:
Contact Phone and Emai
Bidder's California Contractor's License Number(s):
Bidder's DIR Registration Number:
Part B: Bidder Experience
("Bidder")
1. How many years has Bidder been in business under its present business name? years
2. Has Bidder completed projects similar in type and size to this Project as a general contractor?
Yes No
3. Has Bidder ever been disqualified from a bid on grounds that it is not responsible, or otherwise
disqualified or disbarred from bidding under state or federal law?
Yes No
Francisco Blvd Resurfacing 2021 Form BIDDER'S QUESTIONNAIRE
11389 Page 16
If yes, provide additional information on a separate sheet regarding the disqualification or
disbarment, including the name and address of the agency or owner of the project, the type and
size of the project, the reasons that Bidder was disqualified or disbarred, and the month and year
in which the disqualification or disbarment occurred.
4. Has Bidder ever been terminated for cause, alleged default, or legal violation from a
construction project, either as a general contractor or as a subcontractor?
Yes No
If yes, provide additional information on a separate sheet regarding the termination, including the
name and address of the agency or owner of the subject project, the type and size of the project,
whether Bidder was under contract as a general contractor or a subcontractor, the reasons that
Bidder was terminated, and the month and year in which the termination occurred.
5. Provide information about Bidder's past projects performed as general contractor as follows:
5.1 Six most recently completed public works projects within the last three years;
5.2 Three largest completed projects within the last three years; and
5.3 Any project which is similar to this Project including scope and character of the
work.
6. Use separate sheets to provide all of the following information for each project identified in
response to the above three categories:
6.1 Project name, location, and description;
6.2 Owner (name, address, email, and phone number);
6.3 Prime contractor, if applicable (name, address, email, and phone number);
6.4 Architect or engineer (name, email, and phone number);
6.5 Project and/or construction manager (name, email, and phone number);
6.6 Scope of work performed (as general or as subcontractor);
6.7 Initial contract price and final contract price (including change orders);
6.8 Original scheduled completion date and actual date of completion;
6.9 Time extensions granted (number of days);
6.10 Number and amount of stop notices or mechanic's liens filed;
6.11 Amount of any liquidated damages assessed against Bidder; and
6.12 Nature and resolution of any project -related claim, lawsuit, mediation, or
arbitration involving Bidder.
Part C: Safety
1. Provide Bidder's Experience Modification Rate (EMR) for the last three years:
Year EMR
2. Complete the following, based on information provided in Bidder's CalOSHA Form 300 or
Form 300A, Annual Summary of Work -Related Illnesses and Injuries, from the most recent past
calendar year:
2.1 Number of lost workday cases:
2.2 Number of medical treatment cases:
2.3 Number of deaths:
Francisco Blvd Resurfacing 2021 Form BIDDER'S QUESTIONNAIRE
11389 Page 17
3. Has Bidder ever been cited, fined, or prosecuted by any local, state, or federal agency,
including OSHA, CaIOSHA, or EPA, for violation of any law, regulation, or requirements
pertaining to health and safety?
Yes No
If yes, provide additional information on a separate sheet regarding each such citation, fine, or
prosecution, including the name and address of the agency or owner of the project, the type and
size of the project, the reasons for and nature of the citation, fine, or prosecution, and the month
and year in which the incident giving rise to the citation, fine, or prosecution occurred.
4. Name, title, and email for person responsible for Bidder's safety program:
Name Title
Part D: Verification
Email
In signing this document, I, the undersigned, declare that I am duly authorized to sign and submit
this Bidder's Questionnaire on behalf of the named Bidder, and that all responses and information
set forth in this Bidder's Questionnaire and accompanying attachments are, to the best of my
knowledge, true, accurate and complete as of the date of submission. I declare under penalty of
perjury under the laws of the State of California that the foregoing is true and correct.
Signature:
By:
Name and Title
Date:
END OF BIDDER'S QUESTIONNAIRE
Francisco Blvd Resurfacing 2021 Form BIDDER'S QUESTIONNAIRE
11389 Page 18
Contract
This public works contract ("Contract") is entered into by and between the City of San Rafael ("City") and
Ghilotti Construction Company, Inc., a corporation authorized to do business in California ("Contractor"),
for work on the City's Francisco Boulevard East Resurfacing Project (City Project No. 11389) ("Project").
The parties agree as follows:
Award of Contract. In response to the Notice Inviting Bids, Contractor has submitted a Bid
Proposal to perform the Work to construct the Project. On September 13, 2021, City authorized
award of this Contract to Contractor for the amount set forth in Section 4, below.
2. Contract Documents. The Contract Documents incorporated into this Contract include and are
comprised of all of the documents listed below. The definitions provided in Article 1 of the General
Conditions apply to all of the Contract Documents, including this Contract.
2.1 Notice Inviting Bids;
2.2 Instructions to Bidders;
2.3 Addenda, if any;
2.4 Bid Proposal and attachments thereto;
2.5 Contract;
2.6 Payment and Performance Bonds;
2.7 General Conditions;
2.8 Special Conditions;
2.9 Project Plans and Specifications;
2.10 Change Orders, if any;
2.11 Notice of Potential Award;
2.12 Notice to Proceed;
2.13 Uniform Standards All Cities and County of Marin (available online at:
https://www.marincounty.org/-/media/files/departments/pw/engineering/2018-ucs-complete-
set.pdf?la=en); and
3. Contractor's Obligations. Contractor will perform all of the Work required for the Project, as
specified in the Contract Documents. Contractor must provide, furnish, and supply all things
necessary and incidental for the timely performance and completion of the Work, including all
necessary labor, materials, supplies, tools, equipment, transportation, onsite facilities, and utilities,
unless otherwise specified in the Contract Documents. Contractor must use its best efforts to
diligently prosecute and complete the Work in a professional and expeditious manner and to meet
or exceed the performance standards required by the Contract Documents.
4. Payment. As full and complete compensation for Contractor's timely performance and completion
of the Work in strict accordance with the terms and conditions of the Contract Documents, City will
pay Contractor $1,136,140 ("Contract Price") for all of Contractor's direct and indirect costs to
perform the Work, including all labor, materials, supplies, equipment, taxes, insurance, bonds and
all overhead costs, in accordance with the payment provisions in the General Conditions.
5. Time for Completion. Contractor will fully complete the Work for the Project, meeting all
requirements for Final Completion, within 40 working days from the commencement date given in
the Notice to Proceed ("Contract Time"). By signing below, Contractor expressly waives any claim
for delayed early completion.
6. Liquidated Damages. If Contractor fails to complete the Work within the Contract Time, City will
assess liquidated damages in the amount of $1,000 per day for each day of unexcused delay in
achieving Final Completion, and such liquidated damages may be deducted from City's payments
due or to become due to Contractor under this Contract.
7. Labor Code Compliance.
7.1 General. This Contract is subject to all applicable requirements of Chapter 1 of Part 7 of
Division 2 of the Labor Code, including requirements pertaining to wages, working hours
and workers' compensation insurance, as further specified in Article 9 of the General
Conditions.
7.2 Prevailing Wages. This Project is subject to the prevailing wage requirements applicable
to the locality in which the Work is to be performed for each craft, classification or type of
worker needed to perform the Work, including employer payments for health and welfare,
pension, vacation, apprenticeship and similar purposes. Copies of these prevailing rates
are available online at.http://www.dir.ca.gov/DLSR.
7.3 DIR Registration. City may not enter into the Contract with a bidder without proof that the
bidder and its Subcontractors are registered with the California Department of Industrial
Relations to perform public work pursuant to Labor Code § 1725.5, subject to limited legal
exceptions.
8. Workers' Compensation Certification. Pursuant to Labor Code § 1861, by signing this Contract,
Contractor certifies as follows: "I am aware of the provisions of Labor Code § 3700 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 on this Contract."
9. Conflicts of Interest. Contractor, its employees, Subcontractors and agents, may not have,
maintain or acquire a conflict of interest in relation to this Contract in violation of any City ordinance
or requirement, or in violation of any California law, including Government Code § 1090 et seq., or
the Political Reform Act, as set forth in Government Code § 81000 et seq. and its accompanying
regulations. Any violation of this Section constitutes a material breach of the Contract.
10. Independent Contractor. Contractor is an independent contractor under this Contract and will have
control of the Work and the means and methods by which it is performed. Contractor and its
Subcontractors are not employees of City and are not entitled to participate in any health, retirement, or
any other employee benefits from City.
11. Notice. Any notice, billing, or payment required by or pursuant to the Contract Documents must be
made in writing, signed, dated and sent to the other party by personal delivery, U.S. Mail, a reliable
overnight delivery service, or by email as a PDF file. Notice is deemed effective upon delivery,
except that service by U.S. Mail is deemed effective on the second working day after deposit for
delivery. Notice for each party must be given as follows:
City:
Department of Public Works
111 Morphew Street,
San Rafael, CA, 94901
Attn: JC Agcaoili
John.AgcaoiliCabcityofsanrafael.org
Copy to: Iman Kayani
I man. Kayani(cDcityofsanrafael.org
Contractor:
Name:
Ghilotti Construction Company, Inc.
Address:
246 Ghilotti Avenue
City/State/Zip:
Santa Rosa, CA 95407
Phone:
(707) 585-1221
Attn:
Thomas Smith
Email:
tomo-ahilotti.com
12. General Provisions.
12.1 Assignment and Successors. Contractor may not assign its rights or obligations under
this Contract, in part or in whole, without City's written consent. This Contract is binding on
Contractor's and City's lawful heirs, successors and permitted assigns.
12.2 Third Party Beneficiaries. There are no intended third party beneficiaries to this Contract.
12.3 Governing Law and Venue. This Contract will be governed by California law and venue
will be in the Marin County Superior Court, and no other place. Contractor waives any right
it may have pursuant to Code of Civil Procedure § 394, to file a motion to transfer any
action arising from or relating to this Contract to a venue outside of Marin County,
California.
12.4 Amendment. No amendment or modification of this Contract will be binding unless it is in
a writing duly authorized and signed by the parties to this Contract.
12.5 Integration. This Contract and the Contract Documents incorporated herein, including
authorized amendments or Change Orders thereto, constitute the final, complete, and
exclusive terms of the agreement between City and Contractor.
12.6 Severability. If any provision of the Contract Documents is determined to be illegal,
invalid, or unenforceable, in whole or in part, the remaining provisions of the Contract
Documents will remain in full force and effect.
12.7 Iran Contracting Act. If the Contract Price exceeds $1,000,000, Contractor certifies, by
signing below, that it is not identified on a list created under the Iran Contracting Act, Public
Contract Code § 2200 et seq. (the "Act"), as a person engaging in investment activities in
Iran, as defined in the Act, or is otherwise expressly exempt under the Act.
12.8 Authorization. Each individual signing below warrants that he or she is authorized to do
so by the party that he or she represents, and that this Contract is legally binding on that
party. If Contractor is a corporation, signatures from two officers of the corporation are
required pursuant to California Corporation Code § 313.
The parties agree to this Contract as witnessed by the signatures below:
CITY:
s/
Jim Sc tz,ity Manager /
Date: /a _ 2
Attest:
/� ss
�/- rndsay Lara, City Jerk [
I v Date: 0 v
Approved as to form:
Q 1 0 A�,
s/
kobert F. Epstein, City Attorney
Date: /0/7/212-1
CONTRACTOR: Ghilotti Construction Company, Inc.
Business Name
s/ Seal:
Brian Ongaro, President
Name, Title
Date: 41 21
Secon ture Se ction 12.8):
s/
I. Terence Huie, CFO
Name, Title
Date: - 21
644515 - Exp 5/31/22
Contractor's California License Number(s) and Expiration Date(s)
END OF CONTRACT
Payment Bond
The City of San Rafael ("City") and ("Contractor") have entered
into a contract for work on the Francisco Boulevard Resurfacing Project ("Project"). The Contract
is incorporated by reference into this Payment Bond ("Bond").
1. General. Under this Bond, Contractor as principal and
its surety ("Surety"), are bound to City as obligee in an amount not less than
$ , under California Civil Code § 9550 et seq., to ensure payment to
authorized claimants. This Bond is binding on the respective successors, assigns, owners,
heirs, or executors of Surety and Contractor.
Surety's Obligation. If Contractor or any of its Subcontractors fails to pay a person
authorized in California Civil Code § 9100 to assert a claim against a payment bond, any
amounts due under the Unemployment Insurance Code with respect to work or labor
performed under the Contract, or any amounts required to be deducted, withheld, and paid
over to the Employment Development Department from the wages of employees of
Contractor and its Subcontractors under California Unemployment Insurance Code § 13020
with respect to the work and labor, then Surety will pay the obligation.
3. Beneficiaries. This Bond inures to the benefit of any of the persons named in California
Civil Code § 9100, so as to give a right of action to those persons or their assigns in any
suit brought upon this Bond. Contractor must promptly provide a copy of this Bond upon
request by any person with legal rights under this Bond.
4. Duration. If Contractor promptly makes payment of all sums for all labor, materials, and
equipment furnished for use in the performance of the Work required by the Contract, in
conformance with the time requirements set forth in the Contract and as required by
California law, Surety's obligations under this Bond will be null and void. Otherwise,
Surety's obligations will remain in full force and effect.
Waivers. Surety waives any requirement to be notified of alterations to the Contract or
extensions of time for performance of the Work under the Contract. Surety waives the
provisions of Civil Code §§ 2819 and 2845. City waives the requirement of a new bond for
any supplemental contract under Civil Code § 9550. Any notice to Surety may be given in
the manner specified in the Contract and delivered or transmitted to Surety as follows:
Attn:
Address: _
City/State/Zip:
Phone:
Email:
6. Law and Venue. This Bond will be governed by California law, and venue for any dispute
pursuant to this Bond will be in the Marin County Superior Court, and no other place.
Surety will be responsible for City's attorneys' fees and costs in any action to enforce the
provisions of this Bond.
[Signatures are on the following page.]
Francisco Blvd Resurfacing 2021 Form PAYMENT BOND
11389 Page 23
7. Effective Date; Execution. This Bond is entered into and is effective on
20
SURETY:
Business Name
s/
Date
Name, Title
(Attach Acknowledgment with Notary Seal and Power of Attorney)
CONTRACTOR:
Business Name
s/
Date
Name, Title
APPROVED BY CITY:
s/
Date
Name, Title
END OF PAYMENT BOND
Francisco Blvd Resurfacing 2021 Form PAYMENT BOND
11389 Page 24
Performance Bond
The City of San Rafael ("City") and ("Contractor") have entered
into a contract for work on the Francisco Boulevard Resurfacing Project ("Project"). The Contract
is incorporated by reference into this Performance Bond ("Bond").
1. General. Under this Bond, Contractor as Principal and
its surety ("Surety"), are bound to City as obligee for an amount not less than
$ to ensure Contractor's faithful performance of its obligations under
the Contract. This Bond is binding on the respective successors, assigns, owners, heirs, or
executors of Surety and Contractor.
2. Surety's Obligations. Surety's obligations are co -extensive with Contractor's obligations
under the Contract. If Contractor fully performs its obligations under the Contract, including
its warranty obligations under the Contract, Surety's obligations under this Bond will
become null and void. Otherwise, Surety's obligations will remain in full force and effect.
3. Waiver. Surety waives any requirement to be notified of and further consents to any
alterations to the Contract made under the applicable provisions of the Contract
Documents, including changes to the scope of Work or extensions of time for performance
of Work under the Contract. Surety waives the provisions of Civil Code §§ 2819 and 2845.
4. Application of Contract Balance. Upon making a demand on this Bond for completion of
the Work prior to acceptance of the Project, City will make the Contract Balance available
to Surety for completion of the Work under the Contract. For purposes of this provision, the
Contract Balance is defined as the total amount payable by City to Contractor as the
Contract Price minus amounts already paid to Contractor, and minus any liquidated
damages, credits, or backcharges to which City is entitled under the terms of the Contract.
5. Contractor Default. Upon written notification from City of Contractor's termination for
default under Article 13 of the Contract General Conditions, time being of the essence,
Surety must act within the time specified in Article 13 to remedy the default through one of
the following courses of action:
5.1 Arrange for completion of the Work under the Contract by Contractor, with City's
consent, but only if Contractor is in default solely due to its financial inability to
complete the Work;
5.2 Arrange for completion of the Work under the Contract by a qualified contractor
acceptable to City, and secured by performance and payment bonds issued by
an admitted surety as required by the Contract Documents, at Surety's expense;
or
5.3 Waive its right to complete the Work under the Contract and reimburse City the
amount of City's costs to have the remaining Work completed.
6. Surety Default. If Surety defaults on its obligations under the Bond, City will be entitled to
recover all costs it incurs due to Surety's default, including legal, design professional, or
delay costs.
7. Notice. Any notice to Surety may be given in the manner specified in the Contract and
sent to Surety as follows:
Attn: _
Address:
Francisco Blvd Resurfacing 2021 Form PERFORMANCE BOND
11389 Page 25
City/State/Zip:
Phone:
Fax:
Email:
Law and Venue. This Bond will be governed by California law, and venue for any dispute
pursuant to this Bond will be in the Marin County Superior Court, and no other place.
Surety will be responsible for City's attorneys' fees and costs in any action to enforce the
provisions of this Bond.
9. Effective Date; Execution. This Bond is entered into and effective on
,20_
SURETY:
Business Name
s/
Date
Name, Title
(Attach Acknowledgment with Notary Seal and Power of Attorney)
CONTRACTOR:
Business Name
s/
Date
Name, Title
APPROVED BY CITY:
s/
Date
Name, Title
END OF PERFORMANCE BOND
Francisco Blvd Resurfacing 2021 Form PERFORMANCE BOND
11389 Page 26
General Conditions
Article 1 - Definitions
Definitions. The following definitions apply to all of the Contract Documents unless otherwise
indicated, e.g., additional definitions that apply solely to the Specifications or other technical
documents. Defined terms and titles of documents are capitalized in the Contract Documents,
with the exception of the following (in any tense or form): "day," "furnish," "including," "install,"
"work day" or "working day."
Allowance means a specific amount that must be included in the Bid Proposal for a specified
purpose.
Article, as used in these General Conditions, means a numbered Article of the General
Conditions, unless otherwise indicated by the context.
Change Order means a written document duly approved and executed by City, which changes
the scope of Work, the Contract Price, or the Contract Time.
City means the municipality which has entered into the Contract with Contractor for performance
of the Work, acting through its City Council, officers, employees, City Engineer, and any other
authorized representatives.
City Engineer means the City Engineer for City and his or her authorized delegee(s).
Claim means a separate demand by Contractor for a change in the Contract Time or Contract
Price, that has previously been submitted to City in accordance with the requirements of the
Contract Documents, and which has been rejected by City, in whole or in part; or a written
demand by Contractor objecting to the amount of Final Payment.
Contract means the signed agreement between City and Contractor for performing the Work
required for the Project, and all documents expressly incorporated therein.
Contract Documents means, collectively, all of the documents listed as such in Section 2 of the
Contract, including the Notice Inviting Bids; the Instructions to Bidders; addenda, if any; the Bid
Proposal, and attachments thereto; the Contract; the Notice of Potential Award and Notice to
Proceed; the payment and performance bonds; the General Conditions; the Special Conditions;
the Project Plans and Specifications; any Change Orders; and any other documents which are
clearly and unambiguously made part of the Contract Documents. The Contract Documents do
not include documents provided "For Reference Only," or documents that are intended solely to
provide information regarding existing conditions.
Contract Price means the total compensation to be paid to Contractor for performance of the
Work, as set forth in the Contract and as may be amended by Change Order or adjusted for an
Allowance. The Contract Price is not subject to adjustment due to inflation or due to the increased
cost of labor, material, supplies or equipment following submission of the Bid Proposal.
Contract Time means the time specified for complete performance of the Work, as set forth in
the Contract and as may be amended by Change Order.
Contractor means the individual, partnership, corporation, or joint -venture that has signed the
Contract with City to perform the Work.
Day means a calendar day unless otherwise specified.
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 27
Design Professional means the licensed individual(s) or firm(s) retained by City to provide
architectural, engineering, or electrical engineering design services for the Project. If no Design
Professional has been retained for this Project, any reference to Design Professional is deemed
to refer to the Engineer.
DIR means the California Department of Industrial Relations.
Drawings has the same meaning as Plans.
Engineer means the City Engineer for the City of San Rafael and his or her authorized delegees.
Excusable Delay is defined in Section 5.3(B), Excusable Delay.
Extra Work means new or unforeseen work added to the Project, as determined by the Engineer
in his or her sole discretion, including Work that was not part of or incidental to the scope of the
Work when the Contractor's bid was submitted; Work that is substantially different from the Work
as described in the Contract Documents at bid time; or Work that results from a substantially
differing and unforeseeable condition.
Final Completion means Contractor has fully completed all of the Work required by the Contract
Documents to the City's satisfaction, including all punch list items and any required
commissioning or training, and has provided the City with all required submittals, including the
instructions and manuals, product warranties, and as -built drawings.
Final Payment means payment to Contractor of the unpaid Contract Price, including release of
undisputed retention, less amounts withheld or deducted pursuant to the Contract Documents.
Furnish means to purchase and deliver for the Project.
Government Code Claim means a claim submitted pursuant to California Government Code §
900 et seq.
Hazardous Materials means any substance or material identified now or in the future as
hazardous under any Laws, or any other substance or material that may be considered
hazardous or otherwise subject to Laws governing handling, disposal, or cleanup.
Including, whether or not capitalized, means "including, but not limited to," unless the context
clearly requires otherwise.
Inspector means the individual(s) or firm(s) retained or employed by City to inspect the
workmanship, materials, and manner of construction of the Project and its components to ensure
compliance with the Contract Documents and all Laws.
Install means to fix in place for materials, and to fix in place and connect for equipment.
Laws means all applicable local, state, and federal laws, regulations, rules, codes, ordinances,
permits, orders, and the like enacted or imposed by or under the auspices of any governmental
entity with jurisdiction over any of the Work or any performance of the Work, including health and
safety requirements.
Non -Excusable Delay is defined in Section 5.3(D), Non -Excusable Delay.
Plans means the City -provided plans, drawings, details, or graphical depictions of the Project
requirements, but does not include Shop Drawings.
Project means the public works project referenced in the Contract
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 28
Project Manager means the individual designated by City to oversee and manage the Project on
City's behalf and may include his or her authorized delegee(s) when the Project Manager is
unavailable. If no Project Manager has been designated for this Project, any reference to Project
Manager is deemed to refer to the Engineer.
Recoverable Costs is defined in Section 5.3(F), Recoverable Costs.
Request for Information or RFI means Contractor's written request for information about the
Contract Documents, the Work or the Project, submitted to City in the manner and format
specified by City.
Section, when capitalized in these General Conditions, means a numbered section or subsection
of the General Conditions, unless the context clearly indicates otherwise.
Shop Drawings means drawings, plan details or other graphical depictions prepared by or on
behalf of Contractor, and subject to City acceptance, which are intended to provide details for
fabrication, installation, and the like, of items required by or shown in the Plans or Specifications.
Specialty Work means Work that must be performed by a specialized Subcontractor with the
specified license or other special certification, and that the Contractor is not qualified to self -
perform.
Specifications means the technical, text specifications describing the Project requirements,
which are prepared for and incorporated into the Contract by or on behalf of City, and does not
include the Contract, General Conditions or Special Conditions.
Subcontractor means an individual, partnership, corporation, or joint -venture retained by
Contractor directly or indirectly through a subcontract to perform a specific portion of the Work.
The term Subcontractor applies to subcontractors of all tiers, unless otherwise indicated by the
context. A third party such as a utility performing related work on the Project is not a
Subcontractor, even if Contractor must coordinate its Work with the third party.
Technical Specifications has the same meaning as Specifications.
Work means all of the construction and services necessary for or incidental to completing the
Project in conformance with the requirements of the Contract Documents.
Work Day or Working Day, whether or not capitalized, means a weekday when the City is open
for business, and does not include holidays observed by the City.
Worksite means the place or places where the Work is performed, which includes, but may
extend beyond the Project site, including separate locations for staging, storage, or fabrication.
Article 2 - Roles and Responsibilities
2.1 City.
(A) City Council. The City Council has final authority in all matters affecting the
Project, except to the extent it has delegated authority to the Engineer.
(B) Engineer. The Engineer, acting within the authority conferred by the City
Council, is responsible for administration of the Project on behalf of City, including
authority to provide directions to the Design Professional and to Contractor to ensure
proper and timely completion of the Project. The Engineer's decisions are final and
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 29
conclusive within the scope of his or her authority, including interpretation of the Contract
Documents.
(C) Project Manager. The Project Manager assigned to the Project will be the
primary point of contact for the Contractor and will serve as City's representative for daily
administration of the Project on behalf of City. Unless otherwise specified, all of
Contractor's communications to City (in any form) will go to or through the Project
Manager. City reserves the right to reassign the Project Manager role at any time or to
delegate duties to additional City representatives, without prior notice to or consent of
Contractor.
(D) Design Professional. The Design Professional is responsible for the overall
design of the Project and, to the extent authorized by City, may act on City's behalf to
ensure performance of the Work in compliance with the Plans and Specifications,
including any design changes authorized by Change Order. The Design Professional's
duties may include review of Contractor's submittals, visits to any Worksite, inspecting
the Work, evaluating test and inspection results, and participation in Project -related
meetings, including any pre -construction conference, weekly meetings, and coordination
meetings. The Design Professional's interpretation of the Plans or Specifications is final
and conclusive.
2.2 Contractor.
(A) General. Contractor must provide all labor, materials, supplies, equipment,
services, and incidentals necessary to perform and timely complete the Work in strict
accordance with the Contract Documents, and in an economical and efficient manner in
the best interests of City, and with minimal inconvenience to the public.
(B) Responsibility for the Work and Risk of Loss. Contractor is responsible for
supervising and directing all aspects of the Work to facilitate the efficient and timely
completion of the Work. Contractor is solely responsible for and required to exercise full
control over the Work, including the construction means, methods, techniques,
sequences, procedures, safety precautions and programs, and coordination of all
portions of the Work with that of all other contractors and Subcontractors, except to the
extent that the Contract Documents provide other specific instructions. Contractor's
responsibilities extend to any plan, method or sequence suggested, but not required by
City or specified in the Contract Documents. From the date of commencement of the
Work until either the date on which City formally accepts the Project or the effective date
of termination of the Contract, whichever is later, Contractor bears all risks of injury or
damage to the Work and the materials and equipment delivered to any Worksite, by any
cause including fire, earthquake, wind, weather, vandalism or theft.
(C) Project Administration. Contractor must provide sufficient and competent
administration, staff, and skilled workforce necessary to perform and timely complete the
Work in accordance with the Contract Documents. Before starting the Work, Contractor
must designate in writing and provide complete contact information, including telephone
numbers and email address, for the officer or employee in Contractor's organization who
is to serve as Contractor's primary representative for the Project, and who has authority
to act on Contractor's behalf. A Subcontractor may not serve as Contractor's primary
representative.
(D) On -Site Superintendent. Contractor must, at all times during performance of
the Work, provide a qualified and competent full-time superintendent acceptable to City,
and assistants as necessary, who must be physically present at the Project site while any
aspect of the Work is being performed. The superintendent must have full authority to act
and communicate on behalf of Contractor, and Contractor will be bound by the
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 30
superintendent's communications to City. City's approval of the superintendent is
required before the Work commences. If City is not satisfied with the superintendent's
performance, City may request a qualified replacement of the superintendent. Failure to
comply may result in temporary suspension of the Work, at Contractor's sole expense
and with no extension of Contract Time, until an approved superintendent is physically
present to supervise the Work. Contractor must provide written notice to City, as soon as
practicable, before replacing the superintendent.
(E) Standards. Contractor must, at all times, ensure that the Work is performed in
an efficient, skillful manner following best practices and in full compliance with the
Contract Documents and Laws and applicable manufacturer's recommendations.
Contractor has a material and ongoing obligation to provide true and complete
information, to the best of its knowledge, with respect to all records, documents, or
communications pertaining to the Project, including oral or written reports, statements,
certifications, Change Order requests, or Claims.
(F) Meetings. Contractor, its project manager, superintendent and any primary
Subcontractors requested by City, must attend a pre -construction conference, if
requested by City, as well as weekly Project progress meetings scheduled with City. If
applicable, Contractor may also be required to participate in coordination meetings with
other parties relating to other work being performed on or near the Project site or in
relation to the Project, including work or activities performed by City, other contractors, or
other utility owners.
(G) Construction Records. Contractor will maintain up-to-date, thorough, legible,
and dated daily job reports, which document all significant activity on the Project for each
day that Work is performed on the Project. The daily report for each day must include the
number of workers at the Project site; primary Work activities; major deliveries; problems
encountered, including injuries, if any; weather and site conditions; and delays, if any.
Contractor will take date and time -stamped photographs to document general progress of
the Project, including site conditions prior to construction activities, before and after
photographs at offset trench laterals, existing improvements and utilities, damage and
restoration. Contractor will maintain copies of all subcontracts, Project -related
correspondence with subcontractors, and records of meetings with Subcontractors. Upon
request by the City, Contractor will permit review of and/or provide copies of any of these
construction records.
(H) Responsible Party. Contractor is solely responsible to City for the acts or
omissions of any Subcontractors, or any other party or parties performing portions of the
Work or providing equipment, materials or services for or on behalf of Contractor or the
Subcontractors. Upon City's written request, Contractor must promptly and permanently
remove from the Project, at no cost to City, any employee or Subcontractor or employee
of a Subcontractor who the Engineer has determined to be incompetent, intemperate or
disorderly, or who has failed or refused to perform the Work as required under the
Contract Documents.
(1) Correction of Defects. Contractor must promptly correct, at Contractor's sole
expense, any Work that is determined by City to be deficient or defective in any way,
including workmanship, materials, parts or equipment. Workmanship, materials, parts or
equipment that do not conform to the requirements under the Plans, Specifications and
every other Contract Document, as determined by City, will be considered defective and
subject to rejection. Contractor must also promptly correct, at Contractor's sole expense,
any Work performed beyond the lines and grades shown on the Plans or established by
City, and any Extra Work performed without City's prior written approval. If Contractor
fails to correct or to take reasonable steps toward correcting defective Work within five
days following notice from City, or within the time specified in City's notice to correct, City
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 31
may elect to have the defective Work corrected by its own forces or by a third party, in
which case the cost of correction will be deducted from the Contract Price. If City elects
to correct defective Work due to Contractor's failure or refusal to do so, City or its agents
will have the right to take possession of and use any equipment, supplies, or materials
available at the Project site or any Worksite on City property, in order to effectuate the
correction, at no extra cost to City. Contractor's warranty obligations under Section 11.2,
Warranty, will not be waived nor limited by City's actions to correct defective Work under
these circumstances. Alternatively, City may elect to retain defective Work, and deduct
the difference in value, as determined by the Engineer, from payments otherwise due to
Contractor. This paragraph applies to any defective Work performed by Contractor during
the one-year warranty period under Section 11.2.
(J) Contractor's Records. Contractor must maintain all of its records relating to the
Project in any form, including paper documents, photos, videos, electronic records,
approved samples, and the construction records required pursuant to paragraph (G),
above. Project records subject to this provision include complete Project cost records and
records relating to preparation of Contractor's bid, including estimates, take -offs, and
price quotes or bids.
