Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
18-179 Graham Contractors, Inc., 2018 Pavement Maintenance Phase 2, Project No. 2019-102RECORDING REQUESTED BY
City of Cupertino
WHEN RECORDED MAIL TO
City Clerk's Office
City of Cupertino
10300 Torre Avenue
Cupertino, CA 95014-3255
NO FEE IN ACCORDANCE
WITH GOV. CODE 27383
24099483
Regina Alcomendras
Santa Clara County -Clerk-Recorder
01/17/2019 10:37 AM
Ti lles: 1
Fees : 10 .00 Taxes: 0
Total: 0.00
Pages: 3
(SP ACE ABOVE THIS LINE FOR RECORDER'S USE)
NOTICE OF COMPLETION
CITY PROJECT NAME:
2018 Pavement Maintenance Phase 2
Project No. 2019-102
Original
D For Fast Endorsement
Recording Requested By :
The City of Cupertino
When Recorded Mail To :
_________ <name , title>
Cupertino City Hall
10300 Torre Avenue
Cupertino , CA 95014
EXEMPT FROM RECORDING FEES PER
GOVERNMENT CODE§§ 6103 , 27383
SPACE ABOVE THIS LINE IS FOR RECORDER 'S USE
NOTICE OF COMPLETION
Civil Code§§ 8182, 8184 , 9204 , and 9208
NOTICE IS HEREBY GIVEN THAT :
1. The undersigned is the agent of the owner of the Project described below .
2 . Owner's full name is the City of Cupertino ("City ")
3 . City 's address is 10300 Torre Avenue, Cupertino, CA 95014.
4 . The nature of City 's interest in the Project is :
_ Fee Ownership Lessee X Other : Right-of-Way
5. Construction work on the Project performed on City 's behalf is generally described as
follows: 2018 Pavement Maintenance Phase 2
6 . The name of the original Contra ctor for the Project is : Graham Contractors Inc .
7. The Project was completed on : December 14, 2018 .
8 . The Project is located at: Various locations throughout city : City of Cupertino
Verification : In signing this document , I, the undersigned, declare under penalty of perjury under
the laws of the State of California that I have read this notice , and I know and understand the
contents ~f J1 is notice, and that the facts stated in this notic,~.71. ~F • e and correct. /A0t a,-2//~ ~ ~-"= .L 2~
D;te ·ar,{cj Place 7 Signature /
~ ,;;:,~-)L .r· k-e j
N~e and Title /)
//C::11,de, jlLEc..Yci1,·t. cJr v ~z...,.~'-
"NO FEE"
City of Cupertino
NOTICE OF COMPLETION is hereby given in order to comply with the provisions of
Section 27283 of the Government Code.
This is to certify that the Notice of Completion dated January 16, 2019 for
CITY PROJECT NAME:
2018 Pavement Maintenance Phase 2
ProjectNo.2019-102
and the City of Cupertino, a governmental agency is hereby accepted by the City of Cupertino
on January 16, 2019 and the grantee consents to recordation thereof by: its duly authorized
officer.
I certify under Penalty of Perjury under the laws of the State of California that the foregoing
paragraph is true and correct.
Dated: January 17, 2019
By: ~~
~apudar
Senior Office Assistant
Contract
Th is p ubli c works co ntract ("Contract") is ent ered in to by and between the City of Cupertino
("City "), a municipa l c orporatio n, and Graham Co ntractors , Inc. ("Con tr actor"), for work on the
2018 Pavement Maintena nce Phase 2 Pro ject ("Proj ect").
The parties agree as follows:
1. Award of Contract. In response to the Notice I nvi tin g Bids , Co ntractor has submitted a
Bid Proposal and accompanying Bid Schedu le to perform the Work to construct t he P roj ect.
On A ugust 21 , 2018, C ity authorized awa rd of this Contract to Contrac tor for th e a mount
set forth in Sec ti on 4 be low .