(1) Contractor's cost records must include all supporting documentation,
including original receipts, invoices, and payroll records, evidencing its direct
costs to perform the Work, including, but not limited to, costs for labor, materials
and equipment. Each cost record should include, at a minimum, a description of
the expenditure with references to the applicable requirements of the Contract
Documents, the amount actually paid, the date of payment, and whether the
expenditure is part of the original Contract Price, related to an executed Change
Order, or otherwise categorized by Contractor as Extra Work. Contractor's failure
to comply with this provision as to any claimed cost operates as a waiver of any
rights to recover the claimed cost.
(2) Contractor must continue to maintain its Project -related records in an
organized manner for a period of five years after City's acceptance of the Project
or following Contract termination, whichever occurs first. Subject to prior notice to
Contractor, City is entitled to inspect or audit any of Contractor's Project records
relating to the Project or to investigate Contractor's plant or equipment during
Contractor's normal business hours. The record-keeping requirements set forth
in this subsection 2.2(J) will survive expiration or termination of the Contract.
(K) Copies of Project Documents. Contractor and its Subcontractors must keep
copies, at the Project site, of all Work-related documents, including the Contract,
permit(s), Plans, Specifications, Addenda, Contract amendments, Change Orders, RFIs
and RFI responses, Shop Drawings, as -built drawings, schedules, daily records, testing
and inspection reports or results, and any related written interpretations. These
documents must be available to City for reference at all times during construction of the
Project.
2.3 Subcontractors.
(A) General. All Work which is not performed by Contractor with its own forces must
be performed by Subcontractors. City reserves the right to approve or reject any and all
Subcontractors proposed to perform the Work, for reasons including the subcontractor's
poor reputation, lack of relevant experience, financial instability, and lack of technical
ability or adequate trained workforce. Each Subcontractor must obtain a City business
license before performing any Work.
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 32
(B) Contractual Obligations. Contractor must require each Subcontractor to
comply with the provisions of the Contract Documents as they apply to the
Subcontractor's portion(s) of the Work, including the generally applicable terms of the
Contract Documents, and to likewise bind their subcontractors. Contractor will provide
that the rights that each Subcontractor may have against any manufacturer or supplier for
breach of warranty or guarantee relating to items provided by the Subcontractor for the
Project, will be assigned to City. Nothing in these Contract Documents creates a
contractual relationship between a Subcontractor and City, but City is deemed to be a
third -party beneficiary of the contract between Contractor and each Subcontractor.
(C) Termination. If the Contract is terminated, each Subcontractor's agreement
must be assigned by Contractor to City, subject to the prior rights of any surety, but only if
and to the extent that City accepts, in writing, the assignment by written notification, and
assumes all rights and obligations of Contractor pursuant to each such subcontract
agreement.
(D) Substitution of Subcontractor. If Contractor requests substitution of a listed
Subcontractor under Public Contract Code § 4107, Contractor is solely responsible for all
costs City incurs in responding to the request, including legal fees and costs to conduct a
hearing, and any increased subcontract cost to perform the Work that was to be
performed by the listed Subcontractor. If City determines that a Subcontractor is
unacceptable to City based on the Subcontractor's failure to satisfactorily perform its
Work, or for any of the grounds for substitution listed in Public Contract Code § 4107(a),
City may request removal of the Subcontractor from the Project. Upon receipt of a written
request from City to remove a Subcontractor pursuant to this paragraph, Contractor will
immediately remove the Subcontractor from the Project and, at no further cost to City, will
either (1) self -perform the remaining Work to the extent that Contractor is duly licensed
and qualified to do so, or (2) substitute a Subcontractor that is acceptable to City, in
compliance with Public Contract Code § 4107, as applicable.
2.4 Coordination of Work.
(A) Concurrent Work. City reserves the right to perform, have performed, or permit
performance of other work on or adjacent to the Project site while the Work is being
performed for the Project. Contractor is responsible for coordinating its Work with other
work being performed on or adjacent to the Project site, including by any utility
companies or agencies, and must avoid hindering, delaying, or interfering with the work
of other contractors, individuals, or entities, and must ensure safe and reasonable site
access and use as required or authorized by City. To the full extent permitted by law,
Contractor must hold harmless and indemnify City against any and all claims arising from
or related to Contractor's avoidable, negligent, or willful hindrance of, delay to, or
interference with the work of any utility company or agency or another contractor or
subcontractor.
(B) Coordination. If Contractor's Work will connect or interface with work performed
by others, Contractor is responsible for independently measuring and visually inspecting
such work to ensure a correct connection and interface. Contractor is responsible for any
failure by Contractor or its Subcontractors to confirm measurements before proceeding
with connecting Work. Before proceeding with any portion of the Work affected by the
construction or operations of others, Contractor must give the Project Manager prompt
written notification of any defects Contractor discovers which will prevent the proper
execution of the Work. Failure to give notice of any known or reasonably discoverable
defects will be deemed acknowledgement by Contractor that the work of others is not
defective and will not prevent the proper execution of the Work. Contractor must also
promptly notify City if work performed by others, including work or activities performed by
City's own forces, is operating to hinder, delay, or interfere with Contractor's timely
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 33
performance of the Work. City reserves the right to backcharge Contractor for any
additional costs incurred due to Contractor's failure to comply with the requirements in
this Section 2.4.
2.5 Submittals. Unless otherwise specified, Contractor must submit to the Engineer for
review and acceptance, all schedules, Shop Drawings, samples, product data, and
similar submittals required by the Contract Documents, or upon request by the Engineer.
Unless otherwise specified, all submittals, including Requests for Information, are subject
to the general provisions of this Section, as well as specific submittal requirements that
may be included elsewhere in the Contract Documents, including the Special Conditions
or Specifications. The Engineer may require submission of a submittal schedule at or
before a pre -construction conference, as may be specified in the Notice to Proceed.
(A) General. Contractor is responsible for ensuring that its submittals are accurate
and conform to the Contract Documents.
(B) Time and Manner of Submission. Contractor must ensure that its submittals
are prepared and delivered in a manner consistent with the current City -accepted
schedule for the Work and within the applicable time specified in the Contract
Documents, or if no time is specified, in such time and sequence so as not to delay the
performance of the Work or completion of the Project.
(C) Required Contents. Each submittal must include the Project name and contract
number, Contractor's name and address, the name and address of any Subcontractor or
supplier involved with the submittal, the date, and references to applicable Specification
section(s) and/or drawing and detail number(s).
(D) Required Corrections. If corrections are required, Contractor must promptly
make and submit any required corrections as specified in full conformance with the
requirements of this Section, or other requirements that apply to that submittal.
(E) Effect of Review and Acceptance. Review and acceptance of a submittal by
City will not relieve Contractor from complying with the requirements of the Contract
Documents. Contractor is responsible for any errors in any submittal, and review or
acceptance of a submittal by City is not an assumption of risk or liability by City.
(F) Enforcement. Any Work performed or any material furnished, installed,
fabricated or used without City's prior acceptance of a required submittal is performed or
provided at Contractor's risk, and Contractor may be required to bear the costs incident
thereto, including the cost of removing and replacing such Work, repairs to other affected
portions of the Work or material, and the cost of additional time or services required of
City, including costs for the Design Professional, Project Manager, or Inspector.
(G) Excessive RFIs. A RFI will be considered excessive or unnecessary if City
determines that the explanation or response to the RFI is clearly and unambiguously
discernable from the Contract Documents. City's costs to review and respond to
excessive or unnecessary RFIs may be deducted from payments otherwise due to
Contractor.
2.6 Shop Drawings. When Shop Drawings are required by the Specifications or requested
by the Engineer, they must be prepared according to best practices at Contractor's
expense. The Shop Drawings must be of a size and scale to clearly show all necessary
details. Unless otherwise specified by City, Shop Drawings must be provided to the
Engineer for review and acceptance at least 30 days before the Work will be performed
If City requires changes, the corrected Shop Drawings must be resubmitted to the
Engineer for review within the time specified by the Engineer. For all Project components
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 34
requiring Shop Drawings, Contractor will not furnish materials or perform any Work until
the Shop Drawings for those components are accepted by City. Contractor is responsible
for any errors or omissions in the Shop Drawings, shop fits and field corrections; any
deviations from the Contract Documents; and for the results obtained by the use of Shop
Drawings. Acceptance of Shop Drawings by City does not relieve Contractor of
Contractor's responsibility.
2.7 Access to Work. Contractor must afford prompt and safe access to any Worksite by
City and its employees, agents, or consultants authorized by City; and upon request by
City, Contractor must promptly arrange for City representatives to visit or inspect
manufacturing sites or fabrication facilities for items to be incorporated into the Work.
2.8 Personnel. Contractor and its Subcontractors must employ only competent and skillful
personnel to perform the Work. Contractor and its Subcontractor's supervisors, security
or safety personnel, and employees who have unescorted access to the Project site must
possess proficiency in English sufficient to read, understand, receive, and implement oral
or written communications or instructions relating to their respective job functions,
including safety and security requirements. Upon written notification from the Engineer,
Contractor and its Subcontractors must immediately discharge any personnel who are
incompetent, disorderly, disruptive, threatening, abusive, or profane, or otherwise refuse
or fail to comply with the requirements of the Contract Documents or Laws, including
Laws pertaining to health and safety. Any such discharged personnel, may not be re-
employed or permitted on the Project in any capacity without City's prior written consent.
Article 3 - Contract Documents
3.1 Interpretation of Contract Documents.
(A) Plans and Specifications. The Plans and Specifications included in the
Contract Documents are complementary. If Work is shown on one but not on the other,
Contractor must perform the Work as though fully described on both, consistent with the
Contract Documents and reasonably inferable from them as being necessary to produce
the indicated results. The Plans and Specifications are deemed to include and require
everything necessary and reasonably incidental to completion of the Work, whether or
not particularly mentioned or shown. Contractor must perform all Work and services and
supply all things reasonably related to and inferable from the Contract Documents. In the
event of a conflict between the Plans and Specifications, the Specifications will control,
unless the drawing(s) at issue are dated later than the Specification(s) at issue. Detailed
drawings take precedence over general drawings, and large-scale drawings take
precedence over smaller scale drawings. Any arrangement or division of the Plans and
Specifications into sections is for convenience and is not intended to limit the Work
required by separate trades. A conclusion presented in the Plans or Specifications is only
a recommendation. Actual locations and depths must be determined by Contractor's field
investigation. Contractor may request access to underlying or background information in
City's possession that is necessary for Contractor to form its own conclusions.
(B) Duty to Notify and Seek Direction. If Contractor becomes aware of a changed
condition in the Project, or of any ambiguity, conflict, inconsistency, discrepancy,
omission, or error in the Contract Documents, including the Plans or Specifications,
Contractor must promptly submit a Request for Information to the Engineer and wait for a
response from City before proceeding further with the related Work. The RFI must notify
City of the issue and request clarification, interpretation or direction. The Engineer's
clarification, interpretation or direction will be final and binding on Contractor. If
Contractor proceeds with the related Work before obtaining City's response, Contractor
will be responsible for any resulting costs, including the cost of correcting any incorrect or
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 35
defective Work that results. Timely submission of a clear and complete RFI is essential to
avoiding delay. Delay resulting from Contractor's failure to submit a timely and complete
RFI to the Engineer is Non -Excusable Delay. If Contractor believes that City's response
to an RFI justifies a change to the Contract Price or Contract Time, Contractor must
perform the Work as directed, but may submit a timely Change Order request in
accordance with the Contract Documents. (See Article 5 and 6.)
(C) Figures and Dimensions. Figures control over scaled dimensions.
(D) Technical or Trade Terms. Any terms that have well-known technical or trade
meanings will be interpreted in accordance with those meanings, unless otherwise
specifically defined in the Contract Documents.
(E) Measurements. Contractor must verify all relevant measurements in the
Contract Documents and at the Project site before ordering any material or performing
any Work, and will be responsible for the correctness of those measurements or for costs
that could have been avoided by independently verifying measurements.
(F) Compliance with Laws. The Contract Documents are intended to comply with
Laws and will be interpreted to comply with Laws.
3.2 Order of Precedence. Information included in one Contract Document but not in
another will not be considered a conflict or inconsistency. Unless otherwise specified in
the Special Conditions, in case of any conflict or inconsistency among the Contract
Documents, the following order of precedence will apply, beginning from highest to
lowest, with the most recent version taking precedent over an earlier version:
(A) Change Orders;
(B) Addenda;
(C) Contract;
(D) Notice to Proceed;
(E) Attachment B — Federal Contract Requirements (only if used);
(F) Special Conditions;
(G) General Conditions;
(H) Payment and Performance Bonds;
(1) Specifications;
(J) Plans;
(K) Notice of Potential Award;
(L) Notice Inviting Bids;
(M) Attachment A — Federal Bidding Requirements (only if used);
(N) Instructions to Bidders;
(0) Contractor's Bid Proposal and attachments;
(P) the City's standard specifications, as applicable; and
(Q) Any generic documents prepared by and on behalf of a third party, that were not
prepared specifically for this Project, such as the Caltrans Standard Specifications or
Caltrans Special Provisions.
3.3 Caltrans Standard Specifications. Any reference to or incorporation of the Standard
Specifications of the State of California, Department of Transportation ("Caltrans"),
including "Standard Specifications," "Caltrans Specifications," "State Specifications," or
"CSS," means the most current edition of Caltrans' Standard Specifications, unless
otherwise specified ("Caltrans Standard Specifications"), including the most current
amendments as of the date that Contractor's bid was submitted for this Project. The
following provisions apply to use of or reference to the Caltrans Standard Specifications
or Special Provisions:
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 36
(A) Limitations. The "General Provisions" of the Caltrans Standard Specifications,
i.e., sections 1 through 9, do not apply to these Contract Documents with the exception of
any specific provisions, if any, which are expressly stated to apply to these Contract
Documents.
(B) Conflicts or Inconsistencies. If there is a conflict or inconsistency between any
provision in the Caltrans Standard Specifications or Special Provisions and a provision of
these Contract Documents, as determined by City, the provision in the Contract
Documents will govern.
(C) Meanings. Terms used in the Caltrans Standard Specifications or Special
Provisions are to be interpreted as follows:
(1) Any reference to the "Engineer" is deemed to mean the City Engineer.
(2) Any reference to the "Special Provisions" is deemed to mean the Special
Conditions, unless the Caltrans Special Provisions are expressly included in the
Contract Documents listed in Section 2 of the Contract.
(3) Any reference to the "Department" or "State" is deemed to mean City.
3.4 For Reference Only. Contractor is responsible for the careful review of any document,
study, or report provided by City or appended to the Contract Documents solely for
informational purposes and identified as "For Reference Only." Nothing in any document,
study, or report so appended and identified is intended to supplement, alter, or void any
provision of the Contract Documents. Contractor is advised that City or its
representatives may be guided by information or recommendations included in such
reference documents, particularly when making determinations as to the acceptability of
proposed materials, methods, or changes in the Work. Any record drawings or similar
final or accepted drawings or maps that are not part of the Contract Documents are
deemed to be For Reference Only. The provisions of the Contract Documents are not
modified by any perceived or actual conflict with provisions in any document that is
provided For Reference Only.
3.6 Current Versions. Unless otherwise specified by City, any reference to standard
specifications, technical specifications, or any City or state codes or regulations means
the latest specification, code or regulation in effect at the time the Contract is signed.
3.6 Conformed Copies. If City prepares a conformed set of the Contract Documents
following award of the Contract, it will provide Contractor with two hard copy (paper) sets
and one copy of the electronic file in PDF format. It is Contractor's responsibility to
ensure that all Subcontractors, including fabricators, are provided with the conformed set
of the Contract Documents at Contractor's sole expense.
3.7 Ownership. No portion of the Contract Documents may be used for any purpose other
than construction of the Project, without prior written consent from City. Contractor is
deemed to have conveyed the copyright in any designs, drawings, specifications, Shop
Drawings, or other documents (in paper or electronic form) developed by Contractor for
the Project, and City will retain all rights to such works, including the right to possession.
Article 4 - Bonds, Indemnity, and Insurance
4.1 Payment and Performance Bonds. Within ten days following issuance of the Notice of
Potential Award, Contractor is required to provide a payment bond and a performance
bond, each in the penal sum of not less than 100% of the Contract Price, and each
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 37
executed by Contractor and its surety using the bond forms included with the Contract
Documents.
(A) Surety. Each bond must be issued and executed by a surety admitted in
California. If an issuing surety cancels the bond or becomes insolvent, within seven days
following written notice from City, Contractor must substitute a surety acceptable to City.
If Contractor fails to substitute an acceptable surety within the specified time, City may, at
its sole discretion, withhold payment from Contractor until the surety is replaced to City's
satisfaction, or terminate the Contract for default.
(B) Supplemental Bonds for Increase in Contract Price. If the Contract Price
increases during construction by five percent or more over the original Contract Price,
Contractor must provide supplemental or replacement bonds within ten days of written
notice from City pursuant to this Section, covering 100% of the increased Contract Price
and using the bond forms included with the Contract Documents.
4.2 Indemnity. To the fullest extent permitted by law, Contractor must indemnify, defend,
and hold harmless City, its Council, officers, officials, employees, agents, volunteers, and
consultants (individually, an "Indemnitee," and collectively the "Indemnitees") from and
against any and all liability, loss, damage, claims, causes of action, demands, charges,
fines, costs, and expenses (including, without limitation, attorney fees, expert witness
fees, paralegal fees, and fees and costs of litigation or arbitration) (collectively, "Liability")
of every nature arising out of or in connection with the acts or omissions of Contractor, its
employees, Subcontractors, representatives, or agents, in bidding or performing the Work
or in failing to comply with any obligation of Contractor under the Contract, except such
Liability caused by the active negligence, sole negligence, or willful misconduct of an
Indemnitee. This indemnity requirement applies to any Liability arising from alleged
defects in the content or manner of submission of Contractor's bid for the Contract.
Contractor's failure or refusal to timely accept a tender of defense pursuant to this
Contract will be deemed a material breach of the Contract. City will timely notify
Contractor upon receipt of any third -party claim relating to the Contract, as required by
Public Contract Code § 9201. Contractor waives any right to express or implied indemnity
against any Indemnitee. Contractor's indemnity obligations under this Contract will
survive the expiration or any early termination of the Contract.
4.3 Insurance. No later than ten days following issuance of the Notice of Potential Award,
Contractor must procure and provide proof of the insurance coverage required by this
Section in the form of certificates and endorsements acceptable to City. The required
insurance must cover the activities of Contractor and its Subcontractors relating to or
arising from the performance of the Work, and must remain in full force and effect at all
times during the period covered by the Contract, through the date of City's acceptance of
the Project. All required insurance must be issued by a company licensed to do business
in the State of California, and each such insurer must have an A.M. Best's financial
strength rating of "A" or better and a financial size rating of "VIII" or better. If Contractor
fails to provide any of the required coverage in full compliance with the requirements of
the Contract Documents, City may, at its sole discretion, purchase such coverage at
Contractor's expense and deduct the cost from payments due to Contractor, or terminate
the Contract for default. The procurement of the required insurance will not be construed
to limit Contractor's liability under this Contract or to fulfill Contractor's indemnification
obligations under this Contract.
(A) Policies and Limits. The following insurance policies and limits are required for
this Contract, unless otherwise specified in the Special Conditions:
(1) Commercial General Liability ("CGL') Insurance: The CGL insurance policy
must be issued on an occurrence basis, written on a comprehensive general
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 38
liability form, and must include coverage for liability arising from Contractor's or
its Subcontractor's acts or omissions in the performance of the Work, including
contractor's protected coverage, contractual liability, products and completed
operations, and broad form property damage, with limits of at least $2,000,000
per occurrence and at least $4,000,000 general aggregate. The CGL insurance
coverage may be arranged under a single policy for the full limits required or by a
combination of underlying policies with the balance provided by excess or
umbrella policies, provided each such policy complies with the requirements set
forth in this Section, including required endorsements.
(2) Automobile Liability Insurance: The automobile liability insurance policy must
provide coverage of at least $2,000,000 combined single -limit per accident for
bodily injury, death, or property damage, including hired and non -owned auto
liability.
(3) Workers' Compensation Insurance and Employer's Liability. The workers'
compensation and employer's liability insurance policy must comply with the
requirements of the California Labor Code, providing coverage of at least
$1,000,000 or as otherwise required by the statute. If Contractor is self-insured,
Contractor must provide its Certificate of Permission to Self -Insure, duly
authorized by the DIR.
(4) Pollution Liability Insurance: The pollution liability insurance policy must be
issued on an occurrence basis, providing coverage of at least $2,000,000 for all
loss arising out of claims for bodily injury, death, property damage, or
environmental damage caused by pollution conditions resulting from the Work.
(5) Builder's Risk Insurance: The builder's risk insurance policy must be issued
on an occurrence basis, for all-risk or "all perils" coverage on a 100% completed
value basis on the insurable portion of the Project for the benefit of City.
(B) Notice. Each certificate of insurance must state that the coverage afforded by
the policy or policies will not be reduced, cancelled or allowed to expire without at least
30 days written notice to City, unless due to non-payment of premiums, in which case ten
days written notice must be made to City.
(C) Waiver of Subrogation. Each required policy must include an endorsement
providing that the carrier will waive any right of subrogation it may have against City.
(D) Required Endorsements. The CGL policy, automobile liability policy, pollution
liability policy, and builder's risk policy must include the following specific endorsements:
(1) The City, including its Council, officials, officers, employees, agents,
volunteers and consultants (collectively, "Additional Insured") must be named as
an additional insured for all liability arising out of the operations by or on behalf of
the named insured, and the policy must protect the Additional Insured against
any and all liability for personal injury, death or property damage or destruction
arising directly or indirectly in the performance of the Contract. The additional
insured endorsement must be provided using ISO form CG 20 10 11 85 or an
equivalent form approved by the City.
(2) The inclusion of more than one insured will not operate to impair the rights of
one insured against another, and the coverages afforded will apply as though
separate policies have been issued to each insured.
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 39
(3) The insurance provided by Contractor is primary and no insurance held or
owned by any Additional Insured may be called upon to contribute to a loss.
(4) This policy does not exclude explosion, collapse, underground excavation
hazard, or removal of lateral support.
(E) Contractor's Responsibilities. This Section 4.3 establishes the minimum
requirements for Contractor's insurance coverage in relation to this Project, but is not
intended to limit Contractor's ability to procure additional or greater coverage. Contractor
is responsible for its own risk assessment and needs and is encouraged to consult its
insurance provider to determine what coverage it may wish to carry beyond the minimum
requirements of this Section. Contractor is solely responsible for the cost of its insurance
coverage, including premium payments, deductibles, or self-insured retentions, and no
Additional Insured will be responsible or liable for any of the cost of Contractor's
insurance coverage.
(F) Deductibles and Self -Insured Retentions. Any deductibles or self-insured
retentions that apply to the required insurance (collectively, "deductibles") in excess of
$100,000 are subject to approval by the City's Risk Manager, acting in his or her sole
discretion, and must be declared by Contractor when it submits its certificates of
insurance and endorsements pursuant to this Section 4.3. If the City's Risk Manager
determines that the deductibles are unacceptably high, at City's option, Contractor must
either reduce or eliminate the deductibles as they apply to City and all required Additional
Insured; or must provide a financial guarantee, to City's satisfaction, guaranteeing
payment of losses and related investigation, claim administration, and legal expenses.
(G) Subcontractors. Contractor must ensure that each Subcontractor is required to
maintain the same insurance coverage required under this Section 4.3, with respect to its
performance of Work on the Project, including those requirements related to the
Additional Insureds and waiver of subrogation, but excluding pollution liability or builder's
risk insurance unless otherwise specified in the Special Conditions. A Subcontractor may
be eligible for reduced insurance coverage or limits, but only to the extent approved in
writing in advance by the City's Risk Manager. Contractor must confirm that each
Subcontractor has complied with these insurance requirements before the Subcontractor
is permitted to begin Work on the Project. Upon request by the City, Contractor must
provide certificates and endorsements submitted by each Subcontractor to prove
compliance with this requirement. The insurance requirements for Subcontractors do not
replace or limit the Contractor's insurance obligations.
Article 5 - Contract Time
5.1 Time is of the Essence. Time is of the essence in Contractor's performance and
completion of the Work, and Contractor must diligently prosecute the Work and complete
it within the Contract Time.
(A) General. Contractor must commence the Work on the date indicated in the
Notice to Proceed and must fully complete the Work in strict compliance with all
requirements of the Contract Documents and within the Contract Time. Contractor may
not begin performing the Work before the date specified in the Notice to Proceed.
(B) Authorization. Contractor is not entitled to compensation or credit for any Work
performed before the date specified in the Notice to Proceed, with the exception of any
schedules, submittals, or other requirements, if any, that must be provided or performed
before issuance of the Notice to Proceed.
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 40
(C) Rate of Progress. Contractor and its Subcontractors must, at all times, provide
workers, materials, and equipment sufficient to maintain the rate of progress necessary to
ensure full completion of the Work within the Contract Time. If City determines that
Contractor is failing to prosecute the Work at a sufficient rate of progress, City may, in its
sole discretion, direct Contractor to provide additional workers, materials, or equipment,
or to work additional hours or days without additional cost to City, in order to achieve a
rate of progress satisfactory to City. If Contractor fails to comply with City's directive in
this regard, City may, at Contractor's expense, separately contract for additional workers,
materials, or equipment or use City's own forces to achieve the necessary rate of
progress. Alternatively, City may terminate the Contract based on Contractor's default.
5.2 Schedule Requirements. Contractor must prepare all schedules using standard,
commercial scheduling software acceptable to the Engineer, and must provide the
schedules in electronic and paper form as requested by the Engineer. In addition to the
general scheduling requirements set forth below, Contractor must also comply with any
scheduling requirements included in the Special Conditions or in the Technical
Specifications.
(A) Baseline (As -Planned) Schedule. Within ten calendar days following City's
issuance of the Notice to Proceed (or as otherwise specified in the Notice to Proceed),
Contractor must submit to City for review and acceptance a baseline (as -planned)
schedule using critical path methodology showing in detail how Contractor plans to
perform and fully complete the Work within the Contract Time, including labor,
equipment, materials and fabricated items. The baseline schedule must show the order of
the major items of Work and the dates of start and completion of each item, including
when the materials and equipment will be procured. The schedule must also include the
work of all trades, reflecting anticipated labor or crew hours and equipment loading for
the construction activities, and must be sufficiently comprehensive and detailed to enable
progress to be monitored on a day-by-day basis. For each activity, the baseline schedule
must be dated, provided in the format specified in the Contract Documents or as required
by City, and must include, at a minimum, a description of the activity, the start and
completion dates of the activity, and the duration of the activity.
(1) Specialized Materials Ordering. Within five calendar days following issuance
of the Notice to Proceed, Contractor must order any specialized material or
equipment for the Work that is not readily available from material suppliers.
Contractor must also retain documentation of the purchase orders date(s).
(B) City's Review of Schedules. City will review and may note exceptions to the
baseline schedule, and to the progress schedules submitted as required below, to assure
completion of the Work within the Contract Time. Contractor is solely responsible for
resolving any exceptions noted in a schedule and, within seven days, must correct the
schedule to address the exceptions. City's review or acceptance of Contractor's
schedules will not operate to waive or limit Contractor's duty to complete the Project
within the Contract Time, nor to waive or limit City's right to assess liquidated damages
for Contractor's unexcused failure to do so.
(C) Progress Schedules. After City accepts the final baseline schedule with no
exceptions, Contractor must submit an updated progress schedule and three-week look -
ahead schedule, in the format specified by City, for review and acceptance with each
application for a progress payment, or when otherwise specified by City, until completion
of the Work. The updated progress schedule must: show how the actual progress of the
Work as constructed to date compares to the baseline schedule; reflect any proposed
changes in the construction schedule or method of operations, including to achieve
Project milestones within the Contract Time; and identify any actual or potential impacts
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 41
to the critical path. Contractor must also submit periodic reports to City of any changes in
the projected material or equipment delivery dates for the Project.
(1) Float. The progress schedule must show early and late completion dates for
each task. The number of days between those dates will be designated as the
"float." Any float belongs to the Project and may be allocated by the Engineer to
best serve timely completion of the Project.
(2) Failure to Submit Schedule. Reliable, up-to-date schedules are essential to
efficient and cost-effective administration of the Project and timely completion. If
Contractor fails to submit a schedule within the time periods specified in this
Section, or submits a schedule to which City has noted exceptions that are not
corrected, City may withhold up to ten percent from payment(s) otherwise due to
Contractor until the exceptions are resolved, the schedule is corrected and
resubmitted, and City has accepted the schedule. In addition, Contractor's failure
to comply with the schedule requirements in this Section 5.2 will be deemed a
material default and a waiver of any claims for Excusable Delay or loss of
productivity arising during any period when Contractor is out of compliance,
subject only to the limits of Public Contract Code § 7102.
(D) Recovery Schedule. If City determines that the Work is more than one week
behind schedule, within seven days following written notice of such determination,
Contractor must submit a recovery schedule, showing how Contractor intends to perform
and complete the Work within the Contract Time, based on actual progress to date.
(E) Effect of Acceptance. Contractor and its Subcontractors must perform the
Work in accordance with the most current City -accepted schedule unless otherwise
directed by City. City's acceptance of a schedule does not operate to extend the time for
completion of the Work or any component of the Work, and will not affect City's right to
assess liquidated damages for Contractor's unexcused delay in completing the Work
within the Contract Time.
(F) Posting. Contractor must at all times prominently post a copy of the most
current City -accepted progress or recovery schedule in its on-site office.
(G) Reservation of Rights. City reserves the right to direct the sequence in which
the Work must be performed or to make changes in the sequence of the Work in order to
facilitate the performance of work by City or others, or to facilitate City's use of its
property. The Contract Time or Contract Price may be adjusted to the extent such
changes in sequence actually increase or decrease Contractor's time or cost to perform
the Work.
(H) Authorized Working Days and Times. Contractor is limited to working Monday
through Friday, excluding holidays, during City's normal business hours, except as
provided in the Special Conditions or as authorized in writing by City. City reserves the
right to charge Contractor for additional costs incurred by City due to Work performed on
days or during hours not expressly authorized in the Contract Documents, including
reimbursement of costs incurred for inspection, testing, and construction management
services.
5.3 Delay and Extensions of Contract Time.
(A) Notice of Delay. If Contractor becomes aware of any actual or potential delay
affecting the critical path, Contractor must promptly notify the Engineer in writing,
regardless of the nature or cause of the delay, so that City has a reasonable opportunity
to mitigate or avoid the delay.
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 42
(B) Excusable Delay. The Contract Time may be extended if Contractor encounters
"Excusable Delay," which is an unavoidable delay in completing the Work within the
Contract Time due to causes completely beyond Contractor's control, and which
Contractor could not have avoided or mitigated through reasonable care, planning,
foresight, and diligence, provided that Contractor is otherwise fully performing its
obligations under the Contract Documents. Grounds for Excusable Delay may include
fire, natural disasters including earthquake or unusually severe weather, acts of terror or
vandalism, epidemic, unforeseeable adverse government actions, unforeseeable actions
of third parties, encountering unforeseeable hazardous materials, unforeseeable site
conditions, or suspension for convenience under Article 13. The Contract Time will not be
extended based on circumstances which will not unavoidably delay completing the Work
within the Contract Time based on critical path analysis.
(C) Weather Delays. A "Weather Delay Day" is a Working Day during which
Contractor and its forces, including Subcontractors, are unable to perform more than 40%
of the critical path Work scheduled for that day due to adverse weather conditions which
impair the ability to safely or effectively perform the scheduled critical path Work that day.