2 . Contract Documents . Th e Con tr ac t Documents in corpo rated into th is Co ntract in clud e
and are comprised of all of the fo ll owin g
2 .1 Notice Inv iti ng Bids ;
2.2 Instruct ions to Bidders ;
2.3 Addenda , if any ;
2.4 Bid Propo sal and attachmen ts the reto ;
2.5 Contract ;
2.6 Payment Bond , Perfo rm ance Bond a nd , if req uired, a Wa rr anty Bo nd;
2. 7 Genera l Cond iti ons ;
2.8 Special Conditions ;
2 .9 Project Drawings and Spec ific ati ons ;
2 .10 Ch ange Orders , if any ;
2.11 Notice of Award ;
2.12 Notice to Proceed ;
2.13 Cit y of Cupert ino Standard Deta ils ; and
2 .14 Th e fol lowin g: Ge ne ral Requirements , E stima ted Quantitie s , Wo rk Hou r
Restrictions
3. Contra cto r's Obligati on s. Con tr actor w ill perform all of the Work required for t he Proj ect ,
as spec ifi ed in th e Co ntra ct Documents. Contractor mu st provid e, furnish , and supp ly a ll
things necessary and in cidenta l for the tim e ly perfo rm ance and comp leti on of th e Work,
in clud ing all necessary la bo r , materials, supplies, tools , equipment, transportation , a n d
utili t ies , un less otherwise spec ifi ed in the Contract Documents. Co ntr acto r must use it s best
efforts to complete the Work in a profess ion a l and expeditious manner and to me et or
exceed the performance standards requi red by the Co ntr act D oc um e nt s.
4 . Payment. As fu ll and comp lete compensatio n for Contractor's time ly performance and
comp let ion of the Work in strict acco rdan ce w ith the terms and co nditi ons of th e Co nt r ac t
Documents , City w ill pay Contractor $290,769 .29 ("Co ntr act Price ") for all of Con tractor 's
direct and indirect costs to perform the Work , inc lu d in g all labor , materials , supp li es ,
equ ip ment , taxes , insura nce, bonds a nd a ll overhead costs, in accorda nce w ith the
paymen t provis ions in the Genera l Conditio ns.
5. Time for Completion. Contracto r w ill full y comp lete th e Work fo r t he Project w ithin 45
Working days from the commenceme nt date given in the Notice to Proceed ("Contract
Time "). By s ignin g be low. Co nt ractor ex pressly waives an y clai m fo r de layed early
comp leti on .
6. Liquidated Damages . If Con tr actor fa ils to comp lete the Work within the Contract Time ,
C it y will assess liquidated damages in the amount of$ 10 00 per day for each day of
20 18 Paveme nt Maintena nce Phase 2
Project No 20 19-102 2018 Form
CONTRACT
Page 21
une xcused de lay in comp letion , and such liqu idated damages may be ded ucted from City 's
payments due or to become due to Contractor under this Contract.
7. Labor Code Comp li ance .
7 .1 General. This Contract is subj ect to all app li cab le requirements of C hap ter 1 of
Part 7 of Di vision 2 of the Labor Code , including requirements pertaining to wages ,
work ing hours and worke rs ' compe nsation insu rance.
7.2 Prevailing Wages . Thi s Project is s u bject to the preva ilin g wage requireme nts
applicab le to the loca lity in which the Work is to be performed for each craft ,
c lass ifi cat ion or type of wo rker needed to perform th e Work , including emp loyer
payments for h ealth and welfare , pension , vaca tion , apprenticeship and s imilar
purposes . Cop ies of th ese prevai ling rates are avai lable o nlin e at
http//www.dir .ca .gov/D L SR.
7 .3 DIR Registrati on. C it y may not en ter into the Co nt ract w ith a bidde r w itho ut proof
th at the bidder and it s Subco ntra ctors are registered w it h the Ca liforni a Department
of Ind ust rial Re lat ions to perform public work under Labor Code sectio n 1725 .5 ,
subject to limit ed lega l except ions .
8. Workers ' Compensa ti on Certifica tion. Under Lab or Code sect ion 186 1, by signing this
Contract , Co ntrac tor certifies as follows : "I am aware of the prov ision s of Labor Co de
sectio n 3700 w hic h require eve ry emp loye r to be insured aga in st liab ility for wo r kers '
compensation or to undertake se lf-insurance in accordance w ith the prov isions of tha t
code , and I w ill comply wit h suc h provisions before commencing the performa nce of th e
W ork on t hi s Contract."
9. Conflicts of Interest. Con tractor , it s emplo yees , Subco ntra ctors and agen ts , may not
have , maintain or acqu ir e a co nflict of interest in relation to this Co nt ract in vio lation of any
C it y ordinance or pol icy or in vio lat ion of any Ca liforn ia law, in clud ing under Government
Code section 10 90 et seq. and un der the Politi cal Reform Act as set forth in Governme nt
Code section 81000 et seq. and its accompany ing regu lat io n s. Any violatio n of thi s Sectio n
consti tut es a mater ial breach of the Contract.
10 . Independent Contractor. Co ntra ctor is an independe nt contractor unde r this Co ntract an d
w ill have control of th e Wo rk and the means and meth ods by w hi c h it is performed. Co ntractor
and its Subcon tr actors a re not emp lo yees of Ci ty and are not entit led to participate in any he;ilth ,
retirement , or any other emp loyee benefits from City.
20 18 Pave ment Maintenance Phase 2
Project No 2019-102 20 18 Form
CONTRACT
Page 22
11. Notice . Any notice , bi lli ng , or payment required by or pursuant to the Cont ract Documents
must be made in writing, signed, dated and sent to the other party by persona l de livery,
U .S. Mai l , a reliable overnight delivery service , or by email as a PDF (or comparable) fi le.
Notice is deemed effective upon de livery unless otherwise spec if ied. Notice for each party
must be given as fol l ows:
City:
Name City of Cupertino
Address : 10300 Torre Avenue
City/State/Zip Cupertino, CA 95014
Phone (408) 777-3354
Attn Director of Public Works
Emai l:< _________________ >
Copy to :< >
Contractor:
Name: Graham Contractors, Inc.
Address 860 Lon us Street
City/State/Zip San Jose. CA 95126
Phone 408-293-9516
Attn D&Jid '1aham Pr0fid0fct Emailaveg gra imcon racors. com
Copy to: tonyg@grahamcontractors.com
12. General Provisions.
12.1 Assignment and Successors. Co ntractor may not ass ign it s rights or obl igat ions
under this Contract , in part or in w hole , w it hout City's writt en consent. This
Contract is b i nding on Contractor's and C it y's lawful heirs, successors and
perm itted assigns.
12.2 Third Party Beneficiaries . T here are no intended third party benefic iar ies to t hi s
Contract except as express ly provided in the Genera l Conditions or Spec ial
Cond itions.
12.3 Governing Law and Venue. This Contract w ill be governed by Ca li fornia law and
venue will be in the Superior Court of Santa Clara County, and no other place.
12.4 Amendment . No amendment or modification of this Contract w ill be binding
unless it is in a wr iting du ly authorized and sign ed by the part ies to this Con tra ct.
12.5 In tegration. This Co ntra ct and the Contract Documents incorporated he1·e in ,
including authorized amendments or Change Orders thereto , const itute the final ,
comp lete, and exclusive terms of the agreement between City and Contractor.
12.6 Severability. If any provision of the Contract Documents, is determined to be
il lega l, inva lid, or unenforceable , the remaining provisions of the Contract
Documents w ill remain in fu ll force and effect.
12 . 7 Authorization. Each individual s ign in g be low warrants that he or she is authorized
to do so by the party that he or she represents , and that this Contract is legally
2018 Pa veme nt Maintenance Phase 2
Project No 2019-102 2018 Form
CON T RACT
Page 23
b inding on that pa,iy . If Contractor is a corpo,·ation , signatures from two officers of
the corporation are required purs uant to Ca lifornia Corporation Code section 313 .
[Signatures are o n the following page.]
2018 Pavement Maintenance Phase 2
Project No 2019-102 2018 Form
CONTRACT
Page 24
The parties agree to this Co ntract as w itnessed by the s ignatures below :
CONTRACTOR
Graham Contractors, Inc. CITY OF CUPERTINO
<in sert f ull name of Co ntracto r above > A Municipal Corpo ration
~~~;~ Ti~~1~ D irector zPu~l ii_orks
Date August 31 , 2018 Date q 1 f l ---, __, _____ _
By ~~Q~~
Name Kristen Graham
Title Corporate Secretary
Date August 31, 2018
~PPR OV c _GJ AS T O F~~M : /.