Adverse weather conditions may include rain, saturated soil, and Project site clean-up
required due to adverse weather. Determination of what constitutes critical path Work
scheduled for that day will be based on the most current, City -approved schedule.
Contractor will be entitled to a non -compensable extension of the Contract Time for each
Weather Delay Day in excess of the normal Weather Delay Days within a given month as
determined by reliable records, including monthly rainfall averages, for the preceding ten
years (or as otherwise specified in the Special Conditions or Specifications).
(1) Contractor must fully comply with the applicable procedures in Articles 5
and 6 of the General Conditions regarding requests to modify the Contract Time.
(2) Contractor will not be entitled to an extension of time for a Weather
Delay Day to the extent Contractor is responsible for concurrent delay on that
day.
(3) Contractor must take reasonable steps to mitigate the consequences of
Weather Delay Days, including prudent workforce management and protecting
the Work, Project Site, materials, and equipment.
(D) Non -Excusable Delay. Delay which Contractor could have avoided or mitigated
through reasonable care, planning, foresight and diligence is "Non -Excusable Delay."
Contractor is not entitled to an extension of Contract Time or any compensation for Non -
Excusable Delay, or for Excusable Delay that is concurrent with Non -Excusable Delay.
Non -Excusable Delay includes delay caused by:
(1) weather conditions which are normal for the location of the Project, as
determined by reliable records, including monthly rainfall averages, for the
preceding ten years;
(2) Contractor's failure to order equipment and materials sufficiently in advance
of the time needed for completion of the Work within the Contract Time;
(3) Contractor's failure to provide adequate notification to utility companies or
agencies for connections or services necessary for completion of the Work within
the Contract Time;
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 43
(4) foreseeable conditions which Contractor could have ascertained from
reasonably diligent inspection of the Project site or review of the Contract
Documents or other information provided or available to Contractor;
(5) Contractor's failure, refusal, or financial inability to perform the Work within
the Contract Time, including insufficient funds to pay its Subcontractors or
suppliers;
(6) performance or non-performance by Contractor's Subcontractors or
suppliers;
(7) the time required to respond to excessive RFIs (see Section 2.5(G));
(8) delayed submission of required submittals, or the time required for correction
and resubmission of defective submittals;
(9) time required for repair of, re -testing, or re -inspection of defective Work;
(10) enforcement of Laws by City, or outside agencies with jurisdiction over the
Work; or
(11) City's exercise or enforcement of any of its rights or Contractor's duties
pursuant to the Contract Documents, including correction of defective Work,
extra inspections or testing due to non-compliance with Contract requirements,
safety compliance, environmental compliance, or rejection and return of defective
or deficient submittals.
(E) Compensable Delay. Pursuant to Public Contract Code § 7102, in addition to
entitlement to an extension of Contract Time, Contractor is entitled to compensation for
costs incurred due to delay caused solely by City, when that delay is unreasonable under
the circumstances involved and not within the contemplation of the parties
("Compensable Delay"). Contractor is not entitled to an extension of Contract Time or
recovery of costs for Compensable Delay that is concurrent with Non -Excusable Delay.
Delay due to causes that are beyond the control of either City or Contractor, including
Weather Delay Days, discovery of Historic or Archeological Items pursuant to Section
7.18, or the actions or inactions of third parties or other agencies, is not Compensable
Delay, and will only entitle Contractor to an extension of time commensurate with the time
lost due to such delay.
(F) Recoverable Costs. Contractor is not entitled to compensation for Excusable
Delay unless it is Compensable Delay, as defined above. Contractor is entitled to recover
only the actual, direct, reasonable, and substantiated costs ("Recoverable Costs") for
each working day that the Compensable Delay prevents Contractor from proceeding with
more than 50% of the critical path Work scheduled for that day, based on the most recent
progress schedule accepted by City. Recoverable Costs will not include home office
overhead or lost profit.
(G) Request for Extension of Contract Time or Recoverable Costs. A request for
an extension of Contract Time or any associated Recoverable Costs must be submitted
in writing to City within ten calendar days of the date the delay is first encountered, even
if the duration of the delay is not yet known at that time, or any entitlement to the Contract
Time extension or to the Recoverable Costs will be deemed waived. In addition to
complying with the requirements of this Article 5, the request must be submitted in
compliance with the Change Order request procedures in Article 6 below. Strict
compliance with these requirements is necessary to ensure that any delay or
consequences of delay may be mitigated as soon as possible, and to facilitate cost -
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 44
efficient administration of the Project and timely performance of the Work. Any request for
an extension of Contract Time or Recoverable Costs that does not strictly comply with all
of the requirements of Article 5 and Article 6 will be deemed waived.
(1) Required Contents. The request must include a detailed description of the
cause(s) of the delay and must also describe the measures that Contractor has
taken to mitigate the delay and/or its effects, including efforts to mitigate the cost
impact of the delay, such as by workforce management or by a change in
sequencing. If the delay is still ongoing at the time the request is submitted, the
request should also include Contractor's plan for continued mitigation of the
delay or its effects.
(2) Delay Days and Costs. The request must specify the number of days of
Excusable Delay claimed or provide a realistic estimate if the duration of the
delay is not yet known. If Contractor believes it is entitled to Recoverable Costs
for Compensable Delay, the request must specify the amount and basis for the
Recoverable Costs that are claimed or provide a realistic estimate if the amount
is not yet known. Any estimate of delay duration or cost must be updated in
writing and submitted with all required supporting documentation as soon as the
actual time and cost is known. The maximum extension of Contract Time will be
the number of days, if any, by which an Excusable Delay or a Compensable
Delay exceeds any concurrent Non -Excusable Delay. Contractor is entitled to an
extension of Contract Time, or compensation for Recoverable Costs, only if, and
only to the extent that, such delay will unavoidably delay Final Completion.
(3) Supporting Documentation. The request must also include any and all
supporting documentation necessary to evidence the delay and its actual
impacts, including scheduling and cost impacts with a time impact analysis using
critical path methodology and demonstrating the unavoidable delay to Final
Completion. The time impact analysis must be submitted in a form or format
acceptable to City.
(4) Burden of Proof. Contractor has the burden of proving that: the delay was an
Excusable or Compensable Delay, as defined above; Contractor has fully
complied with its scheduling obligations in Section 5.2, Schedule Requirements;
Contractor has made reasonable efforts to mitigate the delay and its schedule
and cost impacts; the delay will unavoidably result in delaying Final Completion;
and any Recoverable Costs claimed by Contractor were actually incurred and
were reasonable under the circumstances.
(5) Legal Compliance. Nothing in this Section 5.3 is intended to require the
waiver, alteration, or limitation of the applicability of Public Contract Code § 7102.
(6) No Waiver. Any grant of an extension of Contract Time, or compensation for
Recoverable Costs due to Compensable Delay, will not operate as a waiver of
City's right to assess liquidated damages for Non -Excusable Delay.
(7) Dispute Resolution. In the event of a dispute over entitlement to an
extension of Contract Time or compensation for Recoverable Costs, Contractor
may not stop Work pending resolution of the dispute, but must continue to
comply with its duty to diligently prosecute the performance and timely
completion of the Work. Contractor's sole recourse for an unresolved dispute
based on City's rejection of a Change Order request for an extension of Contract
Time or compensation for Recoverable Costs is to comply with the dispute
resolution provisions set forth in Article 12 below.
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 45
5.4 Liquidated Damages. It is expressly understood that if Final Completion is not achieved
within the Contract Time, City will suffer damages from the delay that are difficult to
determine and accurately specify. Pursuant to Public Contract Code § 7203, if Contractor
fails to achieve Final Completion within the Contract Time, City will charge Contractor in
the amount specified in the Contract for each day that Final Completion is delayed
beyond the Contract Time, as liquidated damages and not as a penalty. Any waiver of
accrued liquidated damages, in whole or in part, is subject to approval of the City Council
or its authorized delegee.
(A) Liquidated Damages. Liquidated damages will not be assessed for any
Excusable or Compensable Delay, as set forth above.
(B) Milestones. Liquidated damages may also be separately assessed for failure to
meet milestones specified elsewhere in the Contract Documents.
(C) Setoff. City is entitled to deduct the amount of liquidated damages assessed
against any payments otherwise due to Contractor, including progress payments, Final
Payment, or unreleased retention. If there are insufficient Contract funds remaining to
cover the full amount of liquidated damages assessed, City is entitled to recover the
balance from Contractor or its performance bond surety.
(D) Occupancy or Use. Occupancy or use of the Project in whole or in part prior to
Final Completion does not constitute City's acceptance of the Project and will not operate
as a waiver of City's right to assess liquidated damages for Contractor's Non -Excusable
Delay in achieving Final Completion.
(E) Other Remedies. City's right to liquidated damages under this Section applies
only to damages arising from Contractor's Non -Excusable Delay or failure to complete
the Work within the Contract Time. City retains its right to pursue all other remedies
under the Contract for other types of damage, including damage to property or persons,
costs or diminution in value from defective materials or workmanship, costs to repair or
complete the Work, or other liability caused by Contractor.
Article 6 - Contract Modification
6.1 Contract Modification. Subject to the limited exception set forth in subsection (D)
below, any change in the Work or the Contract Documents, including the Contract Price
or Contract Time, will not be a valid and binding change to the Contract unless it is
formalized in a Change Order, including a "no -cost" Change Order or a unilateral Change
Order. Changes in the Work pursuant to this Article 6 will not operate to release, limit, or
abridge Contractor's warranty obligations pursuant to Article 11 or any obligations of
Contractor's bond sureties.
(A) City -Directed Changes. City may direct changes in the scope or sequence of
Work or the requirements of the Contract Documents, without invalidating the Contract.
Such changes may include Extra Work as set forth in subsection (C) below, or deletion or
modification of portions of the Work. Contractor must promptly comply with City -directed
changes in the Work in accordance with the original Contract Documents, even if
Contractor and City have not yet reached agreement as to adjustments to the Contract
Price or Contract Time for the change in the Work or for the Extra Work. Contractor is not
entitled to extra compensation for cost savings resulting from "value engineering"
pursuant to Public Contract Code § 7101, except to the extent authorized in advance by
City in writing, and subject to any applicable procedural requirements for submitting a
proposal for value engineering cost savings.
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 46
(B) Disputes. In the event of a dispute over entitlement to or the amount of a
change in Contract Time or a change in Contract Price related to a City -directed change
in the Work, Contractor must perform the Work as directed and may not delay its Work or
cease Work pending resolution of the dispute, but must continue to comply with its duty
to diligently prosecute the performance and timely completion of the Work, including the
Work in dispute. Likewise, in the event that City and Contractor dispute whether a portion
or portions of the Work are already required by the Contract Documents or constitute
Extra Work, or otherwise dispute the interpretation of any portion(s) of the Contract
Documents, Contractor must perform the Work as directed and may not delay its Work or
cease Work pending resolution of the dispute, but must continue to comply with its duty
to diligently prosecute the performance and timely completion of the Work, including the
Work in dispute, as directed by City. If Contractor refuses to perform the Work in dispute,
City may, acting in its sole discretion, elect to delete the Work from the Contract and
reduce the Contract Price accordingly, and self -perform the Work or direct that the Work
be performed by others. Alternatively, City may elect to terminate the Contract for
convenience or for cause. Contractor's sole recourse for an unresolved dispute related to
changes in the Work or performance of any Extra Work is to comply with the dispute
resolution provisions set forth in Article 12, below.
(C) Extra Work. City may direct Contractor to perform Extra Work related to the
Project. Contractor must promptly perform any Extra Work as directed or authorized by
City in accordance with the original Contract Documents, even if Contractor and City
have not yet reached agreement on adjustments to the Contract Price or Contract Time
for such Extra Work. If Contractor believes it is necessary to perform Extra Work due to
changed conditions, Contractor must promptly notify the Engineer in writing, specifically
identifying the Extra Work and the reason(s) the Contractor believes it is Extra Work. This
notification requirement does not constitute a Change Order request pursuant to Section
6.2, below. Contractor must maintain detailed daily records that itemize the cost of each
element of Extra Work, and sufficiently distinguish the direct cost of the Extra Work from
the cost of other Work performed. For each day that Contractor performs Extra Work, or
Work that Contractor contends is Extra Work, Contractor must submit no later than the
following Working Day, a daily report of the Extra Work performed that day and the
related costs, together with copies of certified payroll, invoices, and other documentation
substantiating the costs ("Extra Work Report"). The Engineer will make any adjustments
to Contractor's Extra Work Report(s) based on the Engineer's records of the Work. When
an Extra Work Report(s) is agreed on and signed by both City and Contractor, the Extra
Work Report(s) will become the basis for payment under a duly authorized and signed
Change Order. Failure to submit the required documentation by close of business on the
next Working Day is deemed a full and complete waiver for any change in the Contract
Price or Contract Time for any Extra Work performed that day.
(D) Minor Changes and RFIs. Minor field changes, including RFI replies from City,
that do not affect the Contract Price or Contract Time and that are approved by the
Engineer acting within his or her scope of authority, do not require a Change Order. By
executing an RFI reply from City, Contractor agrees that it will perform the Work as
clarified therein, with no change to the Contract Price or Contract Time.
(E) Remedy for Non -Compliance. Contractor's failure to promptly comply with a
City -directed change is deemed a material breach of the Contract, and in addition to all
other remedies available to it, City may, at its sole discretion, hire another contractor or
use its own forces to complete the disputed Work at Contractor's sole expense, and may
deduct the cost from the Contract Price.
6.2 Contractor Change Order Requests. Contractor must submit a request or proposal for
a change in the Work, compensation for Extra Work, or a change in the Contract Price or
Contract Time as a written Change Order request or proposal.
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 47
(A) Time for Submission. Any request for a change in the Contract Price or the
Contract Time must be submitted in writing to the Engineer within ten calendar days of
the date that Contractor first encounters the circumstances, information or conditions
giving rise to the Change Order request, even if the total amount of the requested change
in the Contract Price or impact on the Contract Time is not yet known at that time. If City
requests that Contractor propose the terms of a Change Order, unless otherwise
specified in City's request, Contractor must provide the Engineer with a written proposal
for the change in the Contract Price or Contract Time within five working days of
receiving City's request, in a form satisfactory to the Engineer.
(B) Required Contents. Any Change Order request or proposal submitted by
Contractor must include a complete breakdown of actual or estimated costs and credits,
and must itemize labor, materials, equipment, taxes, insurance, subcontract amounts,
and, if applicable, Extra Work Reports. Any estimated cost must be updated in writing as
soon as the actual amount is known.
(C) Required Documentation. All claimed costs must be fully documented, and any
related request for an extension of time or delay -related costs must be included at that
time and in compliance with the requirements of Article 5 of the General Conditions.
Upon request, Contractor must permit City to inspect its original and unaltered bidding
records, subcontract agreements, subcontract change orders, purchase orders, invoices,
or receipts associated with the claimed costs.
(D) Required Form. Contractor must use City's form(s) for submitting all Change
Order requests or proposals, unless otherwise specified by City.
(E) Certification. All Change Order requests must be signed by Contractor and
must include the following certification:
"The undersigned Contractor certifies under penalty of perjury that its
statements and representations in this Change Order request are true and
correct. Contractor warrants that this Change Order request is comprehensive
and complete as to the Work or changes referenced herein, and agrees that any
known or foreseeable costs, expenses, or time extension requests not included
herein, are deemed waived."
6.3 Adjustments to Contract Price. The amount of any increase or decrease in the
Contract Price will be determined based on one of the following methods listed below, in
the order listed with unit pricing taking precedence over the other methods. Markup
applies only to City -authorized time and material Work, and does not apply to any other
payments to Contractor. For Work items or components that are deleted in their entirety,
Contractor will only be entitled to compensation for those direct, actual, and documented
costs (including restocking fees), reasonably incurred before Contractor was notified of
the City's intent to delete the Work, with no markup for overhead, profit, or other indirect
costs.
(A) Unit Pricing. Amounts previously provided by Contractor in the form of unit
prices, either in a bid schedule or in a post -award schedule of values pursuant to Section
8. 1, Schedule of Values, will apply to determine the price for the affected Work, to the
extent applicable unit prices have been provided for that type of Work. No additional
markup for overhead, profit, or other indirect costs will be added to the calculation.
(B) Lump Sum. A mutually agreed upon, all-inclusive lump sum price for the
affected Work with no additional markup for overhead, profit, or other indirect costs.
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 48
(C) Time and Materials. On a time and materials basis, if and only to the extent
compensation on a time and materials basis is expressly authorized by City in advance of
Contractor's performance of the Work and subject to any not -to -exceed limit. Time and
materials compensation for increased costs or Extra Work (but not decreased costs or
deleted Work), will include allowed markup for overhead, profit, and other indirect costs,
and which may include a not -to -exceed limit, calculated as the total of the following sums,
the cumulative total of which may not exceed the maximum markup rate of 15%:
(1) All direct labor costs provided by the Contractor, excluding superintendence,
project management, or administrative costs, plus 15% markup;
(2) All direct material costs provided by the Contractor, including sales tax, plus
15% markup;
(3) All direct plant and equipment rental costs provided by the Contractor, plus
15% markup;
(4) All direct additional subcontract costs plus 10% markup for Work performed
by Subcontractors; and
(5) Increased bond or insurance premium costs computed at 1.5% of total of the
previous four sums.
6.4 Unilateral Change Order. If the parties dispute the terms of a proposed Change Order,
including disputes over the amount of compensation or extension of time that Contractor
has requested, the value of deleted or changed Work, what constitutes Extra Work, or
quantities used, City may elect to issue a unilateral Change Order, directing performance
of the Work, and authorizing a change in the Contract Price or Contract Time for the
adjustment to compensation or time that the City believes is merited. Contractor's sole
recourse to dispute the terms of a unilateral Change Order is to submit a timely Claim
pursuant to Article 12, below.
6.5 Non -Compliance Deemed Waiver. Contractor waives its entitlement to any increase in
the Contract Price or Contract Time if Contractor fails to fully comply with the provisions
of this Article. Contractor will not be paid for unauthorized Extra Work.
Article 7 - General Construction Provisions
7.1 Permits, Fees, Business License, and Taxes.
(A) Permits, Fees, and City Business License. Contractor must obtain and pay for
all permits, fees, or licenses required to perform the Work, including a City business
license. Contractor must cooperate with and provide notifications to all government
agencies with jurisdiction over the Project, as may be required. Contractor must provide
City with copies of all records of permits and permit applications, payment of required
fees, and any licenses required for the Work.
(B) Taxes. Contractor must pay for all taxes on labor, material and equipment,
except Federal Excise Tax to the extent that City is exempt from Federal Excise Tax.
7.2 Temporary Facilities. Contractor must provide, at Contractor's sole expense, any and
all temporary facilities for the Project, including an onsite staging area for materials and
equipment, a field office, sanitary facilities, utilities, storage, scaffolds, barricades,
walkways, and any other temporary structure required to safely perform the Work along
with any incidental utility services. The location of all temporary facilities must be
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 49
approved by the City prior to installation. Temporary facilities must be safe and adequate
for the intended use and installed and maintained in accordance with Laws and the
Contract Documents. Contractor must fence and screen the Project site and, if
applicable, any separate Worksites, including the staging area, and its operation must
minimize inconvenience to neighboring properties. Additional provisions pertaining to
temporary facilities may be included in the Specifications or Special Conditions.
(A) Utilities. Contractor must install and maintain the power, water, sewer and all
other utilities required for the Project site, including the piping, wiring, internet and wifi
connections, and any related equipment necessary to maintain the temporary facilities.
(B) Removal and Repair. Contractor must promptly remove all such temporary
facilities when they are no longer needed or upon completion of the Work, whichever
comes first. Contractor must promptly repair any damage to City's property or to other
property caused by the installation, use, or removal of the temporary facilities, and must
promptly restore the property to its original or intended condition.
7.3 Noninterference and Site Management. Contractor must avoid interfering with City's
use of its property at or adjacent to the Project site, including use of roadways, entrances,
parking areas, walkways, and structures. Contractor must also minimize disruption of
access to private property in the Project vicinity. Contractor must coordinate with affected
property owners, tenants, and businesses, and maintain some vehicle and pedestrian
access to their residences or properties at all times. Temporary access ramps, fencing or
other measures must be provided as needed. Before blocking access to a private
driveway or parking lot, Contractor must provide effective notice to the affected parties at
least 48 hours in advance of the pending closure and allow them to remove vehicles.
Private driveways, residences and parking lots must have access to a roadway during
non -Work hours.
(A) Offsite Acquisition. Unless otherwise provided by City, Contractor must
acquire, use and dispose of, at its sole expense, any additional Worksites, licenses,
easements, and temporary facilities necessary to access and perform the Work.
(B) Offsite Staging Area and Field Office. If additional space beyond the Project
site is needed, such as for the staging area or the field office, Contractor may need to
make arrangements with the nearby property owner(s) to secure the space. Before using
or occupying any property owned by a third party, Contractor must provide City with a
copy of the necessary license agreement, easement, or other written authorization from
the property owner, together with a written release from the property owner holding City
harmless from any related liability, in a form acceptable to the City Attorney.
(C) Traffic Management. Contractor must provide traffic management and traffic
controls as specified in the Contract Documents, as required by Laws, and as otherwise
required to ensure the public and worker safety, and to avoid interference with public or
private operations or the normal flow of vehicular, bicycle, or pedestrian traffic.
7.4 Signs. No signs may be displayed on or about City's property, except signage which is
required by Laws or by the Contract Documents, without City's prior written approval as
to size, design, and location.
7.5 Project Site and Nearby Property Protections.
(A) General. Contractor is responsible at all times, on a 24-hour basis and at its sole
cost, for protecting the Work, the Project site, and the materials and equipment to be
incorporated into the Work, until the City has accepted the Project, excluding any
exceptions to acceptance, if any. Except as specifically authorized by City, Contractor
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 50
must confine its operations to the area of the Project site indicated in the Plans and
Specifications. Contractor is liable for any damage caused by Contractor or its
Subcontractors to the Work, City's property, the property of adjacent or nearby property
owners and the work or personal property of other contractors working for City, including
damage related to Contractor's failure to adequately secure the Work or any Worksite.
(1) Subject to City's approval, Contractor will provide and install safeguards to
protect the Work; any Worksite, including the Project site; City's real or personal
property and the real or personal property of adjacent or nearby property owners,
including plant and tree protections.
(2) City wastewater systems may not be interrupted. If the Work disrupts existing
sewer facilities, Contractor must immediately notify City and establish a plan,
subject to City's approval, to convey the sewage in closed conduits back into the
sanitary sewer system. Sewage must not be permitted to flow in trenches or be
covered by backfill.
(3) Contractor must remove with due care, and store at City's request, any
objects or material from the Project site that City will salvage or reuse at another
location.
(4) If directed by Engineer, Contractor must promptly repair or replace any
property damage, as specified by the Engineer. However, acting in its sole
discretion, City may elect to have the property damage remedied otherwise, and
may deduct the cost to repair or replace the damaged property from payment
otherwise due to Contractor.
(5) Contractor will not permit any structure or infrastructure to be loaded in a
manner that will damage or endanger the integrity of the structure or
infrastructure.
(B) Securing Project Site. After completion of Work each day, Contractor must
secure the Project site and, to the extent feasible, make the area reasonably accessible
to the public unless City approves otherwise. All excess materials and equipment not
protected by approved traffic control devices must be relocated to the staging area or
demobilized. Trench spoils must be hauled off the Project site daily and open excavations
must be protected with steel plates. Contractor and Subcontractor personnel may not
occupy or use the Project site for any purpose during non -Work hours, except as may be
provided in the Contract Documents or pursuant to prior written authorization from City.
(C) Unforeseen Conditions. If Contractor encounters facilities, utilities, or other
unknown conditions not shown on or reasonably inferable from the Plans or apparent
from inspection of the Project site, Contractor must immediately notify the City and
promptly submit a Request for Information to obtain further directions from the Engineer.
Contractor must avoid taking any action which could cause damage to the facilities or
utilities pending further direction from the Engineer. The Engineer's written response will
be final and binding on Contractor. If the Engineer's subsequent direction to Contractor
affects Contractor's cost or time to perform the Work, Contractor may submit a Change
Order request as set forth in Article 6 above.
(D) Support; Adjacent Properties. Contractor must provide, install, and maintain
all shoring, bracing, and underpinning necessary to provide support to City's property and
adjacent properties and improvements thereon. Contractor must provide notifications to
adjacent property owners as may be required by Laws. See also, Section 7.15, Trenching
of Five Feet or More.
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 51
(E) Notification of Property Damage. Contractor must immediately notify the City
of damage to any real or personal property resulting from Work on the Project. Contractor
must immediately provide a written report to City of any such property damage in excess
of $500 (based on estimated cost to repair or replace) within 24 hours of the occurrence.
The written report must include: (1) the location and nature of the damage, and the owner
of the property, if known; (2) the name and address of each employee of Contractor or
any Subcontractor involved in the damage; (3) a detailed description of the incident,
including precise location, time, and names and contact information for known witnesses;
and (4) a police or first responder report, if applicable. If Contractor is required to file an
accident report with another government agency, Contractor will provide a copy of the
report to City.
7.6 Materials and Equipment.
(A) General. Unless otherwise specified, all materials and equipment required for
the Work must be new, free from defects, and of the best grade for the intended purpose,
and furnished in sufficient quantities to ensure the proper and expeditious performance of
the Work. Contractor must employ measures to preserve the specified quality and fitness
of the materials and equipment. Unless otherwise specified, all materials and equipment
required for the Work are deemed to include all components required for complete
installation and intended operation and must be installed in accordance with the
manufacturer's recommendations or instructions. Contractor is responsible for all
shipping, handling, and storage costs associated with the materials and equipment
required for the Work. Contractor is responsible for providing security and protecting the
Work and all of the required materials, supplies, tools and equipment at Contractor's sole
cost until City has formally accepted the Project as set forth in Section 11.1, Final
Completion. Contractor will not assign, sell, mortgage, or hypothecate any materials or
equipment for the Project, or remove any materials or equipment that have been installed
or delivered.
(B) City -Provided. If the Work includes installation of materials or equipment to be
provided by City, Contractor is solely responsible for the proper examination, handling,
storage, and installation in accordance with the Contract Documents. Contractor must
notify City of any defects discovered in City -provided materials or equipment, sufficiently
in advance of scheduled use or installation to afford adequate time to procure
replacement materials or equipment as needed. Contractor is solely responsible for any
loss of or damage to such items which occurs while the items are in Contractor's custody
and control, the cost of which may be offset from the Contract Price and deducted from
any payment(s) due to Contractor.
(C) Intellectual Property Rights. Contractor must, at its sole expense, obtain any
authorization or license required for use of patented or copyright -protected materials,
equipment, devices or processes that are incorporated into the Work. Contractor's
indemnity obligations in Article 4 apply to any claimed violation of intellectual property
rights in violation of this provision.
7.7 Substitutions.
(A) "or Equal." Any Specification designating a material, product, or thing
(collectively, "item") or service by specific brand or trade name, followed by the words "or
equal," is intended only to indicate the quality and type of item or service desired, and
Contractor may request use of any equal item or service. Unless otherwise stated in the
Specifications, any reference to a specific brand or trade name for an item that is used
solely for the purpose of describing the type of item desired, will be deemed to be
followed by the words "or equal." A substitution will only be approved if it is a true "equal"
item in every aspect of design, function, and quality, as determined by City, including
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 52
dimensions, weight, maintenance requirements, durability, fit with other elements, and
schedule impacts.
(B) Request for Substitution. A post -award request for substitution of an item or
service must be submitted in writing to the Engineer for approval in advance, within the
applicable time period provided in the Contract Documents. If no time period is specified,
the substitution request may be submitted any time within 35 days after the date of award
of the Contract, or sufficiently in advance of the time needed to avoid delay of the Work,
whichever is earlier.
(C) Substantiation. Any available data substantiating the proposed substitute as an
equal item or service must be submitted with the written request for substitution.
Contractor's failure to timely provide all necessary substantiation, including any required
test results as soon as they are available, is grounds for rejection of the proposed
substitution, without further review.
(D) Burden of Proving Equality. Contractor has the burden of proving the equality
of the proposed substitution at Contractor's sole cost. City has sole discretion to
determine whether a proposed substitution is equal, and City's determination is final.
(E) Approval or Rejection. If the proposed substitution is approved, Contractor is
solely responsible for any additional costs or time associated with the substituted item or
service. If the proposed substitution is rejected, Contractor must, without delay, install the
item or use the service as specified by City.
(F) Contractor's Obligations. City's approval of a proposed substitution will not
relieve Contractor from any of its obligations under the Contract Documents. In the event
Contractor makes an unauthorized substitution, Contractor will be solely responsible for
all resulting cost impacts, including the cost of removal and replacement and the impact
to other design elements.
7.8 Testing and Inspection.
(A) General. All materials, equipment, and workmanship used in the Work are
subject to inspection and testing by City at all times and locations during construction
and/or fabrication and at any Worksite, including at shops and yards as well as at the
Project site. All manufacturers' application or installation instructions must be provided to
the Inspector at least ten days prior to the first such application or installation. Contractor
must, at all times, make the Work available for testing or inspection. Neither City's
inspection or testing of Work, nor its failure to do so, operate to waive or limit Contractor's
duty to complete the Work in accordance with the Contract Documents.
(B) Scheduling and Notification. Contractor must cooperate with City in
coordinating the inspections and testing. Contractor must submit samples of materials, at
Contractor's expense, and schedule all tests required by the Contract Documents in time
to avoid any delay to the progress of the Work. Contractor must notify the Engineer no
later than noon of the Working Day before any inspection or testing and must provide
timely notice to the other necessary parties as specified in the Contract Documents. If
Contractor schedules an inspection or test beyond regular Work hours, or on a Saturday,
Sunday, or recognized City holiday, Contractor must notify the Engineer at least two
Working Days in advance for approval. If approved, Contractor must reimburse City for
the cost of the overtime inspection or testing. Such costs, including the City's hourly costs
for required personnel, may be deducted from payments otherwise due to Contractor.
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 53
(C) Responsibility for Costs. City will bear the initial cost of inspection and testing
to be performed by independent testing consultants retained by City, subject to the
following exceptions:
(1) Contractor will be responsible for the costs of any subsequent tests which
are required to substantiate compliance with the Contract Documents, and any
associated remediation costs.
(2) Contractor will be responsible for inspection costs, at City's hourly rates, for
inspection time lost because the Work is not ready or Contractor fails to appear
for a scheduled inspection.
(3) If any portion of the Work that is subject to inspection or testing is covered or
concealed by Contractor prior to the inspection or testing, Contractor will bear the
cost of making that portion of the Work available for the inspection or testing
required by the Contract Documents, and any associated repair or remediation
costs.
(4) Contractor is responsible for properly shoring all compaction test sites
deeper than five feet below grade, as required under Section 7.15 below.
(5) Any Work or material that is defective or fails to comply with the requirements
of the Contract Documents must be promptly repaired, removed, replaced, or
corrected by Contractor, at Contractor's sole expense, even if that Work or
material was previously inspected or included in a progress payment.
(D) Contractor's Obligations. Contractor is solely responsible for any delay
occasioned by remediation of defective or noncompliant Work or material. Inspection of
the Work does not in any way relieve Contractor of its obligations to perform the Work as
specified. Any Work done without the required inspection(s) will also be subject to
rejection by City.