By --~O jl~·v
Name ,
6~ie At torney ~/1 I /1 lJ (4 t I j 7 j;v f ~)
A~1-• .sd -1 ltt:
GraceShm1dt
g~ieC lerk 1 . /), 18
Co ntract Amou nt: ;) q D 1t, 1 , ~~
P 0. No. 2Q. t cl -~rf
Account N~J-11? ''i15 · 'l'2-1 1 0/J ::L] 2---1
END OF CO NTRACT
20 18 Pav e ment Mainten ance Phase 2
Projec t No 2019-102 2018 Form
f O 261? -?-:r (
J--re, .... oS -~2.--1 .
9tJJ ~1 ;y/
4 :)-7 () I '1-(/1. ;yr
CO NTRACT
Page 25
Bon d No 106888449
Payment Bond
The City of Cupertino ("City") and Graham Contractors , Inc . ("Contractor") have entered into a
contract , dated , 2018 ("Contract") for work on the 2018 Pavement
Maintenance Phase 2 Project ("Project"). The Contract is in corporated by reference into this
Payment Bond ("Bond ").
TRAVELERS CASUAL TY AND SURETY
1. General. Under this Bond , Contractor as p rincipal and COMPANY OF AMERICA
its surety ("Surety"), are bound to City as obligee in an amount not less than $290 ,769.29
under California Civil Code sect ions 9550 , et seq .
2. Surety's Obligation. If Contractor or any of its Subcontractors fails to pay a person
authorized in California Civil Code section 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 section
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 section 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 i n the performance of the Work required by the Contract, in
conformance with the time requirements set forth in the Contract and as required by
Cal iforn ia law , Surety's obligations under this Bond will be null and void . Otherwise ,
Surety's obligations w ill remain in full force and effe ct.
5. Waivers. Surety waives any requirement to be notified of alterations to the Contract or
ext ensions of time for performance of the Work under the Contract. Surety waives the
provisions of Civ i l Code sections 2 819 and 2845 . City waives the requirement of a new
bond fo r any suppl emental contract under Civil Code section 9550. Any notice to Surety
may be given in the manner specified in the Contract and delivered or transmitted to Surety
as follows :
Attn : TRAVELERS CASUALTY AND SURETY COMP ANY OF AMERI CA
Address : One Tower Squ are, Bond/SPB
City/State/Zip : Hartford, CT 06 183
Phone : 203-277-0 1 11
Fa x : NIA
Email : AMENARD@travele rs.com
6. Law and Venue. This Bond w ill be governed by California law , and any dispute pursuant
to this Bond will be venued in the Superior Court of Santa Clara County in which the Project
is located , and no other place . Surety will be responsible for City 's attorneys ' fees and
costs in any action to enfo rce the provis ions of th is Bond .
201 8 Pavement Maintenance Phase 2
Project No. 2019-102
PAYMENT BOND
Page 26
7. Effective Date; Execution. This Bond is entered into and is effective on A ugu st 30 ,
2018 .
SURETY : ___ T_R_A _V _EL_E_R_s_c_A_S_U_A _L'_rY_A_N_D_s_u_RE_"_I'Y_C_O_M_P_A_N_Y_O_F_A_M_E_-R_I_CA ______ _
Business Name
~ -~
st_M~ A \ .
1 am antha Faz zini, Attorney·In-Fa ct
Namerritle
(Acknowledgment with Surety's Nota ry Seal and Surety's Power of Attorney must be attached .)
CONTRACTOR: __ G_RA_H_A_M_C_O_N_T_RA_C_TO_RS_,_IN_C_. ______________ _
Business Name
s/~~-
David Graham, President
Namemtle
Kristen Graham, Corporate Secretary
Namerritle
END OF PAYMENT BOND
2018 Pavement Maintenance Phase 2
Project No. 2019-102
PAYMENT BOND
Page 27
!CALIFORNIA ALL-PURPOSE 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 Los Angeles
.AUG 3 O 2018
On __________ before me, Vanessa Fong, Notary Public , personally appeared
Samantha Fazzini who proved to me on the basis of satisfactory evidence to be the
personE&) whose hameE&) is /are subscribed to the within instrument and acknowledged to me that
he/she/they executed the same in ms/her/theif authorized capacityfies1 , and that by-his/her/theif
signatureE&) on the instrument the personE&), or the entity upon behalf of which the personE&)
acted, ex ecuted 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.