(E) Distant Locations. If required off-site testing or inspection must be conducted
at a location more than 100 miles from the Project site, Contractor is solely responsible
for the additional travel costs required for testing and/or inspection at such locations.
(F) Final Inspection. The provisions of this Section 7.8 also apply to final inspection
under Article 11, Completion and Warranty Provisions.
7.9 Project Site Conditions and Maintenance. Contractor must at all times, on a 24-hour
basis and at its sole cost, maintain the Project site and staging and storage areas in
clean, neat, and sanitary condition and in compliance with all Laws pertaining to safety,
air quality, and dust control. Adequate toilets must be provided, and properly maintained
and serviced for all workers on the Project site, located in a suitably secluded area,
subject to City's prior approval. Contractor must also, on a daily basis and at its sole cost,
remove and properly dispose of the debris and waste materials from the Project site.
(A) Air Emissions Control. Contractor must not discharge smoke or other air
contaminants into the atmosphere in violation of any Laws.
(B) Dust and Debris. Contractor must minimize and confine dust and debris
resulting from the Work. Contractor must abate dust nuisance by cleaning, sweeping, and
immediately sprinkling with water excavated areas of dirt or other materials prone to
cause dust, and within one hour after the Engineer notifies Contractor that an airborne
nuisance exists. The Engineer may direct that Contractor provide an approved water -
spraying truck for this purpose. If water is used for dust control, Contractor will only use
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 54
the minimum necessary. Contractor must take all necessary steps to keep waste water
out of streets, gutters, or storm drains. See Section 7.19, Environmental Control. If City
determines that the dust control is not adequate, City may have the work done by others
and deduct the cost from the Contract Price. Contractor will immediately remove any
excess excavated material from the Project site and any dirt deposited on public streets.
(C) Clean up. Before discontinuing Work in an area, Contractor must clean the area
and remove all debris and waste along with the construction equipment, tools, machinery,
and surplus materials.
(1) Except as otherwise specified, all excess Project materials, and the materials
removed from existing improvements on the Project site with no salvage value or
intended reuse by City, will be Contractor's property.
(2) Hauling trucks and other vehicles leaving the Project site must be cleaned of
exterior mud or dirt before traveling on City streets. Materials and loose debris
must be delivered and loaded to prevent dropping materials or debris. Contractor
must immediately remove spillage from hauling on any publicly traveled way.
Streets affected by Work on the Project must be kept clean by street sweeping.
(D) Disposal. Contractor must dispose of all Project debris and waste materials in a
safe and legal manner. Contractor may not burn or bury waste materials on the Project
site. Contractor will not allow any dirt, refuse, excavated material, surplus concrete or
mortar, or any associated washings, to be disposed of onto streets, into manholes or into
the storm drain system.
(E) Completion. At the completion of the Work, Contractor must remove from the
Project site all of its equipment, tools, surplus materials, waste materials and debris,
presenting a clean and neat appearance. Before demobilizing from the Project site,
Contractor must ensure that all surfaces are cleaned, sealed, waxed, or finished as
applicable, and that all marks, stains, paint splatters, and the like have been properly
removed from the completed Work and the surrounding areas. Contractor must ensure
that all parts of the construction are properly joined with the previously existing and
adjacent improvements and conditions. Contractor must provide all cutting, fitting and
patching needed to accomplish that requirement. Contractor must also repair or replace
all existing improvements that are damaged or removed during the Work, both on and off
the Project site, including curbs, sidewalks, driveways, fences, signs, utilities, street
surfaces and structures. Repairs and replacements must be at least equal to the
previously existing improvements, and the condition, finish and dimensions must match
the previously existing improvements. Contractor must restore to original condition all
property or items that are not designated for alteration under the Contract Documents
and leave each Worksite clean and ready for occupancy or use by City.
(F) Non -Compliance. If Contractor fails to comply with its maintenance and cleanup
obligations or any City clean up order, City may, acting in its sole discretion, elect to
suspend the Work until the condition(s) is corrected with no increase in the Contract Time
or Contract Price, or undertake appropriate cleanup measures without further notice and
the cost will be deducted from any amounts due or to become due to Contractor.
7.10 Instructions and Manuals. Contractor must provide to City three copies each of all
instructions and manuals required by the Contract Documents, unless otherwise
specified. These must be complete as to drawings, details, parts lists, performance data,
and other information that may be required for City to easily maintain and service the
materials and equipment installed for this Project.
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 55
(A) Submittal Requirements. All manufacturers' application or installation
instructions must be provided to City at least ten days prior to the first such application.
The instructions and manuals, along with any required guarantees, must be delivered to
City for review.
(B) Training. Contractor or its Subcontractors must train City's personnel in the
operation and maintenance of any complex equipment or systems as a condition
precedent to Final Completion, if required in the Contract Documents.
7.11 As -built Drawings. Contractor and its Subcontractors must prepare and maintain at the
Project site a detailed, complete and accurate as -built set of the Plans which will be used
solely for the purpose of recording changes made in any portion of the original Plans in
order to create accurate record drawings at the end of the Project.
(A) Duty to Update. The as -built drawings must be updated as changes occur, on a
daily basis if necessary. City may withhold the estimated cost for City to have the as -built
drawings prepared from payments otherwise due to Contractor, until the as -built drawings
are brought up to date to the satisfaction of City. Actual locations to scale must be
identified on the as -built drawings for all runs of mechanical and electrical work, including
all site utilities installed underground, in walls, floors, or otherwise concealed. Deviations
from the original Plans must be shown in detail. The exact location of all main runs,
whether piping, conduit, ductwork or drain lines, must be shown by dimension and
elevation. The location of all buried pipelines, appurtenances, or other improvements
must be represented by coordinates and by the horizontal distance from visible above-
ground improvements.
(B) Final Completion. Contractor must verify that all changes in the Work are
depicted in the as -built drawings and must deliver the complete set of as -built drawings to
the Engineer for review and acceptance as a condition precedent to Final Completion
and Final Payment.
7.12 Existing Utilities.
(A) General. The Work may be performed in developed, urban areas with existing
utilities, both above and below ground, including utilities identified in the Contract
Documents or in other informational documents or records. Contractor must take due
care to locate identified or reasonably identifiable utilities before proceeding with
trenching, excavation, or any other activity that could damage or disrupt existing utilities.
This may include excavation with small equipment, potholing, or hand excavation, and, if
practical, using white paint or other suitable markings to delineate the area to be
excavated. Except as otherwise provided herein, Contractor will be responsible for costs
resulting from damage to identified or reasonably identifiable utilities due to Contractor's
negligence or failure to comply with the Contract Documents, including the requirements
in this Article 7.
(B) Unidentified Utilities. Pursuant to Government Code § 4215, if, during the
performance of the Work, Contractor discovers utility facilities not identified by City in the
Contract Documents, Contractor must immediately provide written notice to City and the
utility. City assumes responsibility for the timely removal, relocation, or protection of
existing main or trunkline utility facilities located on the Project site if those utilities are not
identified in the Contract Documents. Contractor will be compensated in accordance with
the provisions of the Contract Documents for the costs of locating, repairing damage not
due to Contractor's failure to exercise reasonable care, and removing or relocating utility
facilities not indicated in the Plans or Specifications with reasonable accuracy, and for
equipment on the Project necessarily idled during such work. Contractor will not be
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 56
assessed liquidated damages for delay in completion of the Work, to the extent the delay
was caused by City's failure to provide for removal or relocation of the utility facilities.
7.13 Notice of Excavation. Contractor must comply with all applicable requirements in
Government Code §§ 4216 through 4216.5, which are incorporated by reference herein.
Government Code § 4216.2 requires that, except in an emergency, Contractor must
contact the appropriate regional notification center, or Underground Services Alert, at
least two working days, but not more than 14 calendar days, before starting any
excavation if the excavation will be conducted in an area that is known, or reasonably
should be known, to contain subsurface installations. Contractor may not begin
excavation until it has obtained and submitted to Engineer an inquiry identification
number from Underground Services Alert.
7.14 Trenching and Excavations of Four Feet or More. As required by Public Contract
Code § 7104, if the Work includes digging trenches or other excavations that extend
deeper than four feet below the surface, the provisions in this Section apply to the Work
and the Project.
(A) Duty to Notify. Contractor must promptly, and before the following conditions
are disturbed, provide written notice to City if Contractor finds any of the following
conditions:
(1) Material that Contractor believes may be a hazardous waste, as defined in §
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 the provisions of existing
Laws;
(2) Subsurface or latent physical conditions at the Project site differing from
those indicated by information about the Project site made available to bidders
prior to the deadline for submitting bids; or
(3) Unknown physical conditions at the Project site of any unusual nature,
materially different from those ordinarily encountered and generally recognized
as inherent in work of the character required by the Contract Documents.
(B) City Investigation. City will promptly investigate the conditions and if City finds
that the conditions materially differ from those indicated, apparent, or reasonably inferred
from information about the Project site made available to bidders, or involve hazardous
waste, and cause a decrease or increase in Contractor's cost of, or the time required for,
performance of any part of the Work, City will issue a Change Order.
(C) Disputes. In the event that a dispute arises between City and Contractor
regarding any of the conditions specified in subsection (B) above, or the terms of a
Change Order issued by City, Contractor will not be excused from completing the Work
within the Contract Time, but must proceed with all Work to be performed under the
Contract. Contractor will retain any and all rights provided either by the Contract or by
Laws which pertain to the resolution of disputes between Contractor and City.
7.15 Trenching of Five Feet or More. As required by Labor Code § 6705, if the Contract
Price exceeds $25,000 and the Work includes the excavation of any trench or trenches of
five feet or more in depth, a detailed plan must be submitted to City for acceptance in
advance of the excavation. The detailed plan must show the design of shoring, bracing,
sloping, or other provisions to be made for worker protection from the hazard of caving
ground during the excavation. If the plan varies from the shoring system standards, it
must be prepared by a California registered civil or structural engineer. Use of a shoring,
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 57
sloping, or protective system less effective than that required by the Construction Safety
Orders is prohibited.
7.16 New Utility Connections. Except as otherwise specified, City will pay connection
charges and meter costs for new permanent utilities required by the Contract Documents,
if any. Contractor must notify City sufficiently in advance of the time needed to request
service from each utility provider so that connections and services are initiated in
accordance with the Project schedule.
7.17 Lines and Grades. Contractor is required to use any benchmark provided by the
Engineer. Unless otherwise specified in the Contract Documents, Contractor must
provide all lines and grades required to execute the Work. Contractor must also provide,
preserve, and replace if necessary, all construction stakes required for the Project. All
stakes or marks must be set by a California licensed surveyor or a California registered
civil engineer. Contractor must notify the Engineer of any discrepancies found between
Contractor's staking and grading and information provided by the Contract Documents.
Upon completion, all Work must conform to the lines, elevations, and grades shown in
the Plans, including any changes directed by a Change Order.
7.18 Historic or Archeological Items.
(A) Contractor's Obligations. Contractor must ensure that all persons performing
Work at the Project site are required to immediately notify the Project Manager, upon
discovery of any potential historic or archeological items, including historic or prehistoric
ruins, a burial ground, archaeological or vertebrate paleontological site, including
fossilized footprints or other archeological, paleontological or historical feature on the
Project site (collectively, "Historic or Archeological Items").
(B) Discovery; Cessation of Work. Upon discovery of any potential Historic or
Archeological Items, Work must be stopped within an 85 -foot radius of the find and may
not resume until authorized in writing by City. If required by City, Contractor must assist in
protecting or recovering the Historic or Archeological Items, with any such assistance to
be compensated as Extra Work on a time and materials basis under Article 6, Contract
Modification. At City's discretion, a suspension of Work required due to discovery of
Historic or Archeological Items may be treated as Excusable Delay pursuant to Article 5,
or as a suspension for convenience under Article 13.
7.19 Environmental Control. Contractor must not pollute any drainage course or its tributary
inlets with fuels, oils, bitumens, acids, insecticides, herbicides or other harmful materials.
Contractor must prevent the release of any hazardous material or hazardous waste into
the soil or groundwater, and prevent the unlawful discharge of pollutants into City's storm
drain system and watercourses as required below. Contractor and its Subcontractors
must at all times in the performance of the Work comply with all Laws concerning
pollution of waterways.
(A) Stormwater Permit. Contractor must comply with all applicable conditions of
the State Water Resources Control Board National Pollutant Discharge Elimination
System General Permit for Waste Discharge Requirements for Discharges of Stormwater
Runoff Associated with Construction Activity ("Stormwater Permit").
(B) Contractor's Obligations. If required for the Work, a copy of the Stormwater
Permit is on file in City's principal administrative offices, and Contractor must comply with
it without adjustment of the Contract Price or the Contract Time. Contractor must timely
and completely submit required reports and monitoring information required by the
conditions of the Stormwater Permit. Contractor also must comply with all other Laws
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 58
governing discharge of stormwater, including applicable municipal stormwater
management programs.
7.20 Noise Control. Contractor must comply with all applicable noise control Laws. Noise
control requirements apply to all equipment used for the Work or related to the Work,
including trucks, transit mixers or transient equipment that may or may not be owned by
Contractor.
7.21 Mined Materials. Pursuant to the Surface Mining and Reclamation Act of 1975, Public
Resources Code § 2710 et seq., any purchase of mined materials, such as construction
aggregate, sand, gravel, crushed stone, road base, fill materials, and any other mineral
materials must originate from a surface mining operation included on the AB 3098 List,
which is available online at:
ftp://ftp.consrv.ca.gov/pub/omr/AB3098%2OList/AB3908List.pd
Article 8 - Payment
8.1 Schedule of Values. Prior to submitting its first application for payment, Contractor must
prepare and submit to the Project Manager a schedule of values apportioned to the
various divisions and phases of the Work, including mobilization and demobilization. If a
Bid Schedule was submitted with Contractor's bid, the amounts in the schedule of values
must be consistent with the Bid Schedule. Each line item contained in the schedule of
values must be assigned a value such that the total of all items equals the Contract Price.
The items must be sufficiently detailed to enable accurate evaluation of the percentage of
completion claimed in each application for payment, and the assigned value consistent
with any itemized or unit pricing submitted with Contractor's bid.
(A) Measurements for Unit Price Work. Materials and items of Work to be paid for
on the basis of unit pricing will be measured according to the methods specified in the
Contract Documents.
(B) Deleted or Reduced Work. Contractor will not be compensated for Work that
City has deleted or reduced in scope, except for any labor, material or equipment costs
for such Work that Contractor reasonably incurred before Contractor learned that the
Work could be deleted or reduced. Contractor will only be compensated for those actual,
direct and documented costs incurred, and will not be entitled to any mark up for
overhead or lost profits.
8.2 Progress Payments. Following the last day of each month, or as otherwise required by
the Special Conditions or Specifications, Contractor will submit to the Project Manager a
monthly application for payment for Work performed during the preceding month based
on the estimated value of the Work performed during that preceding month.
(A) Application for Payment Each application for payment must be itemized to
include labor, materials, and equipment incorporated into the Work, and materials and
equipment delivered to the Project site, as well as authorized and approved Change
Orders. Each payment application must be supported by the unit prices submitted with
Contractor's Bid Schedule and/or schedule of values and any other substantiating data
required by the Contract Documents.
(B) Payment of Undisputed Amounts. City will pay the undisputed amount due
within 30 days after Contractor has submitted a complete and accurate payment
application, subject to Public Contract Code § 20104.50. City will deduct a percentage
from each progress payment as retention, as set forth in Section 8.5, below, and may
withhold additional amounts as set forth in Section 8.3, below.
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 59
8.3 Adjustment of Payment Application. City may adjust or reject the amount requested in
a payment application, including application for Final Payment, in whole or in part, if the
amount requested is disputed or unsubstantiated. Contractor will be notified in writing of
the basis for the modification to the amount requested. City may also deduct or withhold
from payment otherwise due based upon any of the circumstances and amounts listed
below. Sums withheld from payment otherwise due will be released when the basis for
that withholding has been remedied and no longer exists.
(A) For Contractor's unexcused failure to perform the Work as required by the
Contract Documents, including correction or completion of punch list items, City may
withhold or deduct an amount based on the City's estimated cost to correct or complete
the Work.
(B) For loss or damage caused by Contractor or its Subcontractors arising out of or
relating to performance of the Work or any failure to protect the Project site, City may
deduct an amount based on the estimated cost to repair or replace.
(C) For Contractor's failure to pay its Subcontractors and suppliers when payment is
due, City may withhold an amount equal to the total of past due payments and may opt to
pay that amount separately via joint check pursuant to Section 8.6(B), Joint Checks.
(D) For Contractor's failure to timely correct rejected, nonconforming, or defective
Work, City may withhold or deduct an amount based on the City's estimated cost to
correct or complete the Work.
(E) For any unreleased stop notice, City may withhold 125% of the amount claimed.
(F) For Contractor's failure to submit any required schedule or schedule update in
the manner and within the time specified in the Contract Documents, City may withhold
an amount equal to five percent of the total amount requested until Contractor complies
with its schedule submittal obligations.
(G) For Contractor's failure to maintain or submit as -built documents in the manner
and within the time specified in the Contract Documents, City may withhold or deduct an
amount based on the City's cost to prepare the as-builts.
(H) For Work performed without Shop Drawings that have been accepted by City,
when accepted Shop Drawings are required before proceeding with the Work, City may
deduct an amount based on the estimated costs to correct unsatisfactory Work or
diminution in value.
(1) For fines, payments, or penalties assessed under the Labor Code, City may
deduct from payments due to Contractor as required by Laws and as directed by the
Division of Labor Standards Enforcement.
(J) For any other costs or charges that may be withheld or deducted from payments
to Contractor, as provided in the Contract Documents, including liquidated damages, City
may withhold or deduct such amounts from payment otherwise due to Contractor.
8.4 Early Occupancy. Neither City's payment of progress payments nor its partial or full use
or occupancy of the Project constitutes acceptance of any part of the Work.
8.5 Retention. City will retain five percent of the full amount due on each progress payment
(i.e., the amount due before any withholding or deductions pursuant to Section 8.3,
Adjustment to Payment Application), or the percentage stated in the Notice Inviting Bids,
whichever is greater, as retention to ensure full and satisfactory performance of the Work.
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 60
Contractor is not entitled to any reduction in the rate of withholding at any time, nor to
release of any retention before 35 days following City's acceptance of the Project.
(A) Substitution of Securities. As provided by Public Contract Code § 22300,
Contractor may request in writing that it be allowed, at its sole expense, to substitute
securities for the retention withheld by City. Any escrow agreement entered into pursuant
to this provision must fully comply with Public Contract Code § 22300 and will be subject
to approval as to form by City's legal counsel. If City exercises its right to draw upon such
securities in the event of default pursuant to section (7) of the statutory Escrow
Agreement for Security Deposits in Lieu of Retention, pursuant to subdivision (f) of Public
Contract Code § 22300 ("Escrow Agreement"), and if Contractor disputes that it is in
default, its sole remedy is to comply with the dispute resolution procedures in Article 12
and the provisions therein. It is agreed that for purposes of this paragraph, an event of
default includes City's rights pursuant to these Contract Documents to withhold or deduct
sums from retention, including withholding or deduction for liquidated damages,
incomplete or defective Work, stop payment notices, or backcharges. It is further agreed
that if any individual authorized to give or receive written notice on behalf of a party
pursuant to section (10) of the Escrow Agreement are unavailable to give or receive
notice on behalf of that party due to separation from employment, retirement, death, or
other circumstances, the successor or delegee of the named individual is deemed to be
the individual authorized to give or receive notice pursuant to section (10) of the Escrow
Agreement.
(B) Release of Undisputed Retention. All undisputed retention, less any amounts
that may be assessed as liquidated damages, retained for stop notices, or otherwise
withheld pursuant to Section 8.3, Adjustment of Payment Application, will be released as
Final Payment to Contractor no sooner than 35 days following recordation of the notice of
completion, and no later than 60 days following acceptance of the Project by City's
governing body or authorized designee pursuant to Section 11.1(C), Acceptance, or, if
the Project has not been accepted, no later than 60 days after the Project is otherwise
considered complete pursuant to Public Contract Code § 7107(c).
8.6 Payment to Subcontractors and Suppliers. Each month, Contractor must promptly
pay each Subcontractor and supplier the value of the portion of labor, materials, and
equipment incorporated into the Work or delivered to the Project site by the
Subcontractor or supplier during the preceding month. Such payments must be made in
accordance with the requirements of Laws pertaining to such payments, and those of the
Contract Documents and applicable subcontract or supplier contract.
(A) Withholding for Stop Notice. Pursuant to Civil Code § 9358, City will withhold
125% of the amount claimed by an unreleased stop notice, a portion of which may be
retained by City for the costs incurred in handling the stop notice claim, including
attorneys' fees and costs, as authorized by law.
(B) Joint Checks. City reserves the right, acting in its sole discretion, to issue joint
checks made payable to Contractor and a Subcontractor or supplier, if City determines
this is necessary to ensure fair and timely payment for a Subcontractor or supplier who
has provided services or goods for the Project. As a condition to release of payment by a
joint check, the joint check payees may be required to execute a joint check agreement in
a form provided or approved by the City Attorney's Office. The joint check payees will be
jointly and severally responsible for the allocation and disbursement of funds paid by joint
check. Payment by joint check will not be construed to create a contractual relationship
between City and a Subcontractor or supplier of any tier beyond the scope of the joint
check agreement.
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 61
8.7 Final Payment. Contractor's application for Final Payment must comply with the
requirements for submitting an application for a progress payment as stated in Section
8.2, above. Corrections to previous progress payments, including adjustments to
estimated quantities for unit priced items, may be included in the Final Payment. If
Contractor fails to submit a timely application for Final Payment, City reserves the right to
unilaterally process and issue Final Payment without an application from Contractor in
order to close out the Project. For the purposes of determining the deadline for Claim
submission pursuant to Article 12, the date of Final Payment is deemed to be the date
that City acts to release undisputed retention as final payment to Contractor, or otherwise
provides written notice to Contractor of Final Payment or that no undisputed funds remain
available for Final Payment due to offsetting withholdings or deductions pursuant to
Section 8.3, Adjustment of Payment Application. If the amount due from Contractor to
City exceeds the amount of Final Payment, City retains the right to recover the balance
from Contractor or its sureties.
8.8 Release of Claims. City may, at any time, require that payment of the undisputed
portion of any progress payment or Final Payment be contingent upon Contractor
furnishing City with a written waiver and release of all claims against City arising from or
related to the portion of Work covered by those undisputed amounts subject to the
limitations of Public Contract Code § 7100. Any disputed amounts may be specifically
excluded from the release.
8.9 Warranty of Title. Contractor warrants that title to all work, materials, or equipment
incorporated into the Work and included in a request for payment will pass over to City
free of any claims, liens, or encumbrances upon payment to Contractor.
Article 9 - Labor Provisions
9.1 Discrimination Prohibited. Discrimination against any prospective or present employee
engaged in the Work on grounds of race, color, ancestry, national origin, ethnicity,
religion, sex, sexual orientation, age, disability, or marital status is strictly prohibited.
Contractor and its Subcontractors are required to comply with all applicable Laws
prohibiting discrimination, including the California Fair Employment and Housing Act
(Govt. Code § 12900 et seq.), Government Code § 11135, and Labor Code §§ 1735,
1777.5, 1777.6, and 3077.5.
9.2 Labor Code Requirements.
(A) Eight Hour Day. Pursuant to Labor Code § 1810, eight hours of labor constitute
a legal day's work under this Contract.
(B) Penalty. Pursuant to Labor Code § 1813, Contractor will forfeit to City as a
penalty, the sum of $25.00 for each day during which a worker employed by Contractor
or any Subcontractor is required or permitted to work more than eight hours in any one
calendar day or more than 40 hours per calendar week, except if such workers are paid
overtime under Labor Code § 1815.
(C) Apprentices. Contractor is responsible for compliance with the requirements
governing employment and payment of apprentices, as set forth in Labor Code § 1777.5,
which is fully incorporated by reference.
(D) Notices. Pursuant to Labor Code § 1771 4, Contractor is required to post all job
site notices prescribed by Laws.
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 62
9.3 Prevailing Wages. Each worker performing Work under this Contract that is covered
under Labor Code §§ 1720 or 1720.9, including cleanup at the Project site, must be paid
at a rate not less than the prevailing wage as defined in §§ 1771 and 1774 of the Labor
Code. The prevailing wage rates are on file with the City and available online at
http://www.dir.ca.gov/dlsr. Contractor must post a copy of the applicable prevailing rates
at the Project site.
(A) Penalties. Pursuant to Labor Code § 1775, Contractor and any Subcontractor
will forfeit to City as a penalty up to $200.00 for each calendar day, or portion a day, for
each worker paid less than the applicable prevailing wage rate. Contractor must also pay
each worker the difference between the applicable prevailing wage rate and the amount
actually paid to that worker.
(B) Federal Requirements. If this Project is subject to federal prevailing wage
requirements in addition to California prevailing wage requirements, Contractor and its
Subcontractors are required to pay the higher of the currently applicable state or federal
prevailing wage rates.
9.4 Payroll Records. Contractor must comply with the provisions of Labor Code §§ 1776
and 1812 and all implementing regulations, which are fully incorporated by this reference,
including requirements for electronic submission of payroll records to the DIR.
(A) Contractor and Subcontractor Obligations. Contractor and each
Subcontractor must keep accurate payroll records, showing the name, address, social
security number, work classification, straight time and overtime hours worked each day
and week, and the actual per diem wages paid to each journeyman, apprentice, worker,
or other employee employed in connection with the Work. Each payroll record must
contain or be verified by a written declaration that it is made under penalty of perjury,
stating both of the following:
(1) The information contained in the payroll record is true and correct; and
(2) Contractor or the Subcontractor has complied with the requirements of Labor
Code §§ 1771, 1811, and 1815 for any Work performed by its employees on the
Project.
(B) Certified Record. A certified copy of an employee's payroll record must be
made available for inspection or furnished to the employee or his or her authorized
representative on request, to City, to the Division of Labor Standards Enforcement, to the
Division of Apprenticeship Standards of the DIR, and as further required by the Labor
Code.
(C) Enforcement. Upon notice of noncompliance with Labor Code § 1776,
Contractor or Subcontractor has ten days in which to comply with the requirements of this
section. If Contractor or Subcontractor fails to do so within the ten-day period, Contractor
or Subcontractor will forfeit a penalty of $100.00 per day, or portion a day, for each
worker for whom compliance is required, until strict compliance is achieved. Upon
request by the Division of Apprenticeship Standards, or the Division of Labor Standards
Enforcement, these penalties will be withheld from payments then due to Contractor.
9.5 Labor Compliance. Pursuant to Labor Code § 1771.4, the Contract for this Project is
subject to compliance monitoring and enforcement by the DIR.
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 63
Article 10 - Safety Provisions
10.1 Safety Precautions and Programs. Contractor and its Subcontractors are fully
responsible for safety precautions and programs, and for the safety of persons and
property in the performance of the Work. Contractor and its Subcontractors must at all
times comply with all applicable health and safety Laws and seek to avoid injury, loss, or
damage to persons or property by taking reasonable steps to protect its employees and
other persons at any Worksite, materials and equipment stored on or off site, and
property at or adjacent to any Worksite.
(A) Reporting Requirements. Contractor must immediately notify the City of any
death, serious injury or illness resulting from Work on the Project. Contractor must
immediately provide a written report to City of each recordable accident or injury
occurring at any Worksite within 24 hours of the occurrence. The written report must
include: (1) the name and address of the injured or deceased person; (2) the name and
address of each employee of Contractor or of any Subcontractor involved in the incident;
(3) a detailed description of the incident, including precise location, time, and names and
contact information for known witnesses; and (4) a police or first responder report, if
applicable. If Contractor is required to file an accident report with a government agency,
Contractor will provide a copy of the report to City.
(B) Legal Compliance. Contractor's safety program must comply with the
applicable legal and regulatory requirements. Contractor must provide City with copies of
all notices required by Laws.
(C) Contractor's Obligations. Any damage or loss caused by Contractor arising
from the Work which is not insured under property insurance must be promptly remedied
by Contractor.
(D) Remedies. If City determines, in its sole discretion, that any part of the Work or
Project site is unsafe, City may, without assuming responsibility for Contractor's safety
program, require Contractor or its Subcontractor to cease performance of the Work or to
take corrective measures to City's satisfaction. If Contractor fails to promptly take the
required corrective measures, City may perform them and deduct the cost from the
Contract Price. Contractor agrees it is not entitled to submit a Claim for damages, for an
increase in Contract Price, or for a change in Contract Time based on Contractor's
compliance with City's request for corrective measures pursuant to this provision.
10.2 Hazardous Materials. Unless otherwise specified in the Contract Documents, this
Contract does not include the removal, handling, or disturbance of any asbestos or other
Hazardous Materials. If Contractor encounters materials on the Project site that
Contractor reasonably believes to be asbestos or other Hazardous Materials, and the
asbestos or other Hazardous Materials have not been rendered harmless, Contractor
may continue Work in unaffected areas reasonably believed to be safe, but must
immediately cease work on the area affected and report the condition to City. No
asbestos, asbestos -containing products or other Hazardous Materials may be used in
performance of the Work.
10.3 Material Safety. Contractor is solely responsible for complying with § 5194 of Title 8 of
the California Code of Regulations, including by providing information to Contractor's
employees about any hazardous chemicals to which they may be exposed in the course
of the Work. A hazard communication program and other forms of warning and training
about such exposure must be used. Contractor must also maintain Safety Data Sheets
("SDS") at the Project site, as required by Laws, for materials or substances used or
consumed in the performance of the Work. The SDS will be accessible and available to
Contractor's employees, Subcontractors, and City.
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 64
(A) Contractor Obligations. Contractor is solely responsible for the proper
delivery, handling, use, storage, removal, and disposal of all materials brought to the
Project site and/or used in the performance of the Work. Contractor must notify the
Engineer if a specified product or material cannot be used safely.
(B) Labeling. Contractor must ensure proper labeling on any material brought onto
the Project site so that any persons working with or in the vicinity of the material may be
informed as to the identity of the material, any potential hazards, and requirements for
proper handling, protections, and disposal.
10.4 Hazardous Condition. Contractor is solely responsible for determining whether a
hazardous condition exists or is created during the course of the Work, involving a risk of
bodily harm to any person or risk of damage to any property. If a hazardous condition
exists or is created, Contractor must take all precautions necessary to address the
condition and ensure that the Work progresses safely under the circumstances.
Hazardous conditions may result from, but are not limited to, use of specified materials or
equipment, the Work location, the Project site condition, the method of construction, or
the way any Work must be performed.
10.5 Emergencies. In an emergency affecting the safety or protection of persons, Work, or
property at or adjacent to any Worksite, Contractor must take reasonable and prompt
actions to prevent damage, injury, or loss, without prior authorization from the City if,
under the circumstances, there is inadequate time to seek prior authorization from the
City.
Article 11 - Completion and Warranty Provisions
11.1 Final Completion.
(A) Final Inspection and Punch List. When the Work required by this Contract is
fully performed, Contractor must provide written notification to City requesting final
inspection. The Engineer will schedule the date and time for final inspection, which must
include Contractor's primary representative for this Project and its superintendent. Based
on that inspection, City will prepare a punch list of any items that are incomplete, missing,
defective, incorrectly installed, or otherwise not compliant with the Contract Documents.
The punch list to Contractor will specify the time by which all of the punch list items must
be completed or corrected. The punch list may include City's estimated cost to complete
each punch list item if Contractor fails to do so within the specified time. The omission of
any non-compliant item from a punch list will not relieve Contractor from fulfilling all
requirements of the Contract Documents. Contractor's failure to complete any punch list
item within the time specified in the punch list will not waive or abridge its warranty
obligations for any such items that must be completed by the City or by a third party
retained by the City due to Contractor's failure to timely complete any such outstanding
item.
(B) Requirements for Final Completion. Final Completion will be achieved upon
completion or correction of all punch list items, as verified by City's further inspection, and
upon satisfaction of all other Contract requirements, including any commissioning
required under the Contract Documents and submission of all final submittals, including
instructions and manuals as required under Section 7.10, and complete, final as -built
drawings as required under Section 7.11, all to City's satisfaction.
(C) Acceptance. The Project will be considered accepted upon City Council action
during a public meeting to accept the Project, unless the Engineer is authorized to accept
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 65
the Project, in which case the Project will be considered accepted upon the date of the
Engineer's issuance of a written notice of acceptance. In order to avoid delay of Project
close out, the City may elect, acting in its sole discretion, to accept the Project as
complete subject to exceptions for punch list items that are not completed within the time
specified in the punch list.
(D) Final Payment and Release of Retention. Final Payment and release of
retention, less any sums withheld pursuant to the provisions of the Contract Documents,
will not be made sooner than 35 days after recordation of the notice of completion. If
Contractor fails to complete all of the punch list items within the specified time, City may
withhold up to 150% of City's estimated cost to complete each of the remaining items
from Final Payment and may use the withheld retention to pay for the costs to self -
perform the outstanding items or to retain a third party to complete any such outstanding
punch list item.
11.2 Warranty.
(A) General. Contractor warrants that all materials and equipment will be new
unless otherwise specified, of good quality, in conformance with the Contract Documents,
and free from defective workmanship and materials. Contractor further warrants that the
Work will be free from material defects not intrinsic in the design or materials required in
the Contract Documents. Contractor warrants that materials or items incorporated into
the Work comply with the requirements and standards in the Contract Documents,
including compliance with Laws, and that any Hazardous Materials encountered or used
were handled as required by Laws. At City's request, Contractor must furnish satisfactory
evidence of the quality and type of materials and equipment furnished. Contractor's
warranty does not extend to damage caused by normal wear and tear, or improper use or
maintenance.
(B) Warranty Period. Contractor's warranty must guarantee its Work for a period of
one year from the date of Project acceptance (the "Warranty Period"), except when a
longer guarantee is provided by a supplier or manufacturer or is required by the
Specifications or Special Conditions. Contractor must obtain from its Subcontractors,
suppliers and manufacturers any special or extended warranties required by the Contract
Documents.
(C) Warranty Documents. As a condition precedent to Final Completion,
Contractor must supply City with all warranty and guarantee documents relevant to
equipment and materials incorporated into the Work and guaranteed by their suppliers or
manufacturers.
(D) Subcontractors. The warranty obligations in the Contract Documents apply to
Work performed by Contractor and its Subcontractors, and Contractor agrees to be co -
guarantor of such Work.
(E) Contractor's Obligations. Upon written notice from City to Contractor of any
defect in the Work discovered during the Warranty Period, Contractor or its responsible
Subcontractor must promptly correct the defective Work at its own cost. Contractor's
obligation to correct defects discovered during the Warranty Period will continue past the
expiration of the Warranty Period as to any defects in Work for which Contractor was
notified prior to expiration of the Warranty Period. Work performed during the Warranty
Period ("Warranty Work") will be subject to the warranty provisions in this Section 11.2 for
a one-year period that begins upon completion of such Warranty Work to City's
satisfaction.
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 66
(F) City's Remedies. If Contractor or its responsible Subcontractor fails to correct
defective Work within ten days following notice by City, or sooner if required by the
circumstances, City may correct the defects to conform with the Contract Documents at
Contractor's sole expense. Contractor must reimburse City for its costs in accordance
with subsection (H), below.
(G) Emergency Repairs. In cases of emergency where any delay in correcting
defective Work could cause harm, loss or damage, City may immediately correct the
defects to conform with the Contract Documents at Contractor's sole expense. Contractor
or its surety must reimburse City for its costs in accordance with subsection (H), below.
(H) Reimbursement. Contractor must reimburse City for its costs to repair under
subsections (F) or (G), above, within 30 days following City's submission of a demand for
payment pursuant to this provision. If City is required to initiate legal action to compel
Contractor's compliance with this provision, and City is the prevailing party in such action,
Contractor and its surety are solely responsible for all of City's attorney's fees and legal
costs expended to enforce Contractor's warranty obligations herein in addition to any and
all costs City incurs to correct the defective Work.
11.3 Use Prior to Final Completion. City reserves the right to occupy or make use of the
Project, or any portions of the Project, prior to Final Completion if City has determined
that the Project or portion of it is in a condition suitable for the proposed occupation or
use, and that it is in its best interest to occupy or make use of the Project, or any portions
of it, prior to Final Completion. City will notify Contractor in writing of its intent to occupy
or make use of the Project or any portions of the Project, pursuant to this provision.
(A) Non -Waiver. Occupation or use of the Project, in whole or in part, prior to Final
Completion will not operate as acceptance of the Work or any portion of it, nor will it
operate as a waiver of any of City's rights or Contractor's duties pursuant to these
Contract Documents, and will not affect nor bear on the determination of the time of
substantial completion with respect to any statute of repose pertaining to the time for
filing an action for construction defect.
(B) City's Responsibility. City will be responsible for the cost of maintenance and
repairs due to normal wear and tear with respect to those portions of the Project that are
being occupied or used before Final Completion. The Contract Price or the Contract Time
may be adjusted pursuant to the applicable provisions of these Contract Documents if,
and only to the extent that, any occupation or use under this Section actually adds to
Contractor's cost or time to complete the Work within the Contract Time.
11.4 Substantial Completion. For purposes of determining "substantial completion" with
respect to any statute of repose pertaining to the time for filing an action for construction
defect, "substantial completion" is deemed to mean the last date that Contractor or any
Subcontractor performs Work on the Project prior to City acceptance of the Project,
except for warranty work performed under this Article.
Article 12 - Dispute Resolution
12.1 Claims. This Article applies to and provides the exclusive procedures for any Claim
arising from or related to the Contract or performance of the Work.
(A) Definition. "Claim" means a separate demand by Contractor, submitted in
writing by registered or certified mail with return receipt requested, for a change in the
Contract Time, including a time extension or relief from liquidated damages, or a change
in the Contract Price, when the demand has previously been submitted to City in
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 67
accordance with the requirements of the Contract Documents, and which has been
rejected or disputed by City, in whole or in part. A Claim may also include that portion of a
unilateral Change Order that is disputed by the Contractor.
(B) Limitations. A Claim may only include the portion of a previously rejected
demand that remains in dispute between Contractor and City. With the exception of any
dispute regarding the amount of money actually paid to Contractor as Final Payment,
Contractor is not entitled to submit a Claim demanding a change in the Contract Time or
the Contract Price, which has not previously been submitted to City in full compliance
with Article 5 and Article 6, and subsequently rejected in whole or in part by City.
(C) Scope of Article. This Article is intended to provide the exclusive procedures for
submission and resolution of Claims of any amount and applies in addition to the
provisions of Public Contract Code § 9204 and § 20104 et seq., which are incorporated
by reference herein.
(D) No Work Delay. Notwithstanding the submission of a Claim or any other dispute
between the parties related to the Project or the Contract Documents, Contractor must
perform the Work and may not delay or cease Work pending resolution of a Claim or
other dispute, but must continue to diligently prosecute the performance and timely
completion of the Work, including the Work pertaining to the Claim or other dispute.
(E) Informal Resolution. Contractor will make a good faith effort to informally
resolve a dispute before initiating a Claim, preferably by face-to-face meeting between
authorized representatives of Contractor and City.
12.2 Claims Submission. The following requirements apply to any Claim subject to this
Article:
(A) Substantiation. The Claim must be submitted to City in writing, clearly
identified as a "Claim" submitted pursuant to this Article 12 and must include all of the
documents necessary to substantiate the Claim including the Change Order request that
was rejected in whole or in part, and a copy of City's written rejection that is in dispute.
The Claim must clearly identify and describe the dispute, including relevant references to
applicable portions of the Contract Documents, and a chronology of relevant events. Any
Claim for additional payment must include a complete, itemized breakdown of all known
or estimated labor, materials, taxes, insurance, and subcontract, or other costs.
Substantiating documentation such as payroll records, receipts, invoices, or the like, must
be submitted in support of each component of claimed cost. Any Claim for an extension
of time or delay costs must be substantiated with a schedule analysis and narrative
depicting and explaining claimed time impacts.
(B) Claim Format and Content. A Claim must be submitted in the following format.
(1) Provide a cover letter, specifically identifying the submission as a "Claim"
submitted under this Article 12 and specifying the requested remedy (e.g.,
amount of proposed change to Contract Price and/or change to Contract Time).
(2) Provide a summary of each Claim, including underlying facts and the basis
for entitlement, and identify each specific demand at issue, including the specific
Change Order request (by number and submittal date), and the date of City's
rejection of that demand, in whole or in part.
(3) Provide a detailed explanation of each issue in dispute. For multiple issues
included within a single Claim or for multiple Claims submitted concurrently,
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 68
separately number and identify each individual issue or Claim, and include the
following for each separate issue or Claim.
a. A succinct statement of the matter in dispute, including Contractor's
position and the basis for that position;
b. Identify and attach all documents that substantiate the Claim,
including relevant provisions of the Contract Documents, RFls,
calculations, and schedule analysis (see subsection (A), Substantiation,
above);
c. A chronology of relevant events; and
d. Analysis and basis for claimed changes to Contract Price, Contract
Time, or any other remedy requested.
(4) Provide a summary of issues and corresponding claimed damages. If, by the
time of the Claim submission deadline (below), the precise amount of the
requested change in the Contract Price or Contract Time is not yet known,
Contractor must provide a good faith estimate, including the basis for that
estimate, and must identify the date by which it is anticipated that the Claim will
be updated to provide final amounts.
(5) Include the following certification, executed by Contractor's authorized
representative:
"The undersigned Contractor certifies under penalty of perjury that its statements
and representations in this Claim submittal are true and correct. Contractor
warrants that this Claim submittal is comprehensive and complete as to the
matters in dispute, and agrees that any costs, expenses, or delay not included
herein are deemed waived."
(C) Submission Deadlines.
(1) A Claim disputing rejection of a request for a change in the Contract Time or
Contract Price must be submitted within 15 days following the date that City
notified Contractor in writing that a request for a change in the Contract Time or
Contract Price, duly submitted in compliance with Article 5 and Article 6, has
been rejected in whole or in part. A Claim disputing the terms of a unilateral
Change Order must be submitted within 15 days following the date of issuance of
the unilateral Change Order. These Claim deadlines apply even if Contractor
cannot yet quantify the total amount of any requested change in the Contract
Time or Contract Price. If the Contractor cannot quantify those amounts, it must
submit an estimate of the amounts claimed pending final determination of the
requested remedy by Contractor.
(2) With the exception of any dispute regarding the amount of Final Payment,
any Claim must be filed on or before the date of Final Payment or will be deemed
waived.
(3) A Claim disputing the amount of Final Payment must be submitted within 15
days of the effective date of Final Payment, under Section 8.7, Final Payment.
(4) Strict compliance with these Claim submission deadlines is necessary to
ensure that any dispute may be mitigated as soon as possible, and to facilitate
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 69
cost-efficient administration of the Project. Any Claim that is not submitted
within the specified deadlines will be deemed waived by Contractor.
12.3 City's Response. City will respond within 45 days of receipt of the Claim with a written
statement identifying which portion(s) of the Claim are disputed, unless the 45 -day period
is extended by mutual agreement of City and Contractor or as otherwise allowed under
Public Contract Code § 9204. However, if City determines that the Claim is not
adequately substantiated pursuant to Section 12.2(A), Substantiation, City may first
request in writing, within 30 days of receipt of the Claim, any additional documentation
supporting the Claim or relating to defenses to the Claim that City may have against the
Claim.
(A) Additional Information. If additional information is thereafter required, it may be
requested and provided upon mutual agreement of City and Contractor. If Contractor's
Claim is based on estimated amounts, Contractor has a continuing duty to update its
Claim as soon as possible with information on actual amounts in order to facilitate prompt
and fair resolution of the Claim.
(B) Non -Waiver. Any failure by City to respond within the times specified above will
not be construed as acceptance of the Claim, in whole or in part, or as a waiver of any
provision of these Contract Documents.
12.4 Meet and Confer. If Contractor disputes City's written response, or City fails to respond
within the specified time, within 15 days of receipt of City's response or within 15 days of
City's failure to respond within the applicable 45 -day time period under Section 12.3,
respectively, Contractor may notify City of the dispute in writing sent by registered or
certified mail, return receipt requested, and demand an informal conference to meet and
confer for settlement of the issues in dispute. If Contractor fails to dispute City's response
in writing within the specified time, Contractor's Claim will be deemed waived.
(A) Schedule Meet and Confer. Upon receipt of the demand to meet and confer,
City will schedule the meet and confer conference to be held within 30 days, or later if
needed to ensure the mutual availability of each of the individuals that each party
requires to represent its interests at the meet and confer conference.
(B) Location for Meet and Confer. The meet and confer conference will be
scheduled at a location at or near City's principal office.
(C) Written Statement After Meet and Confer. Within ten working days after the
meet and confer has concluded, City will issue a written statement identifying which
portion(s) of the Claim remain in dispute, if any.
(D) Submission to Mediation. If the Claim or any portion remains in dispute
following the meet and confer conference, within ten working days after the City issues
the written statement identifying any portion(s) of the Claim remaining in dispute, the
Contractor may identify in writing disputed portion(s) of the Claim, which will be submitted
for mediation, as set forth below.
12.5 Mediation and Government Code Claims.
(A) Mediation. Within ten working days after the City issues the written statement
identifying any portion(s) of the Claim remaining in dispute following the meet and confer,
City and Contractor will mutually agree to a mediator, as provided under Public Contract
Code § 9204. Mediation will be scheduled to ensure the mutual availability of the selected
mediator and all of the individuals that each party requires to represent its interests. If
there are multiple Claims in dispute, the parties may agree to schedule the mediation to
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 70
address all outstanding Claims at the same time. The parties will share the costs of the
mediator and mediation fees equally, but each party is otherwise solely and separately
responsible for its own costs to prepare for and participate in the mediation, including
costs for its legal counsel or any other consultants.
(B) Government Code Claims.
(1) Timely presentation of a Government Code Claim is a condition precedent to
filing any legal action based on or arising from the Contract. Compliance with the
Claim submission requirements in this Article 12 is a condition precedent to filing
a Government Code Claim.
(2) The time for filing a Government Code Claim will be tolled from the time
Contractor submits its written Claim pursuant to Section 12.2, above, until the
time that Claim is denied in whole or in part at the conclusion of the meet and
confer process, including any period of time used by the meet and confer
process. However, if the Claim is submitted to mediation, the time for filing a
Government Code Claim will be tolled until conclusion of the mediation, including
any continuations, if the Claim is not fully resolved by mutual agreement of the
parties during the mediation or any continuation of the mediation.
12.6 Tort Claims. This Article does not apply to tort claims and nothing in this Article is
intended nor will be construed to change the time periods for filing tort -based
Government Code Claims.
12.7 Arbitration. It is expressly agreed, under Code of Civil Procedure § 1296, that in any
arbitration to resolve a dispute relating to this Contract, the arbitrator's award must be
supported by law and substantial evidence.
12.8 Burden of Proof and Limitations. Contractor bears the burden of proving entitlement to
and the amount of any claimed damages. Contractor is not entitled to damages
calculated on a total cost basis, but must prove actual damages. Contractor is not entitled
to speculative, special, or consequential damages, including home office overhead or any
form of overhead not directly incurred at the Project site or any other Worksite; lost
profits; loss of productivity; lost opportunity to work on other projects; diminished bonding
capacity; increased cost of financing for the Project; extended capital costs; non-
availability of labor, material or equipment due to delays; or any other indirect loss arising
from the Contract. The Eichleay Formula or similar formula will not be used for any
recovery under the Contract. The City will not be directly liable to any Subcontractor or
supplier.
12.9 Legal Proceedings. In any legal proceeding that involves enforcement of any
requirements of the Contract Documents, the finder of fact will receive detailed
instructions on the meaning and operation of the Contract Documents, including
conditions, limitations of liability, remedies, claim procedures, and other provisions
bearing on the defenses and theories of liability. Detailed findings of fact will be
requested to verify enforcement of the Contract Documents. All of the City's remedies
under the Contract Documents will be construed as cumulative, and not exclusive, and
the City reserves all rights to all remedies available under law or equity as to any dispute
arising from or relating to the Contract Documents or performance of the Work.
12.10 Other Disputes. The procedures in this Article 12 will apply to any and all disputes or
legal actions, in addition to Claims, arising from or related to this Contract, including
disputes regarding suspension or early termination of the Contract, unless and only to the
extent that compliance with a procedural requirement is expressly and specifically waived
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 71
by City. Nothing in this Article is intended to delay suspension or termination under Article
13.
Article 13 - Suspension and Termination
13.1 Suspension for Cause. In addition to all other remedies available to City, if Contractor
fails to perform or correct Work in accordance with the Contract Documents, including
non-compliance with applicable environmental or health and safety Laws, City may
immediately order the Work, or any portion of it, suspended until the circumstances giving
rise to the suspension have been eliminated to City's satisfaction.
(A) Notice of Suspension. Upon receipt of City's written notice to suspend the
Work, in whole or in part, except as otherwise specified in the notice of suspension,
Contractor and its Subcontractors must promptly stop Work as specified in the notice of
suspension; comply with directions for cleaning and securing the Worksite; and protect
the completed and in -progress Work and materials. Contractor is solely responsible for
any damages or loss resulting from its failure to adequately secure and protect the
Project.
(B) Resumption of Work. Upon receipt of the City's written notice to resume the
suspended Work, in whole or in part, except as otherwise specified in the notice to
resume, Contractor and its Subcontractors must promptly re -mobilize and resume the
Work as specified; and within ten days from the date of the notice to resume, Contractor
must submit a recovery schedule, prepared in accordance with the Contract Documents,
showing how Contractor will complete the Work within the Contract Time.
(C) Failure to Comply. Contractor will not be entitled to an increase in the Contract
Time or Contract Price for a suspension occasioned by Contractor's failure to comply with
the Contract Documents.
(D) No Duty to Suspend. City's right to suspend the Work will not give rise to a duty
to suspend the Work, and City's failure to suspend the Work will not constitute a defense
to Contractor's failure to comply with the requirements of the Contract Documents.
13.2 Suspension for Convenience. City reserves the right to suspend, delay, or interrupt the
performance of the Work in whole or in part, for a period of time determined to be
appropriate for City's convenience. Upon notice by City pursuant to this provision,
Contractor must immediately suspend, delay, or interrupt the Work and secure the
Project site as directed by City except for taking measures to protect completed or in -
progress Work as directed in the suspension notice, and subject to the provisions of
Section 13.1(A) and (B), above. If Contractor submits a timely request for a Change
Order in compliance with Articles 5 and 6, the Contract Price and the Contract Time will
be equitably adjusted by Change Order pursuant to the terms of Articles 5 and 6 to reflect
the cost and delay impact occasioned by such suspension for convenience, except to the
extent that any such impacts were caused by Contractor's failure to comply with the
Contract Documents or the terms of the suspension notice or notice to resume. However,
the Contract Time will only be extended if the suspension causes or will cause
unavoidable delay in Final Completion. If Contractor disputes the terms of a Change
Order issued for such equitable adjustment due to suspension for convenience, its sole
recourse is to comply with the Claim procedures in Article 12.
13.3 Termination for Default. City may declare that Contractor is in default of the Contract
for a material breach of or inability to fully, promptly, or satisfactorily perform its
obligations under the Contract.
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 72
(A) Default. Events giving rise to a declaration of default include Contractor's refusal
or failure to supply sufficient skilled workers, proper materials, or equipment to perform
the Work within the Contract Time; Contractor's refusal or failure to make prompt
payment to its employees, Subcontractors, or suppliers or to correct defective Work or
damage; Contractor's failure to comply with Laws, or orders of any public agency with
jurisdiction over the Project; evidence of Contractor's bankruptcy, insolvency, or lack of
financial capacity to complete the Work as required within the Contract Time; suspension,
revocation, or expiration and nonrenewal of Contractor's license or DIR registration;
dissolution, liquidation, reorganization, or other major change in Contractor's
organization, ownership, structure, or existence as a business entity; unauthorized
assignment of Contractor's rights or duties under the Contract; or any material breach of
the Contract requirements.
(B) Notice of Default and Opportunity to Cure. Upon City's declaration that
Contractor is in default due to a material breach of the Contract Documents, if City
determines that the default is curable, City will afford Contractor the opportunity to cure
the default within ten days of City's notice of default, or within a period of time reasonably
necessary for such cure, including a shorter period of time if applicable.
(C) Termination. If Contractor fails to cure the default or fails to expediently take
steps reasonably calculated to cure the default within the time period specified in the
notice of default, City may issue written notice to Contractor and its performance bond
surety of City's termination of the Contract for default.
(D) Waiver. Time being of the essence in the performance of the Work, if
Contractor's surety fails to arrange for completion of the Work in accordance with the
Performance Bond within seven calendar days from the date of the notice of termination
pursuant to paragraph (C), City may immediately make arrangements for the completion
of the Work through use of its own forces, by hiring a replacement contractor, or by any
other means that City determines advisable under the circumstances. Contractor and its
surety will be jointly and severally liable for any additional cost incurred by City to
complete the Work following termination, where "additional cost" means all cost in excess
of the cost City would have incurred if Contactor had timely completed Work without the
default and termination. In addition, City will have the right to immediate possession and
use of any materials, supplies, and equipment procured for the Project and located at the
Project site or any Worksite on City property for the purposes of completing the remaining
Work.
(E) Compensation. Within 30 days of receipt of updated as-builts, all warranties,
manuals, instructions, or other required documents for Work installed to date, and
delivery to City of all equipment and materials for the Project for which Contractor has
already been compensated, Contractor will be compensated for the Work satisfactorily
performed in compliance with the Contract Documents up to the effective date of the
termination pursuant to the terms of Article 8, Payment, subject to City's rights to withhold
or deduct sums from payment otherwise due pursuant to Section 8.3, and excluding any
costs Contractor incurs as a result of the termination, including any cancellation or
restocking charges or fees due to third parties. If Contractor disputes the amount of
compensation determined by City, its sole recourse is to comply with the Claim
Procedures in Article 12, by submitting a Claim no later than 30 days following notice
from City of the total compensation to be paid by City.
(F) Wrongful Termination. If Contractor disputes the termination, its sole recourse
is to comply with the Claim procedures in Article 12. If a court of competent jurisdiction or
an arbitrator later determines that the termination for default was wrongful, the
termination will be deemed to be a termination for convenience, and Contractor's
damages will be strictly limited to the compensation provided for termination for
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 73
convenience under Section 13.4, below. Contractor waives any claim for any other
damages for wrongful termination including special or consequential damages, lost
opportunity costs, or lost profits, and any award of damages is subject to Section 12.8,
Burden of Proof and Limitations.
13.4 Termination for Convenience. City reserves the right, acting in its sole discretion, to
terminate all or part of the Contract for convenience upon written notice to Contractor.
(A) Compensation to Contractor. In the event of City's termination for
convenience, Contractor waives any claim for damages, including for loss of anticipated
profits from the Project. The following will constitute full and fair compensation to
Contractor, and Contractor will not be entitled to any additional claim or compensation:
(1) Completed Work. The value of its Work satisfactorily performed as of the
date notice of termination is received, based on Contractor's schedule of values
and unpaid costs for items delivered to the Project site that were fabricated for
incorporation in the Work;
(2) Demobilization. Demobilization costs specified in the schedule of values, or
if demobilizations cost were not provided in a schedule of values pursuant to
Section 8.1, then based on actual, reasonable, and fully documented
demobilization costs; and
(3) Termination Markup. Five percent of the total value of the Work performed
as of the date of notice of termination, including reasonable, actual, and
documented costs to comply with the direction in the notice of termination for
convenience, and demobilization costs, which is deemed to cover all overhead
and profit to date.
(B) Disputes. If Contractor disputes the amount of compensation determined by City
pursuant to paragraph (A), above, its sole recourse is to comply with the Claim
procedures in Article 12, by submitting a Claim no later than 30 days following notice
from City of total compensation to be paid by City.
13.5 Actions Upon Termination for Default or Convenience. The following provisions
apply to any termination under this Article, whether for default or convenience, and
whether in whole or in part.
(A) General. Upon termination City may immediately enter upon and take
possession of the Project and the Work and all tools, equipment, appliances, materials,
and supplies procured or fabricated for the Project. Contractor will transfer title to and
deliver all completed Work and all Work in progress to City.
(B) Submittals. Unless otherwise specified in the notice of termination, Contractor
must immediately submit to City all designs, drawings, as -built drawings, Project records,
contracts with vendors and Subcontractors, manufacturer warranties, manuals, and other
such submittals or Work-related documents required under the terms of the Contract
Documents, including incomplete documents or drafts.
(C) Close Out Requirements. Except as otherwise specified in the notice of
termination, Contractor must comply with all of the following:
(1) Immediately stop the Work, except for any Work that must be completed
pursuant to the notice of termination and comply with City's instructions for
cessation of labor and securing the Project and any other Worksite(s).
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 74
(2) Comply with City's instructions to protect the completed Work and materials,
using best efforts to minimize further costs.
(3) Contractor must not place further orders or enter into new subcontracts for
materials, equipment, services or facilities, except as may be necessary to
complete any portion of the Work that is not terminated.
(4) As directed in the notice, Contractor must assign to City or cancel existing
subcontracts that relate to performance of the terminated Work, subject to any
prior rights, if any, of the surety for Contractor's performance bond, and settle all
outstanding liabilities and claims, subject to City's approval.
(5) As directed in the notice, Contractor must use its best efforts to sell any
materials, supplies, or equipment intended solely for the terminated Work in a
manner and at market rate prices acceptable to City.
(D) Payment Upon Termination. Upon completion of all termination obligations, as
specified herein and in the notice of termination, Contractor will submit its request for
Final Payment, including any amounts due following termination pursuant to this Article
13. Payment will be made in accordance to the provisions of Article 8, based on the
portion of the Work satisfactorily completed, including the close out requirements, and
consistent with the previously submitted schedule of values and unit pricing, including
demobilization costs. Adjustments to Final Payment may include deductions for the cost
of materials, supplies, or equipment retained by Contractor; payments received for sale of
any such materials, supplies, or equipment, less re -stocking fees charged; and as
otherwise specified in Section 8.3, Adjustment of Payment Application.
(E) Continuing Obligations. Regardless of any Contract termination, Contractor's
obligations for portions of the Work already performed will continue and the provisions of
the Contract Documents will remain in effect as to any claim, indemnity obligation,
warranties, guarantees, submittals of as -built drawings, instructions, or manuals, record
maintenance, or other such rights and obligations arising prior to the termination date.
Article 14 - Miscellaneous Provisions
14.1 Assignment of Unfair Business Practice Claims. Under Public Contract Code §
7103.5, Contractor and its Subcontractors agree to assign to City 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. § 15) or under the Cartwright Act (Chapter 2 (commencing with § 16700) of Part 2
of Division 7 of the Business and Professions Code), arising from purchases of goods,
services, or materials pursuant to the Contract or any subcontract. This assignment will
be effective at the time City tenders Final Payment to Contractor, without further
acknowledgement by the parties.
14.2 Provisions Deemed Inserted. Every provision of law required to be inserted in the
Contract Documents is deemed to be inserted, and the Contract Documents will be
construed and enforced as though such provision has been included. If it is discovered
that through mistake or otherwise that any required provision was not inserted, or not
correctly inserted, the Contract Documents will be deemed amended accordingly.
14.3 Waiver. City's waiver of a breach, failure of any condition, or any right or remedy
contained in or granted by the provisions of the Contract Documents will not be effective
unless it is in writing and signed by City. City's waiver of any breach, failure, right, or
remedy will not be deemed a waiver of any other breach, failure, right, or remedy,
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 75
whether or not similar, nor will any waiver constitute a continuing waiver unless specified
in writing by City.
14.4 Titles, Headings, and Groupings. The titles and headings used and the groupings of
provisions in the Contract Documents are for convenience only and may not be used in
the construction or interpretation of the Contract Documents or relied upon for any other
purpose.
14.5 Statutory and Regulatory References. With respect to any amendments to any
statutes or regulations referenced in these Contract Documents, the reference is deemed
to be the version in effect on the date that that bids were due.
14.6 Survival. The provisions that survive termination or expiration of this Contract include
Contract Section 11, Notice, and subsections 12.1, 12.2, 12.3, 12.4, 12.5, and 12.6, of
Section 12, General Provisions; and the following provisions in these General Conditions:
Section 2.2(J), Contractor's Records, Section 2.3(C), Termination, Section 3.7,
Ownership, Section 4.2, Indemnity, Article 12, Dispute Resolution, and Section 11.2,
Warranty.
END OF GENERAL CONDITIONS
Francisco Blvd Resurfacing 2021 Form GENERAL CONDITIONS
11389 Page 76
TABLE OF CONTENTS
18-1
GENERAL ....................................
18-2
MOBILIZATION ....................................
18-3
SIGNS AND TRAFFIC CONTROL ....................................
18-4
CONSTRUCTION STAKING AND LAYOUT ....................................
18-5
TREE TRIMMINGIVEGETATION REMOVAL ....................................
18-6
COLD PLANNING ....................................
18-7
HOT MIX ASPHALT CONCRETE ....................................
18-8
TENSAR GLASPAVE....................................
18-9
REINFORCING FIBERS FOR ASPHALT ....................................
18-10
ADJUST EXISTING FACILITY TO GRADE ...........................
18-11
STRIPING, MARKINGS, AND FLEXIBLE MARKERS ...........................
APPENDIX A: CITY OF SAN RAFAEL POLLUTION PREVENTION
APPENDIX B: CITY SD MANHOLE CASTING ADJUSTING DETAIL
2
7
8
15
16
17
19
22
28
33
34
Francisco Blvd East Resurfacing TECHNICAL SPECIFICATIONS • INDEX
City Project No. 11389
18-1 GENERAL
All construction shall be in accordance with the 2018 Caltrans State Standard Plans and
Standard Specifications, and the most recent editions of the Marin County Uniform Construction
Standards, Marin County Standard Specifications, and the City of San Rafael codes and
ordinances unless noted otherwise on the plans.
All work performed on this project shall be at night (for the contractors scheduling the
City anticipates this work to begin on October 4th). The Hours of work shall be between
7:00 P.M. to 7:00 A.M on weekdays, or as directed by the Engineer and these Technical
Specifications. The Contractor shall not perform any work, including warming up and servicing
equipment, receiving deliveries, and other related work prior to 7:00 A.M.
Lane Closures shall only be permitted between 8:00 P.M. and 6:00 A.M. Closure of parking
lanes shall be permitted between 7:00 P.M. and 7:00 A.M.
18-1.01 ORDER OF WORK
Order of work shall conform to these Technical Specifications.
First order of work shall be to prepare and submit a work plan, progress schedule for all items
of work, and traffic and pedestrian control plans in a form provided by or acceptable to the
Engineer. The work plan and schedule shall be updated weekly to reflect all items of work
performed at the site and shall clearly indicate the proposed completion date. No work may
begin under contract until the Progress Schedule and Traffic Control Plan have been
approved by the Engineer. Time required for review and approval of these items shall not
constitute a basis for time extension.
• Second order of work shall be to prepare and submit a Water Pollution Control Plan
prepared and signed by a qualified Stormwater Pollution Prevention Plan Developer (QSD)
per these Technical Specifications.
The above item(s) shall clearly disclose the Contractor's proposed procedures and methods of
operation, including identifying any special equipment intended for use on the project and his
method of handling traffic. It is the responsibility of the Contractor to arrange for the towing and
removal of any vehicles which have not been removed by the owner and which interfere with
any operations.
18-1.02 OBSTRUCTIONS
Attention is directed to Section 5-1.36C, "Non -highway Facilities," and Section 15, "Existing
Facilities," of the State Standard Specifications and these Technical Specifications.
The Contractor's attention is directed to the existence of certain underground facilities that may
require special precautions be taken by the Contractor to protect the health, safety and welfare
of workmen and of the public.
The Contractor shall notify the Engineer and the appropriate regional notification center for
operators of subsurface installations at least two working days, but not more than 14 calendar
days, prior to performing any excavation or other work close to any underground pipeline,
conduit, duct, wire or other structure. Regional notification centers include but are not limited to
the following:
Francisco Blvd East Resurfacing TECHNICAL SPECIFICATIONS • 2
City Project No. 11389
Notification Center
Underground Service Alert - Northern California (USA)
1(800)227-2600
It is not the intent of the plans to show the exact location of existing or relocated utilities, and the
Engineer assumes no responsibility therefore. Whenever any such utilities are indicated
thereon, the Contractor shall be responsible for verifying their actual location and depth in the
field.
If needed, the Contractor shall pothole all locations identified by USA prior to any digging to
positively verify the location of all utilities. All costs for potholing shall be considered as
included in the contract prices for various items of work and no additional compensation
will be allowed therefore. The Contractor shall provide the City with the results of
potholing activity.
The Contractor shall backfill and replace the street section in place following potholing activity in
a manner acceptable to the City and the utility. The precise location of the potholing shall be
marked in the field by the Engineer with the utility's concurrence.
It is the Contractor's responsibility to coordinate any potholing work with the necessary utilities.
The Contractor will not be entitled to damages or additional payment for delays, mobilization or
demobilization caused by a utility conflict with any of the proposed improvements or the utility
company's failure to appear on site at the designated date and time whether for potholing,
relocating a fire hydrant, adjusting utility boxes/vaults to grade, or any other utility work.
18-1.03 EXISTING HIGHWAY FACILITIES
The work performed in connection with various existing highway facilities shall conform to the
provisions in Section 15, "Existing Facilities," of the State Standard Specifications and these
Technical Specifications.
Except as otherwise provided for damaged materials in Section 15-1.03C, "Salvaging Facilities,"
of the State Standard Specifications, the materials to be salvaged shall remain the property of
the City, and shall be cleaned, packaged, bundled, tagged, and hauled to the City storage, or as
directed by the Engineer. Notify the Engineer a minimum of 48 hours prior to hauling salvaged
material to the storage area. All salvaged material shall be hauled to the City Corporation Yard
located at 111 Morphew Street by the Contractor unless another location is specified.
Unless otherwise specified, all materials as shown on the plans to be removed, or as field
marked and as directed by the Engineer to be removed shall be disposed of outside the project
limits. The contract work area shall be left with a neat and finished appearance. At the end of
each work day the project site shall be swept clean or washed to the satisfaction of the Engineer
at no additional cost to the City.
Do not store or permit debris to accumulate on site. If Contractor fails to remove excess debris
promptly by the end of the work day, the City reserves right to cause same to be removed at
Contractor's expense.
18-1.04 WATER POLLUTION CONTROL
Francisco Blvd East Resurfacing TECHNICAL SPECIFICATIONS • 3
City Project No. 11389
The Contractor shall submit to the Engineer a Water Pollution Control Plan (WPCP) for filtering storm
water runoff from the construction site. The Contractor shall be responsible for implementing and
managing these systems during the life of the project. The WPCP shall conform to all applicable
requirements in Section 13, "Water Pollution Control," of the State Standard Specifications and the
Appendices of these Technical Specifications. The WPCP shall be prepared by a Qualified
SWPPP Developer (QSD). Submittal of BMPs by themselves will not be accepted. A WPCP shall
be submitted to and approved by the Engineer 10 days prior to construction activity. The
Contractor shall use the WPCP template available on Caltrans web site at:
https://dot.ca.gov/prog rams/construction/storm-water-and-water-pol I ution-control/
All water encountered in constructing roadway improvements or storm drain pipes, manholes
and catch basins shall be disposed of by the Contractor in such manner as will not damage the
public or private property or create a nuisance or health menace. The Contractor shall furnish,
install, and operate pumps, pipes, appliances, and equipment of sufficient capacity to keep all
excavations and accesses free from water until the excavation is backfilled, unless otherwise
authorized by the Engineer. The Contractor shall provide all means or facilities necessary to
conduct water to the pumps. Filtered water, if odorless and stable, may be discharged into and
existing storm drain, channel, or street gutter in a manner approved by the Engineer. When
required by the Engineer, a means shall be provided for desilting the water before discharge.
Any discharge water containing soluble or volatile pollutants in excess of environmental
regulatory thresholds shall be collected and disposed of by legal means at the expense of the
Contractor.
18-1.05 SUBMITTALS
Contractor shall submit a progress schedule for all work. The schedule shall include
mobilization, the sequence of operation, and a project completion date. No work shall
commence until a progress schedule and methods have been approved. Once the work
begins, the Contractor shall submit an updated weekly schedule every Thursday by
noon. The Contractor shall submit a schedule in a format acceptable to the Engineer. The
schedule shall show the controlling item of work. If, in the opinion of the Engineer, the work
being performed does not match the schedule or there is a discrepancy in the schedule the
Contractor shall revise the schedule to represent the work being performed including the
controlling item of work and the proposed completion date.
The Contractor shall submit via email one electronic PDF of each submittal for review by the City.
Except as otherwise provided in the Technical Specifications, the Contractor shall allow five (5)
working days after submittals are furnished to the Engineer for review. See individual sections
for submittal requirements included in, but not limited to the following sections:
1. Progress Schedule
2. City Encroachment Permit Application (CIP No Fee Permit)
3. Traffic Control Plan
4. Pedestrian Access Plan
5. Water Pollution Control Plan (WPCP)
6. Hot Mix Design
7. Asphalt Fiber material and specification
8. Paving Fabric Specification
9. Striping and Pavement Markings Specifications
10. Log or Map of Utility Facilities Adjusted to Grade
11. Potholing Results
Francisco Blvd East Resurfacing TECHNICAL SPECIFICATIONS • 4
City Project No. 11389
12. As -built Plans
13. Any other items required by the City
Prior to the start of construction the Contractor shall submit to the Engineer a well-defined, written
traffic control and pedestrian access (including sketches), detour and signing plan to the Engineer
for approval five (5) working days prior to commencement of work. The plan shall illustrate the
locations of traffic control and pedestrian access devices and the contents and locations of traffic
control, pedestrian access and detour signs. The traffic control plan shall include existing signs to
remain, existing signs to be covered or removed, new temporary signs, Changeable Message Signs
locations and messages, arrow boards, and other items as required. The traffic control and
pedestrian access signage shall include complete directions and detour signs in advance of the
construction zone and throughout the entire detour route. Additional submittals will be required as
necessary and as the construction conditions change. The working drawing shall be stamped by an
Engineer who is registered as a Civil Engineer in the State of California. One (1) set of working
drawings shall be submitted to the Engineer. Except as otherwise provided in the Special Provisions,
the Contractor shall allow five (5) working days after completed drawings are submitted for the review
of such drawings. The Contractor shall not close sidewalks, traffic lanes, or the roadway until the
traffic control plan has been approved by the City of San Rafael.
18-1.06 AS -BUILT PLANS
Upon completion of the work, the Contractor shall furnish to the City a complete set of as -built
plans showing all changes or deviations from the plans taking care to note the location of objects
not installed at the location shown on the plans. Improvements will not be accepted by the City for
permanent maintenance until the Contractor has submitted all as -built plans to the Engineer. The
as -built plans shall conform to the following:
1. The plans must be stamped or otherwise noted "AS -BUILT," be 22"x34" in size, and be
neat, clear, and readable.
2. On the signing and striping plan sheet, the dates of signing/striping removal, relocations, or
installations must be shown on the as -built.
3. As -built plans must contain the encroachment permit number, County, Route, and Post
Mile on each sheet. Additionally, as -built plans must contain the contractor's name,
permanent address, date prepared, and signature.
4. Disclaimer statements of any kind that differ from the obligations and protections provided
by Sections 6735 through 6735.6 of the California Business and Professions Code must
not be included on the as -built plans. Such statements constitute non-compliance with the
encroachment permit requirements.
18-1.07 WORK INCLUDED UNDER PAY ITEMS
Where an item is listed as a pay item in the Prices of Items, the lump sum or unit price quoted
shall be considered as full compensation for furnishing all labor, materials, tools, equipment,
incidentals and doing all the work necessary, including final cleanup, to construct the pay item
complete in place as shown on the plans and specified in these specifications.
It is the intention herein that all items of work required by these plans and specifications are
included in the Prices of Items. Items of work not so included will be deemed fully compensated
Francisco Blvd East Resurfacing TECHNICAL SPECIFICATIONS - 5
City Project No 11389
for in the price quoted for each respective item set forth that is most closely associated with the
work required and no additional compensation will be allowed therefore.
18-1.08 MEASUREMENT AND PAYMENT
Full compensation for all requirements of this section including but not limited to schedule
preparation and updates, utility coordination, potholing all utilities, backfilling potholed areas,
working around existing obstructions, dewatering, submittals and all other items considered in
this section shall be considered as included in the prices paid for the various items of work
involved and no additional payment will be allowed therefore.
The Contractor shall not be entitled to any right-of-way delay for delays caused by the utility
relocating the potholed utilities. Proper time extension to the contract will be allowed for any
delays associated with utility relocations.
Francisco Blvd East Resurfacing TECHNICAL SPECIFICATIONS • 6
City Project No 11389
18-2 MOBILIZATION
Mobilization shall conform to California Public Contracts Code 10264 and the provisions in
Section 9-1.16D, "Mobilization," of the State Standard Specifications, and these Specifications.
The contractor lump price cannot exceed 3% of the total project cost.
The work to be performed under this item includes, but is not limited to, furnishing all labor,
equipment, and materials necessary to bring a construction force to full operation on the job
site. Work includes, but is not limited to, preparation of access routes to the job site, protection
of existing facilities, movement of personnel, equipment, supplies, incidentals, and coordination
with the City. This section also includes all necessary permits required by the Contractor.
MEASUREMENT AND PAYMENT
Mobilization shall be measured and paid for on a lump sum (LS) basis.
Compensation for Mobilization shall be limited to a maximum of five percent (5%) of the total
bid. The lump sum price paid for mobilization shall include full compensation for furnishing all
labor, materials, tools, equipment and incidental, and for doing all work involving in mobilization
and Water Pollution Control as specified in these Technical Specifications, the State Standard
Plans and Specifications and as directed by the Engineer, and no additional payment will be
allowed therefore. The rate of payout of mobilization is set forth in the Public Contract Code.
Francisco Blvd East Resurfacing TECHNICAL SPECIFICATIONS • 7
City Project No. 11389
18-3 SIGNS AND TRAFFIC CONTROL
Signs and Traffic Control shall consist of closing traffic lanes, sidewalks and paths in
accordance with the provisions of Section 12, "Temporary Traffic Control," of the State Standard
Specifications, the provisions under "Maintaining Traffic" of the Standard Plans, these Technical
Specifications, and the latest edition of the California Manual on Uniform Traffic Control Devices
(CAMUTCD).
It is the Contractor's responsibility to provide safety with the least possible inconvenience to
vehicular and pedestrian traffic during construction. The Contractor shall provide a
continuous path of travel for pedestrians at all times.
Contractor shall be responsible for all warning and detour signs. An adequate number of flag
persons shall be employed to direct traffic around construction zones and to respond to
unexpected traffic problems. If in the opinion of the Engineer additional flag persons or traffic
control devices are needed at the site, the Contractor shall provide the necessary measures at
no additional cost to the City. It shall be understood by the Contractor that field modifications
are needed to fit field conditions which sometimes change during the project.
Contractor shall assume for the purposes of bidding that two changeable message signs
may be deployed concurrently beginning at least one week prior to the commencement
of construction activity until project completion. Additional changeable message signs
required by the City shall be included in the contract at the Contractor's expense.
If during the construction operation, the closure of one lane of traffic is approved by the
Engineer, then the contractor shall utilize the necessary construction zone signage, including a
changeable message signs, during the lane closure operation.
The provisions in this section will not relieve the Contractor from his responsibility to provide
such additional devices or take such measures as may be necessary to comply with the
provisions in Section 7-1.04, "Public Safety," of the State Standard Specifications.
The Contractor shall be solely responsible for pedestrian and vehicular movement through the
project area and shall assume full liability for any and all claims arising out of the construction of
the project, including but not limited to claims for personal injury, damage to existing structures,
loss of business, etc. The Contractor shall agree to hold the City and all its employees,
representatives and consultants harmless from any and all such claims. No additional
compensation shall be paid for any work that has to be performed outside normal working hours
as a result of these Technical Specifications.
All Traffic Plans shall have a professional wet stamp by a registered Civil Engineer in the State of
California.
PUBLIC ACCESSIBILITY
The Contractor shall provide access to the public through the project site at all times. The
Contractor shall provide access to adjacent properties at all times. The Contractor shall
maintain access to properties and pedestrian access even after hours for the life of the
construction. Temporary access ramps shall be installed to maintain access and shall be
shown on the Contractors staging plan.
The Contractor shall be responsible for designing working drawings, constructing and providing
a safe and adequate continuous, accessible and safe path of travel around or through localized
Francisco Blvd East Resurfacing TECHNICAL SPECIFICATIONS • 8
City Project No. 11389
construction work zones and to each building, business and property utilized by the public. The
Contractor shall use temporary asphalt, aggregate base, wood/metal ramps, signs, cones,
barricades, flashers, and flaggers to direct and channel the public during and after construction.
All proposed closures of a pedestrian access path shall be submitted in writing to the Engineer
for review and approval. Advance warning shall be provided to the public should an access
path be closed. All safe paths of travel shall be in compliance with applicable Americans with
Disabilities Act Accessibility Guidelines (ADAAG), Americans with Disabilities Act (ADA)
regulations and the California Manual on Uniform Traffic Control Devices (CAMUTCD).
Materials
Materials used for public accessibility during construction includes, but is not limited to:
• Temporary Hot -mix Asphalt Concrete (cut back asphalt concrete not permitted)
• Temporary Wood Ramp
• Aluminum Modular Ramps. EZ -Access, or approved equal.
• Contact info: www.ezaccess.com, Phone 800-451-1903.
• Four -foot -wide minimum walking surface with running slope not to exceed eight percent.
• Barricade materials: Delineators, A -Frames, Barrier Caution Tape, Fencing Material
• Non-skid tape
• Four -inch timber, or equivalent, at the bottom of any railing to provide for the sight
impaired
Installation
Temporary ramps shall be constructed so installation and removal will not damage existing
pavement, curb and/or gutter.
Ramps shall have a minimum four -foot -wide walking surface and a running slope not to exceed
eight percent.
Ramps shall meet existing surfaces without gaps. When required for drainage, Schedule 40
PVC pipe with minimum two-inch diameter shall be installed under or through ramp in gutter or
flow line.
Transitions between ramps and the street or sidewalk surfaces shall be smooth, firm and slip -
resistant.
Sides of the ramp shall be protected where drop-offs exceed six -inches.
Ramps shall be provided to the public leading to businesses. Ramps at the corners of the
intersections shall be made of temporary AC pavement to ensure that a smooth transition is
provided for the public as well as auto traffic. All temporary wooden ramps shall be maintained
throughout the construction project. The Contractor shall maintain the structural integrity of the
ramps. No loose, splintered boards or nails will be acceptable.
Maintenance of a Clear and Accessible Public Corridor
The Contractor shall maintain a four -foot accessible corridor that provides at least one safe path
of travel for the public at all times for the duration of the project. Conversely, if a safe path of
travel is not available, the Contractor shall post the sidewalk as being closed, however, access
must still be maintained to each business. Signage shall be placed at the location of closure as
well as the next intersection in both directions advising of the closure but noting that access is
still available to all businesses. All proposed closures of a pedestrian access path shall be
submitted in writing to the Engineer for review and approval.
Francisco Blvd East Resurfacing TECHNICAL SPECIFICATIONS • 9
City Project No. 11389
The Contractor shall provide a path to the businesses and residents, using aggregate base to
backfill, after demolition of the concrete sidewalk, curb and gutter. The aggregate base shall be
firmly packed to establish a safe and ADA compliant path, along the entire work zone.
Installation of Barricades
Barricades, which will provide protection for the public from traffic or construction operations,
shall be installed in the following locations:
• Between the access route and any adjacent construction site.
• Between the alternate circulation path and any adjacent construction site.
• Between the alternate circulation path and the vehicular way, if the alternate circulation
path is diverted into the street.
• Between the alternate circulation path and any protruding objects, drop-offs, or other
hazards to the public.
• At the down curb ramp of an intersection, if opposite up curb ramp is temporarily or
completely blocked, and no adjacent alternative circulation path is provided.
Surfacing of Public Corridors
During construction, tripping hazards and barriers must be removed to maintain an accessible
safe path of travel. The surface of the path of travel shall be skid resistant and free of
irregularities.
Opened crosswalks, ramps and walkways in general shall be kept free of debris and
obstructions.
Identification of Safe Path of Travel
If alternate circulation routes are provided for the public to bypass the construction site, the
route shall be clearly defined and advance warning shall be provided to clearly delineate the
alternate circulation route. Any change of level in a path of travel that is over % inch ('/z'
maximum) height must be beveled at 45 degrees to provide a smooth, non -tripping transition.
The Engineer shall review and approve any public access limitations and notification
requirements for pedestrians with mobility or vision impairments.
When using A -frames for defining a path of travel, A -frames shall be placed end to end (no
spacing between barricades) to provide a continuous guide for individuals using canes. A -
frames shall be connected with 2x4's that are continuous and are attached at the base of the
barricade system between two to four -inches from the ground.
Caution tapes shall not be used as barricades or to define a path of travel but may be used to
highlight danger or in conjunction with barricades. Excavated areas shall be secured by means
of barricades or temporary fences.
The bottom three -inches of any fencing material used shall be made solid to act as a guide for
canes used by the visually impaired. Wood, sheet metal, railings, or other approved material
may be used at the bottom portion of the fence.
Curb ramps leading to closed crosswalks shall be appropriately barricaded. Temporary ramps
shall be provided at temporary crosswalks and shall be able to direct blind pedestrians to and
through the temporary path of travel. R9 -3a and R9 -3b signs shall be mounted on the barricade
to advise pedestrians of closed sidewalk and directed routes.
Francisco Blvd East Resurfacing TECHNICAL SPECIFICATIONS • 10
City Project No. 11389
No trucks or equipment shall be parked or obstructing the public path of travel at any time.
Warning Signs
The Contractor shall provide warning signs for temporary ramps and barricades. Warning signs
shall be located at both the near side and the far side of the intersection preceding a temporarily
completely blocked public way.
Restoration of Public Routes
After construction in complete, the site shall be restored to its former condition, or new condition
as required.
NO PARKING SIGNS
The Contractor shall be provided with temporary, City furnished, "NO PARKING' signs, which he
must post in the construction zone seventy-two (72) hours prior to commencing operations. The
posting must be witnessed by the San Rafael Police Department twenty-four (24) hours prior to
towing. It shall be the Contractor's responsibility to ensure the signs and barricades are maintained
overnight and on weekends. The signs shall be preserved and re -used throughout the duration of
the project. Dates and times of parking restrictions shall be clearly indicated on the signs.
1. Availability
Upon approval of materials and before commencement of work, the City shall furnish the
Contractor with twenty-five (25) "No Parking -Tow Away" signs. The Contractor shall make
necessary copies for posting on streets. The Contractor shall take steps to protect and preserve
these signs so that they will remain usable throughout the full term of the job. Additional signs
shall be provided as needed.
Only City issued signs, or approved equals, may be used.
2. Placement
While the minimum distance between signs shall be 200 feet, the signs shall be placed so that
they are:
a) Easily visible/readable to any individual standing within 100 feet of a sign;
b) Visible/readable from any vehicle parked within 100 feet of a sign; or
c) As directed by the Engineer or San Rafael Police Department.
Signs, once posted, shall be maintained until no longer required and then salvaged. It shall be
the responsibility of the Contractor to make sure that the signs remain posted until no longer
required and are protected from vandalism or removal. If time between construction phases
exceeds two days, including non -working days, all no parking signs shall be removed.
3. Authority and Enforcement
Once posted, the Contractor shall notify the Engineer who in turn will notify the San Rafael Police
Department as to the location and limits of such signs.
The Police Department will then, at their earliest convenience, dispatch an officer who will verify
and log the location and limits. No less than twenty-four (24) hours after said entry is made, autos
may be towed from the location, under the immediate direction of a Police Officer, provided that
the signs have be properly maintained.
Francisco Blvd East Resurfacing TECHNICAL SPECIFICATIONS • 11
City Project No. 11389
4. Costs - Payment - For Signs
All costs (except purchase or charges related to lost signs), labor, equipment charges, etc.,
incurred in accordance with this section shall be considered to be included in the lump sum price
paid for Traffic Control.
CONSTRUCTION AREA SIGNS
Construction area signs shall be furnished, installed, maintained, and removed when no longer
required in accordance with the provisions in Section 12, "Temporary Traffic Control," of the
State Standard Specifications, the latest edition of the California Manual on Uniform Traffic
Control Devices, and these Technical Specifications.
The Contractor shall notify the appropriate regional notification center for operators of
subsurface installations at least two working days, but not more than fourteen calendar days,
prior to commencing any excavation for construction area sign posts. The regional notification
centers include but are not limited to the following:
Notification Center
Underground Service Alert - Northern California (USA)
1(800)227-2600
All excavations required to install construction area signs shall be performed by hand methods
without the use of power equipment, except that power equipment may be used if it is
determined there are no utility facilities in the area of the proposed post holes.
Sign substrates for stationary mounted construction area signs may be fabricated from
fiberglass reinforced plastic as specified under "Prequalified and Tested Signing and Delineation
Materials" elsewhere in these Technical Specifications.
Type -IV reflective sheeting for sign panels for portable construction area signs shall conform to
the requirements specified under "Prequalified and Tested Signing and Delineation Materials"
elsewhere in these Technical Specifications.
PUBLIC CONVENIENCE AND SAFETY
Adequate lighting shall be provided throughout the construction period in areas open to the
public.
The Contractor shall be fully responsible for accidents to the public and or damage to public and
private property on the site of the work.
The Contractor shall give special attention to provide continuous and uninterrupted traffic flow to
and from the businesses on and adjacent to the work. The Contractor shall schedule and
pursue operations in such a manner that undesirable construction conditions will be minimized.
The Contractor shall provide watchpersons and flagpersons as well as provide and maintain
fences, barriers, guardrails, and other safety devices adjacent to and on the site at or near all
barriers as may be necessary to control traffic and prevent accidents to the public. The
Contractor shall furnish, place, and maintain such devices as set forth in the current "Manual of
Traffic Control for Construction and Maintenance Work Zones," issued by the California
Department of Transportation. Flagpersons, while on duty, shall perform their duties and shall
be provided with the necessary equipment in accordance with the current "Flagging Instruction
Handbook" issued by the California Department of Transportation.
Francisco Blvd East Resurfacing TECHNICAL SPECIFICATIONS • 12
City Project No. 11389
The Contractor shall maintain private entrances and sidewalk areas, and shall construct such
detours as may be necessary to properly conduct the work and to provide entrances to private
properties at all times. All temporary walking areas shall meet the American with Disability
(ADA) requirements for clearances and obstructions. Any temporary paving, covers, etc. shall
be constructed and installed in such a manner to meet the ADA requirements. In the event the
Contractor fails to meet the ADA requirements, the City of San Rafael may make modifications
to the walking areas at the Contractor's expense.
All trenches shall be backfilled at the end of the day or temporary covers shall be maintained
during non -working hours to avoid any safety issues for vehicles or pedestrians walking in the
project areas.
The Contractor shall make all arrangements with the property owners for the use of private land
for detours and for any other purpose and shall save the City of San Rafael free from any
liability incurred through the use or non-use of such private property.
Upon favorable completion of the work, the Contractor shall remove all signs and traffic control
devices from within the project limits to the satisfaction of the Engineer. At the end of the job, all
signs, lights, barriers, etc. shall be removed from the construction sites. All sites shall be left
clean and orderly.
CONTRACTOR'S RESPONSIBILITY FOR WORK
Until the formal acceptance of the work by the City of San Rafael, the Contractor shall have
charge and care thereof and shall bear the risk of injury or damage to any part thereof and shall
bear the risk of injury or damage to any part thereof by the action of the elements or for any
other cause, whether arising from the execution or from non -execution of the work.
Existing streets, including haul routes, either public or private, within the work area shall be
maintained in safe and orderly conditions at all times. When ordered to do so by the Engineer,
any deficiencies shall be immediately corrected to the satisfaction of the Engineer. If the
Contractor fails to correct such deficiencies in a timely fashion, the City of San Rafael may have
the necessary work performed at the Contractor's expense and/or stop any further work on the
project until a safe and orderly condition has been restored. Before completion and acceptance
of the work, the Contractor shall rebuild, repair, restore, and make good all injuries or damages
to any portion of the work required under the contract and shall bear the cost thereof. Inability
to obtain labor, materials and/or equipment will not be considered an exception.
MEASUREMENT AND PAYMENT
"Signs and Traffic Control" shall be measured and paid for on a lump sum (LS) basis. The lump
sum price paid for Signs and Traffic Control shall include full compensation for furnishing all
labor, materials, tools, equipment and incidentals, including but not limited to, temporary striping
and pavement markings, private property coordination as necessary, preparing and maintaining
an adequate traffic control plan stamped by a registered Civil Engineer, placing, removing,
storing, maintaining, moving to new locations, replacing, and disposing of the components of the
temporary traffic control measures for pedestrians and vehicular traffic, as specified in the State
Standard Specifications, these Technical Specifications, and as directed by the Engineer.
Full compensation for flagging cost shall be considered as included in Signs and Traffic Control
and no additional compensation will be allowed therefore. The shared cost for providing
Francisco Blvd East Resurfacing TECHNICAL SPECIFICATIONS • 13
City Project No. 11389
flagging as specified in Section 12-1.03, "Construction," of the State Standard Specifications,
shall not apply to the item of Signs and Traffic Control.
The adjustment provisions in Section 4-1.05 "Changes and Extra Work," of the State Standard
Specifications, shall not apply to the item of Signs and Traffic Control. Adjustments in the
compensation for Signs and Traffic Control will be made only for increased or decreased traffic
control system required by changes ordered by the Engineer and will be made on the basis of
the cost of the increased or decreased traffic control necessary.
Such adjustment will be made on a force account basis as provided in Section 9-1.04, "Force
Account', of the State Standard Specifications for increased work, and estimated on the same
basis in the case of decreased work.
Francisco Blvd East Resurfacing TECHNICAL SPECIFICATIONS • 14
City Project No. 11389
18-4 CONSTRUCTION STAKING AND LAYOUT
All working stakes shall be established by a licensed Land Surveyor or a registered Civil Engineer
authorized to practice land surveying pursuant to Section 8725 of the Business and Professions
Code of California. The Contractor shall be held responsible for the correctness of such working
stakes. The location of the working stakes shall conform to Chapter 12 of the State Standard
Specifications Section 5.126 of the State Standard Specifications does not apply.
The Contractor shall provide a qualified "Grade Setter" to check horizontal and vertical alignment
of all improvements in progress so that improvements will be built to conform to the lines, widths,
and grades on the approved plans or any change order issued by the City Engineer. The
Contractor shall make available the "Grade Setter' to work with the City's Inspector on checking
or verifying all grade stakes, blue tops, form work, etc., when requested by the Inspector. The
"Grade Setter' shall provide all necessary equipment and tools to perform this work.
Regardless of any opportunity to review the survey work by the City, the Contractor shall assume
absolute responsibility and liability for the accuracy and completeness of all aspects of the
improvement project and the construction layout.
The Contractor is responsible for any and all re -staking expenses.
The Contractor shall preserve all existing benchmarks, surrey control points, reference points,
and other permanent points within the project limits. Any of the aforementioned survey markers
that are damaged will be replaced by the Engineer and paid for at the Contractor's expense.
The Contractor shall acquire existing floor elevations along the foundation wall of the Maserati
Dealership building adjacent to the box culvert excavation site. These elevations shall be kept
on record to provide evidence of any differential settling caused by sheet pile driving operations
and subsequent box culvert excavation within the vicinity.
li'ilk_F'i�J:7�i'il�►�r_1►U1J_l'1i'�1=1►11>r
The cost of construction staking shall be imbedded into the bid cost for the individual bid items
where construction staking is needed. Full compensation for completing the requirements of
this section shall be considered as included in the prices paid for the various items of work
involved and no additional payment will be allowed therefore.
Francisco Blvd East Resurfacing TECHNICAL SPECIFICATIONS • 15
City Project No. 11389
18-5 TREE TRIMMING/VEGETATION REMOVAL
TREE TRIMMINGIVEGETATION REMOVAL
The Contractor shall coordinate with the City Engineer for overhanging limbs and tree roots which
may conflict with construction activities. The Contractor shall verify and obtain approval from the City
Arborist prior to any trimming and/or disturbance of existing tree roots and branches.
All shrubs, plants, trees, tree stumps, and other landscaping which is necessary to accomplish the
curb ramp/sidewalk work shown on the plans shall be included in this bid item. The Contractor shall
make a site visit prior to bidding to understand existing conditions at the time of bid. All landscaping
to be removed shall be removed and disposed of outside of the Right -of -Way in accordance with
relevant State Standard Specifications.
MEASUREMENT AND PAYMENT
Full compensation for completing the requirements of this section shall be considered as included
in the prices paid for the various items of work involved and no additional payment will be allowed
therefore.
Francisco Blvd East Resurfacing TECHNICAL SPECIFICATIONS - 16
City Project No. 11389
18-6 COLD PLANING
The Contractor shall grind existing asphalt in the locations and depths as shown in the Plans
consistent with Section 39-3.04 "Cold Planing Asphalt Concrete Pavement" of the State Standard
Specifications, Section 42-3, "Grinding" of the State Standard Specifications, and these
Specifications.
The Contractor shall "sweep" the entire street with metal detectors before grinding or excavating to
locate buried structures.
The Contractor shall remove and dispose off-site sections of existing asphalt concrete and subgrade
to a maximum depth as specified on the project plans, or as directed by the Engineer.
The limits of the designated area for full width cold planing shall be marked on site. However, should
there be any doubt as to areas marked for full width grinding, the Contractor shall consult immediately
with the Engineer.
The required grinding is to be performed without disturbing the existing curb and gutter, which may
be cracked and fragile. Any concrete gutter chipped by the pavement grinding operations shall be
repaired at the Contractor's expense.
Pavement cold planing operations shall not commence until all manholes and other utility irons within
the area to be ground out have been "tied down" by the Contractor.
No additional compensation shall be made for pavement grinding in excess of the width shown on
the plans unless so directed by the Engineer.
Residue from grinding shall be removed from the roadbed by sweeping immediately after grinding.
The residue material ground from the roadway surface shall become the property of the Contractor
who shall make arrangement for disposal outside the right -or -way.
Cold planning shall include any conform grinding at the boundaries of the work area.
Cold Planing work for this project is intended to take multiple passes with the grinder and be
of variable depth depending on the depth of removal and the final grades as shown on the
plans.
METHODS
All grinding shall be done with cold planing electronic sensor equipped machine(s) or mechanical
sensors. Prior to the grinding operation the Contractor shall submit his method to the Engineer for
approval, including the proposed type of equipment. Streets shall be ground, as shown on the plans.
Errors caused by overgrinding shall be corrected by the Contractor at his expense to the satisfaction
of the Engineer; this may include asphalt plugging and regrinding. The Contractor shall exercise
care to prevent damage to the gutter. Excessive damage to the gutter may result in corrective work
at the contractor's expense.
The grinding machine shall be equipped with a conveyor system to automatically load the asphalt
grinding into an adjacent truck.
All grindings that remain on the street shall be picked up immediately following the grinding operation.
Within 150 feet following the grinding operation, the Contractor shall sweep and remove the ground
Francisco Blvd East Resurfacing TECHNICAL SPECIFICATIONS • 17
City Project No 11389
material from the street and sidewalk surface. The Contractor shall remove any grinding debris from
catch basins or other areas. Excessive dust, debris cast upon the sidewalk, excessive noise, as
determined by the Engineer, will not be allowed.
The removed material shall become the Contractor's property.
The machine shall meet all requirements of legally powered regulatory agencies including noise
control standards.
The grinding machine shall not produce excessive dust and shall conform to the Standards of the
Bay Area Air Quality Control Board. Pre -heating of the asphalt concrete shall not be performed. The
machine shall be equipped with a water device for dust control. The grinding machine shall have a
side shield to prevent ground material from being thrown on the sidewalk. Control of dust and debris
must be provided so that adjacent commercial operations may be continued in a reasonable manner.
At pavement conforms, immediately after performing the grinding operation, the Contractor shall
place temporary cutback asphalt with a 12H:1 V slope to provide a smooth ramp to accommodate
vehicular traffic. The cutback asphalt shall be maintained by the Contractor until overlay work has
begun at which time all cutback asphalt shall be removed and disposed of.
MEASUREMENT AND PAYMENT
"Cold Planing" shall be a final pay item based upon the estimated quantity in square feet indicated
in the Prices of Items of the Bid Proposal. Full width grinding performed outside of the design
measurements as marked in the field will be at the Contractor's expense. Should the City remove an
area from the resurfacing project, an agreed upon estimated quantity of grinding shall be deducted
from the final pay item.
The City is not responsible for broken or dull teeth caused by grinding on concrete identified on
the plans or otherwise, and no additional payment shall be made therefore.
The square foot price paid for "Cold Planing" shall include full compensation for furnishing all labor,
materials, tools, equipment and incidentals, and for doing all the work involved in cold planning,
removing and disposing of existing asphalt concrete, and compaction of subgrade, complete in place,
all as specified in the State Standard Specifications, these Special Provisions, and as directed by
the Engineer, and no additional payment shall be made therefore.
Francisco Blvd East Resurfacing TECHNICAL SPECIFICATIONS • 18
City Project No. 11389
18-7 HOT MIX ASPHALT CONCRETE
GENERAL
The Contractor shall install hot mix asphalt (AC) to the grades shown on the plans in accordance
with Section 39 "Hot Mix Asphalt" of the State Standard Specifications and these Technical
Specifications. The Engineer will provide compaction testing and results for each day. The City will
not accept the installed material until after the written compaction reports have been reviewed by
the Engineer.
MATERIALS
HMA shall be 1/2 -inch Type A aggregate conforming to Section 39, "Asphalt Concrete," of
the State Standard Specifications for the final lift (3" max. lift). The Contractor shall submit to
the Engineer, at least ten (10) working days prior to the start of work, a list of sources of
materials together with a Certificate of Compliance indicating that materials to be
incorporated in the work fulfill the requirements of these specifications and a mix design for
the HMA. The mix design shall be performed in accordance with California Tests 366 and
367. The Certificate of Compliance shall be signed by the material supplier or his
representative. The Contractor shall be responsible for all costs associated with the required
mix design.
2. Asphalt binder shall be steam refined paving asphalt conforming to Performance Grade (PG)
System PG 64-16.
3. Asphaltic Emulsion for the application of the "Tack Coat" shall be paving asphalt Grade 120-
150, Type SSI, as conforming to the provisions in Section 92, "Asphalt Binders," and Section
94, "Asphaltic Emulsions," of the State Standard Specifications.
4. The mix design shall meet the Superpave testing requirements in the State Standard
Specifications.
E`-i11:1J,IIII if_l11111
The Contractor shall submit the following items to the Engineer at least ten (10) working days
prior to the placing of any Hot Mix Asphalt:
• A list of material sources
• Aggregate samples per Section 39-1.03C, "Job Mix Formula Submittal," of the State Standard
Specifications
• Asphalt concrete mix design
• Certificate of Compliance per Section 6-3.05E, "Certificates of Compliance" of the State
Standard Specifications
CONSTRUCTION
The surfaces upon which HMA is to be placed shall be thoroughly cleaned of all dirt, vegetation, and
debris. Prior to application of tack coat, the street shall be cleaned with a vacuum street sweeper
and be clean of all dust.
Existing paved surfaces shall be given a tack coat by spraying with penetration type emulsified
asphalt (Type SSI) at the rate of 0.05 to 0.10 gallon per square yard as directed by the Engineer.
Francisco Blvd East Resurfacing TECHNICAL SPECIFICATIONS • 19
City Project No. 11389
The HMA shall be placed and compacted in the excavation, after compaction of subgrade to 95% to
the grade of existing road pavement. The HMA shall be placed in 3 -inch maximum lifts after
compaction. Conform sections shall be squared off and hand raked to a neat straight line. Edges at
curb shall be hand raked and rolled with a small roller or tamper when larger roller cannot be used.
HMA shall be compacted to 95% of maximum relative compaction as determined by California Test
Method 375, Determining the In -Place Density and Relative Compaction of Hot Mix Asphalt
Pavement Using Nuclear Gages.
The completed surfacing shall be thoroughly compacted, smooth, and free from ruts, humps,
depressions, or irregularities.
Any ridges, indentations or other objectionable marks left in the surface of the HMA shall be
eliminated by rolling or other means. The use of any equipment that leaves ridges, indentations, or
other objectionable marks in the HMA shall be discontinued and other acceptable equipment shall
be furnished by the Contractor.
The surface of the mixture after compression shall be smooth and true to the established crown and
grade. Any mixture which becomes loose or broken, mixed with dirt, or in any way defective, shall
be removed and replaced with fresh hot mixture and shall be immediately compacted to conform to
the surrounding area.
TESTING AND CERTIFICATION
Prior to commencing work, the Contractor shall submit certification from the supplier that the material
that is furnished has been properly tested within the last 12 weeks and designed so as to meet the
aforementioned specifications. Cost of any such testing shall be the responsibility of the Contractor
and/or supplier.
During the work, the City may periodically sample and test the furnished material to ensure quality
control in accordance with the City's Quality Assurance Program. The City will assume the cost of
the testing; however, the Contractor will be required to pay for all failing tests.
Once a supplier's material has been found acceptable, the Contractor shall furnish material from no
other source without the prior approval of the Engineer in writing.
DAILY SUBMITTAL
The Contractor shall submit HMA Weighmaster's Certificates as the material arrives at the job site,
or at any time upon request of the Engineer. If the Contractor does not submit the Certificates at the
end of each day when HMA is installed, a temporary stop work order may be issued on the paving
operation with no associated cost incurred by the City. The paving operation may resume with the
Engineer's written approval upon receiving and reviewing the Certificates.
MEASUREMENT AND PAYMENT
Although the City does not anticipate and "Asphalt Concrete Digouts" to occur, there is the
possibility of "Asphalt Concrete Digouts" that were not planned for and found necessary by
the Engineer. In the case of an "Asphalt Concrete Digout" the bid price for hot mix asphalt
shall be paid per ton of "Hot Mix Asphalt Concrete Overlay".
Measurement and payment for "Hot Mix Asphalt Concrete Overlay," as determined by
Weighmaster's Certificates, shall be per Ton and shall include full compensation for furnishing all the
Francisco Blvd East Resurfacing TECHNICAL SPECIFICATIONS • 20
City Project No. 11389
labor, materials, tools, equipment, incidentals, and for doing all the work involved in installation of
HMA complete in place, including tack coat, cleaning surface, and all incidental work, all as specified
in the State Standard Specifications, these Special Provisions, and as directed by the Engineer, and
no additional compensation will be allowed therefore.
Section 9-1.07C, "Payment Adjustments," of the State Standard Specifications shall not apply. No
adjustments in payment will be made for fluctuations in the cost of asphaltic materials.
Francisco Blvd East Resurfacing TECHNICAL SPECIFICATIONS • 21
City Project No. 11389
18-8 TENSAR GLASPAVE
ENGINEERED PAVING MAT HMA REINFORCEMENT
PART 1 -GENERAL
1.01 Description
This work shall consist of furnishing and placing an engineered, elastomeric polymer pre -coated
paving mat within the pavement structure as shown on the plans or directed by the engineer. The
paving mat shall provide a moisture barrier/stress relieving membrane and shall be placed beneath
a specified asphalt concrete (AC) mix overlay of either, hot -mix asphalt (HMA), warm -mix asphalt
(WMA) or rubber hot -mix asphalt (RHMA).
1.02 Quality Control
A. Pre -Construction Conference: Prior to the installation of the HMA reinforcement, the
Contractor shall arrange a meeting at the site with the manufacturer representative and the paving
mat installer. The engineer shall be notified at least 3 days in advance of the time of the meeting.
Paving mat installer to provide manufacturer written confirmation that they have been trained on
the proper installation of high tensile fiberglass paving mat specified with a minimum of 5 years'
experience installing these paving mats.
B. A manufacturer representative shall be present, at minimum, for the first day of
installation of the engineered paving mat and available thereafter upon request by the engineer.
1.03 Measurement and Payment:
A. Paving mat shall be measured by the square yard (square meter) of paving mat placed.
B. Payment for the paving mat will be made at the contract unit price for square yard
(square meter), or as specified in the Special Provisions.
PART 2 -PRODUCT
2.01 Material
The engineered, reinforcing, elastomer polymer pre -coated paving mat HMA reinforcement with
continuous strand 286 Lbs. (25 kN) high strength fiberglass/polyester scrim Paving Mat, such as
GlasPave 25 or equal meeting the following physical properties table, plus all the additional "In -
asphalt" performance requirements. Fiberglass Polyester Paving Mat submitted as "or equals"
shall demonstrate that the product — as installed - meets all requirements in the properties table
Francisco Blvd East Resurfacing TECHNICAL SPECIFICATIONS - 22
City Project No. 11389
and shall be submitted a minimum of two weeks prior to bid opening. Material must be certified
manufactured in the USA.
PHYSICAL PROPERTIES OF FIBERGLASS POLYESTER REINFORCING PAVING MAT
Property Test Method Units MARV*
Index Properties for Quality Control
Asphalt Retention ASTM D6140 I/m2 (gal./yd2) 0.47 (0.10)
Mass per unit area ASTM D5261 g/m2 (oz/yd2) 136 (4.0)
Tensile strength, MD ASTM D5035 2C -E kN/m (lbs.) 25 min (286)
Tensile Strength, CDASTM D5035 2C -E kN/m (lbs.) 25 min (286)
CBR Puncture'" ASTM D6241 N 1779 (400)
Elongation at maximum load, MDASTM D5035 percent <5
Elongation at maximum load, CD ASTM D5035 percent <5
Melting point ASTM D276 °C (°F) >232 (>450)
Fiberglass reinforcement strand Max. spacing Inch <0.25
In Asphalt Performance Requirements
Stress Improvement FactorTTI Overlay Tester Vs. Control >_ 3.2 t.
Permeability ASTM D5084 cm/sec >_ 2.6x10-11 Q
Elastomeric Polymer Coated Fiberglass Temp. Comparison Softening Point > Compaction
Temp♦
Recyclability without screening AASHTO T283-07 Moisture/Rutting
Francisco Blvd East Resurfacing TECHNICAL SPECIFICATIONS • 23
City Project No. 11389
Susceptibility Pass
Recyclability without screening AASHTO T322-07 Low Temp. Cracking Pass,
* MARV=Minimum Average Roll Value: Many international manufacturers report average physical
property values, which only provides a 50% level of confidence that the material delivered to the
project site meets their product data sheet requirements. Whereas Minimum Average Roll Values
(MARV) provides a 97.7% level of confidence the material will meet the published data sheet
** Assess 360° tensile strength symmetry
s Using a PG64 hot mix AC with a 12.5mm nominal maximum aggregate size at 32 degrees
Q Using a 2" thick hot mix AC with a permeability > 2.6 x 10-11 cm/sec
♦Coating softening point must exceed HMA compaction temperature to protect fiberglass
30% by weight of RAP was used for both the control RAP and RAP containing the milled paving
mat
2.02 Millabilty and Recyclability
The material supplier shall provide proof that the paving mat can be milled and the resulting RAP
containing the milled paving mat can be recycled (without screening) back into a new mix. Proof of
millability and recyclability for this RAP shall consist of written documentation from an independent
asphalt recycling plant and/or testing lab., and samples made with 30% RAP containing the
recycled paving mat shall pass the AASHTO testing as listed above. Composite interlayers with
paving fabrics and other interlayers that are not pre -coated with elastomeric polymer are not
eligible for consideration
2.03 Storage and Handling
The paving mat shall be stored as per the manufacturer's recommendations in a dry covered
condition free from dust, dirt and moisture. The paving mat shall be installed in accordance with
the manufacturer's installation guidelines and this specification. Where a conflict exists between the
specifications, the more stringent specification will apply. A copy of the manufacturer's
specifications shall be provided to the engineer at the pre -construction meeting or no later than five
working days prior to installation.
2.04 Asphalt Bonding Application
Francisco Blvd East Resurfacing TECHNICAL SPECIFICATIONS • 24
City Project No. 11389
A. Asphalt binder for application of the mat shall be PG 64 (-10 to -34) or PG 70 (-10 to -
34). Higher ambient installation temperatures will require PG 70(-10 to -34) asphalt binder to
reduce the chances of movement and improve stability of the mat under construction traffic. Higher
performing "trackless" tack asphalts are also used in some markets in these conditions.
B. The application rate shall be 0.15 Gal/SY (0.57 I/mZ) to 0.17 Gal/SY (0.64 I/m2) on a new
pavement surface, 0.17 Gal/SY (0.64 I/ml) to 0.19 Gal/SY (0.72 I/ml) on an aged, oxidized surface
and 0.2 Gal/SY (0.76 I/m2) to 0.22 Gal/SY (0.83 I/m2) on a milled surface.
PART 3 - EXECUTION
3.01 Placement
A. The surface on which the paving mat is to be placed shall be reasonably free of dirt,
water, vegetation or other debris.
B. When installing on an existing surface, paving mat shall be placed on a drainable surface,
and any rutting or low spots in the pavement shall be removed by milling or by adding a leveling
course. Potholes and pop -outs shall be properly repaired as directed by the engineer. Cracks
exceeding 1/4 inch (6mm) in width shall be filled with suitable crack filler. Crack, pop -out and
pothole fillers shall be allowed to cure.
C. When placing on a smooth milled surface, it is critical to have a pneumatic tire roller to
facilitate full adhesion. Smooth milled surface is defined as a surface that has no groove or sharp
vertical surfaces greater than '/4' (6mm) in depth or width. It is suggested that the milling
equipment have no missing "teeth" and that they are properly spaced. The equipment is operated
at a speed slow enough to achieve the smooth mill as defined. If this cannot be achieved than a
leveling course shall be required.
D. When placement of the paving mat is on a leveling course the surface shall be allowed to
cool sufficiently and stabilize, prior to placement of the engineered paving mat, to prevent lift -up of
paving mat.
E. Neither the asphalt binder nor the paving mat shall be placed when weather conditions, in
the judgment of the engineer or manufacturer's representative, are not suitable. Air and pavement
temperature shall be sufficient to allow the tack coat to hold the paving mat in place. The air
temperature shall be 50°F (10°C) and rising for placement of the hot asphalt tack coat. When air
temperatures exceed 85°F (29.4°C) it is suggested that a 70 (-10 to -34) hot asphalt tack or a
trackless tack be used.
F. Application of the tack coat shall be by a calibrated distributor truck spray bar. Emulsified
Asphalt shall not be allowed. Temperature of the tack coat shall be sufficiently high enough to
permit uniform spray pattern and shall be above 325° F (163°C).
Francisco Blvd East Resurfacing TECHNICAL SPECIFICATIONS • 25
City Project No. 11389
G. The target width of the tack coat application shall be the width of the paving mat, plus 4
inches and wide enough to cover the entire width of paving mat overlaps. The tack coat shall be
applied only as far in advance of the paving mat installation as is appropriate to ensure a tacky
surface at the time of the paving mat placement. Traffic shall not be allowed on the tack coat.
H. The paving mat shall be placed onto the tack coat with minimum folds or wrinkles and
before the tack coat has cooled and lost tackiness. As directed by the engineer or manufacturer's
representative, wrinkles or folds greater than 1 inch (25mm) shall be slit and laid flat or pulled out
and replaced. In these repaired areas, additional tack coat shall be applied as needed to achieve a
sound bond to the substrate. Damaged paving mat shall be removed and replaced, with same per
the manufacturer's recommendations, at the contractor's expense.
I. During hot temperature applications or when excess tack coat bleeds through the paving
mat under normal construction traffic causing excessive movement of mat or "pick-up", a trackless
tack is preferred way to mitigate this. A pneumatic tire roller with a water/soap spray to cool or
broadcasting clean sand or hot mix to create a bond break between the excess tack and the
construction equipment tires have been used. If sand is applied, any excess sand shall be removed
from the HMA reinforcement, using methods other than power brooming, prior to placing the
specified AC mix overlay. No other material, such as asphalt release agents or diesel, shall be
used for this purpose.
J. Transverse joint in the paving mat shall be overlapped in the direction of paving 3-5
inches (75 -127 mm) and longitudinal joints shall be overlapped 1-2 inches (25 -50 mm) or as
recommended by the manufacturer. Paving mat shall be shingled in around the curve to achieve
complete coverage in a curved area as diagramed here:
K. Brooming, squeegee or pneumatic tire rolling shall be used to remove any air bubbles
and to maximize paving mat contact with the pavement surface and shall be done in accordance
with the manufacturer's specifications and to the satisfaction of the engineer. When there is
difficulty getting adhesion such as windy conditions, placement shall be closer behind the tack
application as the wind can create a skim on the asphalt surface quickly. It is also recommended
that a pneumatic tire roller (do not use a steel roller) be used to aid in full adhesion of the HMA
reinforcement into the hot asphalt tack.
L. No traffic, except necessary construction traffic or emergency vehicles, shall be driven on
the paving mat, unless approved by the engineer. If traffic on the HMA reinforcement is approved
by the engineer, clean sand shall be lightly broadcasted over the paving mat HMA reinforcement or
any exposed uncovered tack coat. Any loose sand shall be removed prior to paving. Care shall be
taken to insure no sudden stops, sharp turning of wheels to prevent damage to the paving mat.
M. After installing the paving mat, placement of the first lift of the specified AC mix overlay
shall closely follow. All areas in which the paving mat has been placed shall be paved during the
same day, unless approved otherwise by the engineer or manufacturer's representative.
N. In the event of rainfall on the paving mat prior to the placement of the first specified AC
mix overlay lift, the paving mat shall be allowed to dry before the specified AC mix is placed.
Francisco Blvd East Resurfacing TECHNICAL SPECIFICATIONS • 26
City Project No. 11389
O. The compacted thickness of the first lift of the specified AC mix overlay on the paving mat
shall not be less than 1.5 inches (40mm)
MEASUREMENT AND PAYMENT
The contract price paid for "Pavement Fabric" are paid in a unit of area in square yard as
determined from field measurement. The contract unit price paid for this item shall include full
compensation for all labor, materials, tools, equipment, and incidentals as shown in the Plans,
specified in these Specifications, and as designated by the Engineer.
Francisco Blvd East Resurfacing TECHNICAL SPECIFICATIONS • 27
City Project No. 11389
17-9 REINFORCING FIBERS FOR ASPHALT
17-10.01 DEFINITIONS
1. Reinforcing Fibers: High tensile strength aramid fiber blend specially formulated to
reinforce hot mix asphalt.
2. Fiber Reinforced Asphalt Concrete (FRAC): A mixture of hot or warm mix asphalt and
reinforcing fibers that has greater resistance to rutting, thermal cracking, fatigue cracking,
and reflective cracking as compared to conventional non -fiber asphalt mixes.
3. Fiber Reinforced Asphalt Rubber Hot Mix (FR-ARHM): A mixture of rubberized asphalt and
reinforcing fibers that has greater resistance to rutting, thermal cracking, fatigue cracking,
and reflective cracking as compared to non -fiber rubberized asphalt mixes.
4. Aramid Dispersion State Ratio (ADSR): A measure of the dispersion efficiency of the
Reinforcing Fibers within asphalt mixes. ADSR is calculated by comparing the mass of
aramid in the individual state to the total mass of extracted aramid fibers, expressed as a
percentage.
17-10.02 REFERENCES
1. ASTM D2172, Standard Test Methods for Quantitative Extraction of Bitumen from
Bituminous Paving Mixtures
2. ASTM D6433, Standard Practice for Roads and Parking Lots Pavement Condition Index
Surveys.
3. AASHTO T322, Determining the Creep Compliance and Strength of Hot -Mix Asphalt
(HMA) Using the Indirect Tensile Test Device.
4. AASHTO TP79, Standard Method of Test for Determining the Dynamic Modulus and Flow
Number (FN) for Asphalt Mixtures Using the Asphalt Mixture Performance Tester.
5. Zeiada, W., Underwood, S., Stempihar, J., "Extraction of Aramid Fibers from Fiber
Reinforced Asphalt Concrete — Special Test Method", Arizona State University, May 11,
2016.
17-10.03 SUBMITTALS
1. Submit the following as part of the bid package:
a. Representative fiber product sample.
b. Fiber product data sheet and certification from the Manufacturer that the fiber product
supplied meets the requirements of this specification.
c. Manufacturer's instructions and general recommendations.
d. Performance results of ADSR testing from a minimum of three separate laboratory
trials to validate Dispersion Efficiency.
e. Performance results of PCI testing from a minimum of three separate field trials to
validate Cracking Resistance.
f. Performance results of FN testing from a minimum of three separate laboratory trials
to validate Rutting Resistance.
Francisco Blvd East Resurfacing TECHNICAL SPECIFICATIONS • 28
City Project No. 11389
**NOTE: Testing is NOT required on samples from the job mix, submit previously
completed lab testing only.
2. Submit a minimum of five unique project examples and references where the reinforcing
fiber product was used within 250 miles of the project location.
17.-10.04 MATERIALS AND PERFORMANCE
1. Reinforcing Fiber Properties
a. Provide a reinforcing fiber blend of Virgin Polyolefms and Virgin Aramids that meets
the requirements in Table 1 and Table 2 below.
Table 1
Reinforcing
Fiber Material Properties
Property
Test Method
Polyolefin
Aramid
Form
Manufacturer
Certification
Serrated
Monofilament
Nominal Specific
Modified ASTM
>_ 85%
Gravity
ASTM D276
0.91
1.44
Tensile Strength (psi)
ASTM D7269
NAl
400,000
Length (in)
Manufacturer
0.75
0.75
Condition Index
Certification
Minimum 4
1. Polyolefin fibers will melt or become plastically deformed during production
Table 2
Reinforcing Fiber Performance Properties
Performance Measure
Test Method
Standard
Requirement
Aramid
Dispersion Efficiency
Dispersion State
Modified ASTM
>_ 85%
Ratio ADSR
D2172
>_ 10 PCI Points
Field Performance
Pavement
Increase,
Cracking Resistance
Condition Index
ASTM D6433
Minimum 4
Years
Resistance to
Flow Number
>_ 75%
Permanent
(FN)
AASTHO TP79
increase
Deformation (Rutting)
b. FORTA-FI®, provided by the Forta Corporation, is an acceptable product and meets
the performance and material properties outlined in this section.
Francisco Blvd East Resurfacing TECHNICAL SPECIFICATIONS • 29
City Project No. 11389
c. If a different aramid-based fiber blend is proposed, performance test results complying
with Section D.2 below must be submitted at least four weeks prior to bid date for
approval by engineer.
d. Non-aramid fiber blends will not be considered as acceptable alternatives to this
specification.
2. Performance Testing Requirements
All historical test results submitted to validate the fiber's performance in asphalt mixes
shall be from previously completed laboratory and field trials using plant -produced FRAC
from a documented source only. Results from lab -produced FRAC or FRAC from an
undocumented source will not be accepted. Testing is NOT required on samples from
the job mix.
Fiber dosage rate in all submitted test reports must be equal to the rate proposed for this
project. Only testing performed by an AASHTO accredited laboratory or nationally
recognized university testing lab will be considered.
a. Aramid Dispersion State Ratio (ADSR) Tests from a minimum of three (3) separate
laboratory trials.
1. Perform ADSR test based on modified ASTM D2172 procedures as provided in the
document entitled "Extraction of Aramid Fibers from Fiber Reinforced Asphalt
Concrete — Special Test Method". A copy of the modified extraction methodology
can be obtained by making an inquiry to the Pavement and Materials Laboratory at
Arizona State University at NCE(casu.edu.
2. To validate ADSR results, average extracted aramid fiber quantity must equal
0.007 percent by total sample weight with no individual result less than 0.005
percent of the total sample weight.
3. All tested fiber mixes must achieve a minimum ADSR of 85%.
b. Pavement Condition Index (PCI) side by side comparison from a minimum of three (3)
field trails with a minimum in-service pavement age of four years.
1. PCI surveys shall be performed according to ASTM D6433.
2. Tests results shall include a control and a fiber reinforced pavement section. FRAC
mix shall be identical to control mix except for the inclusion of fibers added at the
same dosage as proposed on the project.
3. In field performance sections shall be subject to the same environmental and traffic
conditions. A minimum surface area of 500 yd2 per FRAC and control section is
required.
4. PCI results from fiber sections shall show a minimum 10 PCI points greater than
the control section after a minimum of 4 years.
c. Flow Number (FN) Tests from a minimum of three (3) separate laboratory trials.
1. Perform FN tests using the protocol from AASHTO TP79.
2. Tests results shall include a control and a fiber reinforced mix. FRAC mix shall be
identical to control mix except for the inclusion of fibers added at the same dosage
as proposed on the project.
3. Results from fiber specimens shall each show an average FN increase of at least
75% over control specimens.
17-10.05 DELIVERY, STORAGE, AND HANDLING
Francisco Blvd East Resurfacing TECHNICAL SPECIFICATIONS • 30
City Project No. 11389
1. Deliver fiber -reinforcement in sealed, undamaged containers with labels intact and legible,
indicating material name and lot number.
2. Deliver fiber -reinforcement to location where it will be added to each batch or loaded into
the mixer.
3. Store materials covered and off the ground. Keep sand and dust out of boxes and do not
allow boxes to become wet.
l7. ]0.06 MIXING AND PRODUCTION
1. Add aramid and polyolefin reinforcing fiber blends at a dosage rate of one (1) pound fiber
per one (1) ton of asphalt.
2. Add alternative aramid fiber blends at a rate proposed by the manufacturer that achieves
the ADSR, PCI, and FN results required by Section D.
3. Have a fiber manufacturer's representative on site during mixing and production. This
requirement can be waived if fiber manufacturer and asphalt producer can supply evidence
of manufacturer's brand of fiber being successfully produced a minimum of three times at
the asphalt plant to be used for the project.
4. Batch Plant. When a batch plant is used, add fiber to the aggregate in the weigh hopper
and increase both dry and wet mixing times. Ensure that the fiber is uniformly distributed
before the injection of asphalt cement into the mixture.
5. Drum Plant:
a. Inject fibers through the RAP collar manually or by feeding them with a metered air
blown system to promote rapid and complete fiber dispersion. Rate the feeding of fibers
with the rate the plant is producing asphalt mix. If there is any evidence of fiber bundles
at the discharge chute, increase the mixing time and/or temperature or change the angle
of the fiber feeder line to increase dry mixing time.
b. Add fibers continuously and in a steady uniform manner. Provide automated
proportioning devices and control delivery within ±10% of the mass of the fibers required.
Perform an equipment calibration to the satisfaction of the fiber manufacturer's
representative to show that the fiber is being accurately metered and uniformly
distributed into the mix.
Include the following with the air blown system:
• Low level indicators
• No -flow indicators
• A printout of feed rate status in pounds/minute
• A section of transparent pipe in the fiber supply line for observing consistency of flow
or feed.
• Manufacturer's representative's approval of fiber addition system
17-10.07 PLACEMENT
Francisco Blvd East Resurfacing TECHNICAL SPECIFICATIONS • 31
City Project No. 11389
Follow manufacturer's and engineer's recommendations for placement of FRAC.
17-10.08 QUALITY CONTROL
a) Aramid Dispersion Visual Test: Collect a 10kg sample of mix from the discharge chute during
first 50 tons of production. Visually assess the state of aramid fibers in the sample
according to Reference 4 (Section B of this specification) and rate the sample as "Pass" or
"Fail".
b) "Pass" = All fibers exist in an Individual State and no Undistributed Clips or Agitated Bundles
of fiber are detected.
17-b.06 "Fail" = One or more Undistributed Clips or Agitated Bundles are detected.
c) If a sample is rated as "Fail", adjust mixing operations to improve fiber dispersion and repeat
Step 1 above.
d) If Visual Test results in three consecutive "Fail" ratings, plant mix samples should be sent to a
third party laboratory for complete ADSR testing before production is allowed to commence.
e) In addition to Visual Test, use a shovel to inspect FRAC mix in the back of first three trucks and
every tenth truck thereafter to confirm adequate blending of the fiber.
I) Remove any observed fiber bundles from placed mixture and adjust operations per the
manufacturer's recommendation to eliminate future fiber bundle development, and repeat
Steps 1 through 3 above to confirm adequate aramid fiber dispersion.
17-10.09 SCOPE OF MATERIAL USEAGE
1. CANAL STREET
2. BELLAM BLVD
3. ANDERSEN AND FRANCISCO BLVD WEST
17-10.10 PAYMENT
Full compensation for completing the requirements of this section shall be considered as included
in the prices paid for the "HOT MIX ASPHALT OVERLAY WITH REINFORCING FIBERS" bid
alternative item and no additional payment will be allowed therefore.
Francisco Blvd East Resurfacing TECHNICAL SPECIFICATIONS • 32
City Project No. 11389
18-10 ADJUST EXISTING FACILITY TO GRADE
The Contractor shall be responsible to raise or lower all existing irons within the limits of pavement
work such as water valve covers, gas valve covers, monument covers, sewer rodholes, and
manholes. The adjustment of monuments shall be accomplished simultaneously with the manhole
raising. Water valve covers shall be adjusted to grade with paving operations.
Under this item, the Contractor shall adjust manhole castings, electrical vaults, or sewer rodhole
covers to new pavement grade by removing and resetting with a concrete collar.
Irons shall be adjusted to grade within one (1) week of completing paving operations. Where
irons are not adjusted within the time allowed, the Contractor will be fined $500 per Calendar
Day.
MATERIALS AND WORKMANSHIP
1. The Contractor shall locate and reference by two offsets, these existing facilities at least a
day prior to the street being paved. All paint markings on curb, sidewalk, and driveway
shall be removed by the end of the project.
2. Paving around the facility shall be done and completed within 48 hours after the facility is
raised. Between the time period, when the facility is raised and the paving operation around
the facility, the Contractor shall be responsible to ensure that the facility is not a public
hazard. Irons shall be raised prior to striping or installation of new traffic signal loop
detectors, if applicable.
3. Asphalt concrete shall be Type A, 3/8" fine.
SUBMITTAL
The Contractor shall keep a log, which shall be submitted to the Engineer, of the number of irons
raised to grade. The Contractor shall also note the location of the facilities within the paved limits.
The log shall be submitted with each invoice request and at the end of the project.
MEASUREMENT AND PAYMENT
The contract unit prices paid to adjust each (EA) water valve cover, gas valve cover, monument,
sewer rodhole, manhole casting, and electrical vault to finished grade shall include full
compensation for furnishing all labor, materials, tools and equipment necessary and required to set
existing frames and covers, complete in place, including all incidental work.
The bid item "Adjust Electrical Vault" is a revocable item based on PG&E's availability to coordinate
the work..
The Contractor shall coordinate, where necessary, with private utility companies for adjustment of
private facilities. The contractor shall be solely responsible for the coordination of raising the
electrical vaults to grade. The cost to perform this coordination is included in the various items of
work involved and no separate payment will be made therefore.
Francisco Blvd East Resurfacing TECHNICAL SPECIFICATIONS - 33
City Project No. 11389
18-11 STRIPING, MARKINGS, AND FLEXIBLE MARKERS
The work consists of installation of traffic stripes and pavement markings in conformance with the
provisions in Section 84, "Markings," of the State Standard Specifications and these Technical
Specifications. Traffic stripes and pavement markings shall be removed at the locations shown on
the plans and as directed by the Engineer. All conflicting striping and pavement markings shall be
removed.
THERMOPLASTIC STRIPING
Thermoplastic material shall be free of lead and chromium and shall conform to the requirements in
State Specification PTH-02ALKYD.
Retroreflectivity of the thermoplastic traffic stripes and pavement markings shall conform to the
requirements in ASTM Designation: D 6359-99. White thermoplastic traffic stripes and pavement
markings shall have a minimum initial retroreflectivity of 250 mcd•m-2.1x1. Yellow thermoplastic traffic
stripes and pavement markings shall have a minimum initial retroreflectivity of 150 mcd•m-2•Ix-1.
Where striping joins existing striping, as shown on the plans, the Contractor shall begin and end the
transition from the existing striping pattern into or from the new striping pattern a sufficient distance
to ensure continuity of the striping pattern. The minimum application rate is based on a solid stripe
of 100 mm in width. Thermoplastic traffic stripes shall be applied at the minimum thickness and
application rate as specified below. The minimum application rate is based on a solid stripe of
100 mm in width.
Minimum Minimum
Stripe Thickness Application Rate
mm
(kg/m)
2.0 10.4
2.5 10.5
Thermoplastic traffic stripes and pavement markings shall be free of runs, bubbles, craters, drag
marks, stretch marks, and debris.
PAVEMENT MARKERS
Pavement markers shall be placed in conformance with the provisions in Section 81-35, "Pavement
Markers," of the State Standard Specifications and these Technical Specifications.
Thermoplastic roadway markings such as parking stalls, etc., shall be in accordance with Section
84-2.03C, "Application of Stripes and Markings," of the State Standard Specifications.
Existing pavement markers to be removed shall be removed in accordance with Section 81-8.038,
"Remove Pavement Markers," of the State Standard Specifications.
PAINTED CURBS
Painted red curb shall conform to Section 84-2.02C, "Paint" & Section 84-2.03C(3) "Painted Traffic
Stripes and Pavement Markings" of the State Standard Specifications. The Contractor shall paint the
tops and faces of curbs red as shown on the plans, and as directed by the Engineer in the field.
Francisco Blvd East Resurfacing TECHNICAL SPECIFICATIONS • 34
City Project No. 11389
Contractor to submit color sample for red curb a minimum 24 hours before placement for review.
GRINDING OR REMOVAL OF EXISTING TRAFFIC STRIPES, PAVEMENT MARKINGS, AND
PAVEMENT MARKERS
Grinding or removal of existing traffic stripes and pavement markings shall conform with State
Standard Specifications Section 84-9.0313 "Remove Traffic Stripes and Pavement Markings" and
these Special Provisions or as directed by the Engineer.
All thermoplastic striping and pavement marking on streets that will be micro surfaced or slurry sealed
shall be removed be the micro surface or slurry seal is applied.
Contractor shall remove a rectangular box encompassing the entire marking, not just the letters,
numerals, or arrows.
MEASUREMENT AND PAYMENT
The contract price paid for traffic striping shall be measured as follows:
• "Thermoplastic Pavement Markings" paid per Square Foot (SF) as determined by field
measure.
• "Blue Reflective Markers" paid per Each (EA) as determined by field measure.
• Stripe Yellow Centerline (Detail 22)", Detail 8, Detail 9, Detail 32, Detail 38, shall paid
per Linear Foot (LF) as determined by field measure.
• "Thermoplastic Continental Style Crosswalk" Yellow or White paid per Square Foot (SF)
as determined by field measure.
• Painted Red Curb paid per linear foot as determined by field measure.
Full compensation for the removal of conflicting striping shall be considered as included in the prices
paid for the various items of work involved and no additional payment will be allowed therefore.
The contract price paid for items above shall include full compensation for furnishing all labor,
materials, including tools, equipment, and incidentals necessary to complete the work (including
traffic control, cat tracking, adjustments and cleanup) as shown on the Plans, specified herein, and
directed by the Engineer and no additional compensation will be allowed therefore.
Payments for the linear foot item for Traffic Stripes shall be determined based on the completed
linear footage of the bid item work completed as determined by the Engineer at the time the
progress payment is prepared.
Payments for the square foot item for Pavement Markings shall be determined based on the
completed square footage of the bid item work completed as determined by the Engineer at the
time the progress payment is prepared.
Francisco Blvd East Resurfacing TECHNICAL SPECIFICATIONS • 35
City Project No. 11389
APPENDIX A:
CITY OF SAN RAFAEL POLLUTION PREVENTION REQUIREMENT
Francisco Blvd East Resurfacing TECHNICAL SPECIFICATIONS • 36
City Project No. 11389
CITY OF SAN RAFAEL
POLLUTION PREVENTION: IT'S PART OF THE PLAN
MAKE SURE YOUR CREWS AND SUBS DO THE JOB RIGHT!
RUNOFF FROM STREETS AND OTHER PAVED AREAS IS A MAJOR SOURCE OF POLLUTION IN SAN FRANCISCO BAY.
CONSTRUCTION ACTIVITIES CAN DIRECTLY AFFECT THE HEALTH OF THE BAY UNLES CONTRACTORS AND CREWS
PLAN AHEAD TO KEEP DIRT, DEBRIS, AND OTHER CONSTRUCITON WASTE AWAY FROM STORM DRAINS AND LOCAL
CREEKS. FOLLOWING THESE GUIDELINES WILL ENSURE YOUR COMPLIANCE WITH CITY OF SAN RAFAEL ORDINANCE
REQUIREMETNS.
MATERIALS STORAGE & SPILL CLEANUP
NON -HAZARDOUS MATERIALS MANAGEMENT
- SAND, DIRT, AND SIMILAR MATERIALS MUST BE STORED AT LEAST 10
FEET FROM CATCH BASINS, AND COVERED WITH A TARP DURING WET
WEATHER OR WHEN RAIN IS FORECAST
- USE (BUT DON'T OVERUSE) RECLAIMED WATER FOR DUST CONTROL AS
NEEDED
- SWEEP STREETS AND OTHER PAVED AREAS DAILY. DO NOT WASH
DOWN STREETS OR WORK AREAS WITH WATER!
- RECYCLE ALL ASPHALT, CONCRETE, AND AGGREGATE BASE MATERIAL
FROM DEMOLITION ACTIVITIES.
- CHECK DUMPSTERS REGULARLY FOR LEAKS AND TO MAKE SURE THEY
DON'T OVERFLOW. REPAIR OR REPLACE LEAKING DUMPSTERS
PROMPTLY.
- LABEL ALL HAZARDOUS MATERIALS AND HAZARDOUS WASTES (SUCH AS
PESTICIDES, PAINTS, THINNERS, SOLVENTS, FUEL, OIL, AND ANTIFREEZE)
IN ACCORDANCE WITH CITY, STATE, AND FEDERAL REGULATIONS.
- STORE HAZARDOUS MATERIALS AND WASTES IN SECONDARY
CONTAINMENT AND COVER THEM DURING WET WEATHER
- FOLLOW MANUFACTURER'S APPLICATION INSTRUCTIONS FOR HAZARDOUS
MATERIALS AND BE CAREFUL NOT TO USE MORE THAN NECESSARY.
DO NOT APPLY CHEMICALS OUTDOORS WHEN RAIN IS FORECAST WITHIN
24 HOURS.
- BE SURE TO ARRANGE FOR APPROPRIATE DISPOSAL OF ALL
HAZARDOUS WASTES.
SPILL PREVENTION AND CONTROL
- KEEP A STOCKPILE OF SPILL CLEANUP MATERIALS (RAGS, ABSORBENTS,
ETC.) AVAILABLE AT THE CONSTRUCTION SITE AT ALL TIMES.
- WHEN SPILLS OR LEAKS OCCUR, CONTAIN THEM IMMEDIATELY AND BE
PARTICULARLY CAREFUL TO PREVENT LEAKS AND SPILLS FROM
REACHING THE GUTTER, STREET, OR STORM DRAIN. NEVER WASH
SPILLED MATERIAL INTO A GUTTER, STREET, STORM DRAIN OR CREEK!
- REPORT ANY HAZARDOUS MATERIALS SPILLS IMMEDIATELY! CALL CITY
OF SAN RAFAEL FIRE DEPARTMENT AT (415) 485-3308.
VEHICLE AND EQUIPMENT MAINTENANCE &
CLEANING
- INSPECT VEHICLES AND EQUIPMENT FOR LEAKS FREQUENTLY. USE DRIP
PANS TO CATCH LEAKS UNTIL REPAIRS ARE MADE; REPAIR LEAKS
PROMPTLY
- FUEL AND MAINTAIN VEHICLES ON SITE ONLY IN A BERMED AREA OR
OVER A DRIP PAN THAT IS BIG ENOUGH TO PREVENT RUNOFF
- IF YOU MUST CLEAN VEHICLES OR EQUIPMENT ON SITE, CLEAN WITH
WATER ONLY IN A BERMED AREA THAT WILL NOT ALLOW RINSEWATER
TO RUN INTO GUTTERS, STREETS, STORM DRAINS, OR CREEKS
- DO NOT CLEAN VEHICLES OR EQUIPMENT ON-SITE USING SOAPS,
SOLVENTS, DEGREASERS, STEAM CLEANING EQUIPMENT, ETC.
EARTHWORK & CONTAMINATED SOILS
- KEEP EXCAVATED SOIL ON THE SITE WHERE IT IS LEAST LIKELY TO
COLLECT IN THE STREET. TRANSFER TO DUMP TRUCKS SHOULD TAKE
PLACE ON THE SITE, NOT IN THE STREET.
- USE HAY BALES, SILT FENCES, OR OTHER CONTROL MEASURES TO
MINIMIZE THE FLOW OF SILT OFF THE SITE.
- AVOID SCHEDULING EARTH MOVING ACTIVITIES DURING THE RAINY
SEASON IF POSSIBLE. IF GRADING ACTIVITIES DURING WET WEATHER
ARE ALLOWED IN YOUR PERMIT, BE SURE TO IMPLEMENT ALL CONTROL
MEASURES NECESSARY TO PREVENT EROSION.
- MATURE VEGETATION IS THE BEST FORM OF EROSION CONTROL.
MINIMIZE DISTURBANCE TO EXISTING VEGETATION WHENEVER POSSIBLE.
- IF YOU DISTURB A SLOPE DURING CONSTRUCITON, PREVENT EROSION
BY SECURINT THE SOIL WITH EROSION CONTROL FABRIC, OR SEED WITH
FAST-GROWING GRASSES AS SOON AS POSSIBLE. PLACE HAY BALES
DOWN --SLOPE UNTIL SOIL IS SECURE.
- IF YOU SUSPECT CONTAMINATION (FROM SITE HISTORY, DISCOLORATION,
ODOR, TEXTURE, ABANDONED UNDERGROUND TANKS OR PIPES, OR
BURIED DEBRIS), CALL THE FIRE DEPT., (415) 485-3308, FOR HELP IN
DETERMINING WHAT TESTING SHOULD BE DONE.
- MANAGE DISPOSAL OF CONTAMINATED SOIL ACCORDING TO FIRE
DEPARTMENT INSTRUCTIONS.
STORM WATER PROGRAM
(415) 485-3355
DEWATERING OPERATIONS
- REUSE WATER FOR DUST CONTROL, IRRIGATION, OR ANOTHER ON-SITE
PURPOSE TO THE GREATESTEXTENT POSSIBLE.
- BE SURE TO CALL THE CITY'S STORMWATER MANAGER BEFORE
DISCHARGING WATER TO A STREET, GUTTER, OR STORM DRAIN. CALL
THE STORMWATER MANAGER AT (415) 485-3355. FILTRATION OR
DIVERSION THROUGH A BASIN, TANK, OR SEDIMENT TRAP MAY BE
REQUIRED.
- IN AREAS OF KNOWN CONTAMINATION, TESTING IS REQUIRED PRIOR TO
REUSE OR DISCHARGE OF GROUNDWATER. CONSULT WITH THE CITY FIRE
DEPT. TO DETERMINE WHAT TESTING TO DO AND TO INTERPRET
RESULTS. CONTAMINATED GROUNDWATER MUST BE TREATED OR HAULED
OFF-SITE FOR PROPER DISPOSAL.
SAW CUTTING
- ALWAYS COMPLETELY COVER OR BARRICADE STORM DRAIN INLETS WHEN
SAW CUTTING. USE FILTER FABRIC, HAY BALES, SAND BAGS, OR FINE
GRAVEL DAMS TO KEEP SLURRY OUT OF THE STORM DRAIN SYSTEM.
- SHOVEL, ABSORB, OR VACUUM SAW -CUT SLURRY AND PICK UP ALL
WASTE AS SOON AS YOU ARE FINISHED IN ONE LOCATION OR AT THE
END OF EACH WORK DAY (WHICHEVER IS SOONER).
- IF SAW CUT SLURRY ENTERS A CATCH BASIN, CLEAN IT UP
IMMEDIATELY.
PAVING/ASPHALT WORK
- DO NOT PAVE DURING WET WEATHER OR WHEN RAIN IS FORECAST.
- ALWAYS COVER STORM DRAIN INLETS AND MANHOLES WHEN PAVING OR
APPLYING SEAL COAT, TACK COAT, SLURRY SEAL, OR FOG SEAL.
- PLACE DRIP PANS OR ABSORBENT MATERIAL UNDER PAVING EQUIPMENT
WHEN NOT IN USE.
- PROTECT GUTTERS, DITCHES, AND DRAINAGE COURSES WITH HAY BALES,
SAND BAGS, OR EARTHEN BERMS.
- DO NOT SWEEP OR WASH DOWN EXCESS SAND FROM SAND SEALING
INTO GUTTERS, STORM DRAINS, OR CREEKS. COLLECT SAND AND
RETURN IT TO THE STOCKPILE, OR DISPOSE OF IT AS TRASH.
- DO NOT USE WATER TO WASH DOWN FRESH ASPHALT CONCRETE
PAVEMENT.
CONCRETE, GROUT, AND MORTAR STORAGE &
WASTE DISPOSAL
- BE SURE TO STORE CONCRETE, GROUT AND MORTAR UNDER COVER AND
AWAY FROM DRAINAGE AREAS. THESE MATERIALS MUST NEVER REACH
A STORM DRAIN.
- WASH OUT CONCRETE EQUIPMENT/TRUCKS OFF-SITE OR DESIGNATE AN
ON-SITE AREA FOR WASHING WHERE WATER WILL FLOW ONTO DIRT OR
INTO A TEMPORARY PIT IN A DIRT AREA. LET THE WATER SEEP INTO
THE SOIL AND DISPOSE OF HARDENED CONCRETE WITH TRASH.
- IF A SUITABLE DIRT AREA IS NOT AVAILABLE, COLLECT THE WASH
WATER AND REMOVE IT FOR APPROPRIATE DISPOSAL OFF SITE.
- DIVERT WATER FROM WASHING EXPOSED AGGREGATE CONCRETE TO A
DIRT AREA WHERE IT WILL NOT RUN INTO A GUTTER, STREET, OR STORM
DRAIN. IF A SUITABLE DIRT AREA IS NOT AVAILABLE, FILTER THE WASH
WATER THROUGH HAY BALES BEFORE DISCHARGING TO A STORM DRAIN.
PAINTING
- NEVER RINSE PAINT BRUSHES OR MATERIALS IN A GUTTER OR STREET.
- PAINT OUT EXCESS WATER-BASED PAINT BEFORE RINSING BURHSES,
ROLLERS, OR CONTAINERS IN A SINK. IF YOU CAN'T USE A SINK,
DIRECT WASH WATER TO A DIRT AREA AND SPADE IT IN.
- PAINT OUT EXCESS OIL-BASED PAINT BEFORE CLEANING BRUSHES IN
THINNER.
- FILTER PAINT THINNERS AND SOLVENTS FOR REUSE WHENVER POSSIBLE.
DISPOSE OF OIL-BASED PAINT SLUDGE AND UNUSABLE THINNER AS
HAZARDOUS WASTE.
STORM DRAIN POLLUTERS MAY BE LIABLE FOR FINES OF UP TO $500 PER DAY
APPENDIX B:
CITY SD MANHOLE CASTING ADJUSTING DETAIL
Francisco Blvd East Resurfacing TECHNICAL SPECIFICATIONS • 38
City Project No. 11389
Bond #070215869
Premium is for Contract Term and is Subject Premium Included
to Adjustment Based on Final Contract Price. Executed in Duplicate
Payment Bond
The City of San Rafael ("City") and Ghilotti Construction Company, Inc ("Contractor") have entered
into a contract for work on the Francisco Boulevard Resurfacing Project ("Project"). The Contract
is incorporated by reference into this Payment Bond ("Bond").
1. General. Under this Bond, Contractor as principal and Liberty Mutual Insurance Company
its surety ("Surety"), are bound to City as obligee in an amount not less than
$ 1,136,140.00 , under California Civil Code § 9550 et seq., to ensure payment to
authorized claimants. This Bond is binding on the respective successors, assigns, owners,
heirs, or executors of Surety and Contractor.
2. Surety's Obligation. If Contractor or any of its Subcontractors fails to pay a person
authorized in California Civil Code § 9100 to assert a claim against a payment bond, any
amounts due under the Unemployment Insurance Code with respect to work or labor
performed under the Contract, or any amounts required to be deducted, withheld, and paid
over to the Employment Development Department from the wages of employees of
Contractor and its Subcontractors under California Unemployment Insurance Code § 13020
with respect to the work and labor, then Surety will pay the obligation.
3. Beneficiaries. This Bond inures to the benefit of any of the persons named in California
Civil Code § 9100, so as to give a right of action to those persons or their assigns in any
suit brought upon this Bond. Contractor must promptly provide a copy of this Bond upon
request by any person with legal rights under this Bond.
4. Duration. If Contractor promptly makes payment of all sums for all labor, materials, and
equipment furnished for use in the performance of the Work required by the Contract, in
conformance with the time requirements set forth in the Contract and as required by
California law, Surety's obligations under this Bond will be null and void. Otherwise,
Surety's obligations will remain in full force and effect.
5. Waivers. Surety waives any requirement to be notified of alterations to the Contract or
extensions of time for performance of the Work under the Contract. Surety waives the
provisions of Civil Code §§ 2819 and 2845. City waives the requirement of new bond for
any supplemental contract under Civil Code § 9550. Any notice to Surety may be given in
the manner specified in the Contract and delivered or transmitted to Surety as follows:
Attn: Liberty Mutual Insurance Company
Address: 175 Berkeley Street
City/State/Zip: Boston, MA 02116
Phone: Ed Campos 925-979-6705
Email: eduardo.campos@libertymutual.com
6. Law and Venue. This Bond will be governed by California law, and venue for any dispute
pursuant to this Bond will be in the Marin County Superior Court, and no other place.
Surety will be responsible for City's attomeys' fees and costs in any action to enforce the
provisions of this Bond.
[Signatures are on the following page.]
Francisco Blvd Resurfacing 2021 Form PAYMENT BOND
11389 Page 23
7. Effective Date; Execution. This Bond is entered into and is effective on September 21
2021.
SURETY:
Liberty Mutual Insurance Company
Business Name
s/
4D
Dona Lisa Buschmann, Attorney -In -Fact
Name, Title
September 23, 2021
Date
(Attach Acknowledgment with Notary Seal and Power of Attorney)
CONTRACTOR:
Ghilotti Construction Company, Inc.
Business N
s/
President
ane, Title
APPROVED BY CITY:
q 30 21
Date
sl 11 /7 ADZI
LI s4 A . 6o ld4eino Date
Name, Title J
END OF PAYMENT BOND
Francisco Blvd Resurfacing 2021 Form PAYMENT BOND
11389 Page 24
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Placer
On September 23, 2021
before me, Alexis Estrada, NotaryPublic
(insert name and title of the officer)
personally appeared Dona Lisa Buschmann
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their 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 California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal. *my
ALEXIS ESTRADA
Notary Public - California
`=Placer CountyCommission # 2335353
Comm. Expires Oct 13, 2024
Signature A,AI (Seal)
Bond #070215869
Premium is for Contract Term and is Subject Premium $5,563.00
to Adjustment Based on Final Contract Price. Executed in Duplicate
Performance Bond
The City of San Rafael ("City") and Ghilotti Construction Company, Inc. ("Contractor") have entered
into a contract for work on the Francisco Boulevard Resurfacing Project ("Project"). The Contract
is incorporated by reference into this Performance Bond ("Bond").
1. General. Under this Bond, Contractor as Principal and Liberty Mutual Insurance Company
its surety ("Surety"), are bound to City as obligee for an amount not less than
$ 1,136,140.00 to ensure Contractor's faithful performance of its obligations under
the Contract. This Bond is binding on the respective successors, assigns, owners, heirs, or
executors of Surety and Contractor.
2. Surety's Obligations. Surety's obligations are co -extensive with Contractor's obligations
under the Contract. If Contractor fully performs its obligations under the Contract, including
its warranty obligations under the Contract, Surety's obligations under this Bond will
become null and void. Otherwise, Surety's obligations will remain in full force and effect.
3. Waiver. Surety waives any requirement to be notified of and further consents to any
alterations to the Contract made under the applicable provisions of the Contract
Documents, including changes to the scope of Work or extensions of time for performance
of Work under the Contract. Surety waives the provisions of Civil Code §§ 2819 and 2845.
4. Application of Contract Balance. Upon making a demand on this Bond for completion of
the Work prior to acceptance of the Project, City will make the Contract Balance available
to Surety for completion of the Work under the Contract. For purposes of this provision, the
Contract Balance is defined as the total amount payable by City to Contractor as the
Contract Price minus amounts already paid to Contractor, and minus any liquidated
damages, credits, or backcharges to which City is entitled under the terms of the Contract.
5. Contractor Default. Upon written notification from City of Contractor's termination for
default under Article 13 of the Contract General Conditions, time being of the essence,
Surety must act within the time specified in Article 13 to remedy the default through one of
the following courses of action:
5.1 Arrange for completion of the Work under the Contract by Contractor, with City's
consent, but only if Contractor is in default solely due to its financial inability to
complete the Work;
5.2 Arrange for completion of the Work under the Contract by a qualified contractor
acceptable to City, and secured by performance and payment bonds issued by
an admitted surety as required by the Contract Documents, at Surety's expense;
or
5.3 Waive its right to complete the Work under the Contract and reimburse City the
amount of City's costs to have the remaining Work completed.
6. Surety Default. If Surety defaults on its obligations under the Bond, City will be entitled to
recover all costs it incurs due to Surety's default, including legal, design professional, or
delay costs.
Notice. Any notice to Surety may be given in the manner specified in the Contract and
sent to Surety as follows:
Attn: Liberty Mutual Insurance Company
Address: 175 Berkeley Street
Francisco Blvd Resurfacing 2021 Form PERFORMANCE BOND
11389 Page 25
City/State/Zip: Boston, MA 02116
Phone: Ed Campos 925-979-6705
Fax: 925-979-6754
Email: eduardo.campos@libertymutual.com
B. Law and Venue. This Bond will be governed by California law, and venue for any dispute
pursuant to this Bond will be in the Marin County Superior Court, and no other place.
Surety will be responsible for City's attomeys' fees and costs in any action to enforce the
provisions of this Bond.
9. Effective Date; Execution. This Bond is entered into and effective on
September 21 12021
SURETY:
Liberty Mutual Insurance Company
Business Name
s
Dona Lisa Buschmann, Attomey-In-Fact
Name, Title
September 23, 2021
Date
(Attach Acknowledgment with Notary Seal and Power of Attorney)
CONTRACTOR:
Ghilotti Construction Company, Inc.
Business N e
s/ `r 30 2
—
ri Onnaro Dat�
d.,.-:aent
Name, Title
APPROVED BY CITY:
6w !
Name, Title
END OF PERFORMANCE BOND
Francisco Blvd Resurfacing 2021 Form PERFORMANCE BOND
11389 Page 26
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Placer
On September 23, 2021
before me, Alexis Estrada, Notary Public
(insert name and title of the officer)
personally appeared Dona Lisa Buschmann
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their 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 California that the foregoing
paragraph is true and correct.
*MY
WITNESS my hand and official seal. ALEXIS ESTRADA
Notary Public • California
€Placer County
Commission k 2335353
Comm. Expires Oct 13, 2024
Signature (Seal)
vi
c
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.
Liberty Liberty Mutual Insurance Company
Mutual The Ohio Casualty Insurance Company Certificate No. 8205493-977442
SURETY West American Insurance Company
POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casually Insurance Company is a corporation 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 West 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, Alexis
Estrada, Dona Lisa Buschmann, Edward D. Johnson, J. Buschmann, Jana B. Pilgard, Julie A. Shiroma, Kathy Rangel, Lisa Bracero, Maggie Bender -Johnson, Robert D
Laux, Stephen D. Bender
all of the city of Sacramento state of CA 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 Altomey has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this 28th day of April 2021
Liberty Mutual Insurance Company
P� 1NSU� tv INS& d hNSU. The Ohio Casualty Insurance Company
j3GORPar�rOy01R =`oaPUN,4fo'Qgyc+ I.,, .0 West West American Insurance Company
r�1912 0 0=1919W� a 1991 00
o _
rdV1 sa4CNU`+ da ZONAweS`� aa� Ys, rNouN� .da3 r
'�Nl By.
David M. Carey, Assistant Secretary
State of PENNSYLVANIA ss
County of MONTGOMERY
On this 28tH day of April 2031 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance
Company, The Ohio 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.
WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written.
5I, PAST
Q2 ,nurt,yE F� Commonwealth of Pennsylvania - Notary Seal
4(r 9 County Teresa Podolia, Public
OF Montgomery County / • ,
My commission expires March 29, 2025 By
�v- Commission number 1126044
YMember, Pennsylvania Ass«iation of Notaoes Teresa Pastella, Notary Public
,qAY pt3�4
This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of 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 follows:
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 limitation as the Chairman or the 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 surely 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 attorney, shall have full
power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments 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. Surely 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 attomeys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the
Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if
signed by the president and attested by the secretary.
Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, 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 delver as surety any and all undertakings, bonds, recognizances and other surety
obligations.
Authorization — By unanimous consent of the Company's Board of D rectors, 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 binding upon the Company with
the same face and effect as though manually affixed.
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casually Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do
hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Pourer of Attorney 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 33rd day of September , 2021 .
v INSUR 'tY INSU a hNSUq
A P`OF"OR 1f�O-YncR eJg°oaPoq,���'eyyn V =4oaroryr�yc
VW O tR
1912 0 0 1919 '0 s 1991 n
i W o a o
d,,,*„s*��a o�yNA*p9*baa rs� a*R�aaa Renee C. Llewellyn, Assistant Secretary
LMS -12873 LMIC OCIC WAIC Multi Co 02/21
67p,XA RAF,q�!
1,
Z 2
� y0
,rYwITH Ply
CONTRACT ROUTING FORM
INSTRUCTIONS: Use this cover sheet to circulate all contracts for review and approval in the order shown below.
TO BE COMPLETED BY INITIATING DEPARTMENT PROJECT MANAGER:
Contracting Department: Public Works
Project Manager: Iman Kayani for JCA Extension: 3352
Contractor Name: Ghilotti Construction Company, Inc.
Contractor's Contact: Thomas Smith Contact's Email: tom@ghilotti.com
❑ FPPC: Check if Contractor/Consultant must file Form 700
Step
RESPONSIBLE
DESCRIPTION
COMPLETED
REVIEWER
DEPARTMENT
a. Email PINS Introductory Notice to Contractor
DATE
Click here to
Check/Initial
❑
1
Project Manager
enter a date.
b. Email contract (in Word) and attachments to City
9/13/2021
Attorney c/o Laraine.Gittens@cityofsanrafael.org
❑X IKK
2
City Attorney
a. Review, revise, and comment on draft agreement
9/15/2021
and return to Project Manager
9/15/2021
❑x ND
b. Confirm insurance requirements, create Job on
PINS, send PINS insurance notice to contractor
© ND
3
Department Director
Approval of final agreement form to send to
9/21/2021
❑X BG
contractor
4
Project Manager
Forward three (3) originals of final agreement to
9/21/2021
©IKK
contractor for their signature
5
Project Manager
When necessary, contractor -signed agreement
❑ N/A
agendized for City Council approval *
*City Council approval required for Professional Services
❑X IKK
Agreements and purchases of goods and services that exceed
Or
$75,000; and for Public Works Contracts that exceed $175,000
9/20/2021
PRINT
Date of City Council approval
CONTINUE ROUTING PROCESS WITH HARD COPY
6
Project Manager
Forward signed original agreements to City
10/6/2021
IKK
City Attorney
Attorney with printed copy of this routing form
_
7
Review and approve hard copy of signed
agreement
8
City Attorney
Review and approve insurance in PINS, and bonds
IZa�
I
(for Public Works Contracts)
/ ��I7
9
City Manager/ Mayor
Agreement executed by City Council authorized
q D
official
10
City Clerk
Attest signatures, retains original agreement and
forwards copies to Project Manager
b D