Si gnature of Not ·
~ TRAVELERSJ
Travelers Casualty and Surety Company of America
Travelers Casualty and Surety Company
St. Paul Fire and Marine Insurance Company
POWER OF ATIORNEY
KNOW ALL MEN BY THESE PRESENTS : That Travelers Casua lty and Surety Company of America, Travelers Casualty and Surety Company, and St.
Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the
"Companies"), and that the Companies do hereby make, constitute and appoint Samantha Fazzini, of Los Angeles, California , their true and lawful
Attorney-in-Fact to sign, execute , seal and acknowledge any and all bonds , recognizances, conditional undertakings and other writings obligatory in
the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons , guaranteeing the performance of contracts
and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF , the Companies have caused this instrumenl to be signed , and their corporate seals to be hereto affixed , this 3rd day of February ,
2017.
State of Connecticut
By:
Robert L. Raney, Sefrror Vice President City of Hartford SS.
On this the 3rd day of February . 2017, before me personally appeared Robert L. Raney , who acknowledged himself to be the Senior Vice President of
Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company , and
that he , as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations
by himself as a duly authorized officer.
In Witness Whereof, I hereunto set my hand and official seal.
My Commission expires the 30th day of June, 2021
Mari"e C. Tetreault, Notary Public
This Power of Attorney is granted under and by the authority of the following reso lutions adopted by the Boards of Directors of Travelers Casualty and
Surety Company of America , Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in
full force and effect, reading as follows:
RESOLVED, that the Chairman , the President, any Vice Chairman, any Executive Vice President, any Senior Vice President , any Vice President, any
Second Vice President. the Treasurer , any Assistant Treasurer , the Corporate Sec retary or any Assistant Secretary may appoint Attorneys-in-Fact and
Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with
the Company's name and seal with the Company's seal bonds, recognizan ce s , contracts of indemnity , and other writings obligatory in the nature of a
bond, recognizance , or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke
the power given him or her; and it is
FURTHER RESOLVED , that the Chairman , the President , any Vice Chairman, any Exec utive Vice President, any Senior Vice President or any Vice
President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company , provided that each such delegation
is in writing and a copy thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED , that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional
undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior
Vice Pre sident or any Vice Pre si dent, any Second Vice President, the Treas urer, any Assistant Trea surer, the Corporate Secretary or any Assistant
Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal , if required) by
one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more
Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED , that the signature of each of the following officers : President, any Executive Vice President, any Se nior Vice President, any V ice
Pre sident. any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power
of Attorney or to any ce rtificate relating thereto appointing Resident Vice Presid ents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only
of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing
such fa csi mile signature or facsimile sea l shall be valid and binding upon the Company and any such power so executed and certified by such facsimile
signature and facsimile seal shall be va lid and bi nding on the Company in the future with respe ct to any bond or understanding to which it is attached .
Dated this day of
Z. Kevin E . Hughes, Assistant Secretary
To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880.
Please refer to the above-named Attorney-in-Fact and the details of the bond to which the power is attached.
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.
CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT
State of California
County of Santa Clara
On August 31, 2018 before me , Tony D. Gulbraa , Notary Public, personally appeared David
Graham who proved to me on the basis of satisfactory evidence to be the person(..s ) whose
name(S') is/a.r.e subscribed to the within instrument and acknowledged to me that he/.s-19e/{19ey
executed the same in his/b.er.ttl=le·i-r authorized capacity(~es), and that by his/l:ierl-t-19eir signature(SJ
on the instrument the person ($), or the entity upon behalf of which the person(s) acted,
executed the instrument.
I certify under PENAL TY OF PERJURY under the laws of the State of California that the
foregoing paragraph is true and correct.
WITNESS my hand and official seal. TONY D. GULBRAA
Signature
-Notary Public • California
~ Santa Clara County I
z Commission# 2174609 ~
J • • • • • •Mr so~"l; tx~r:;' ge; :1 }~2a(
(Sea l)
***************************************OPTIONAL*********************************************************
(Though the information below is not required by law, it may prove valuable to perso ns relying on the document and co uld prevent fraudulen t
removal and reattachm en t of th is form to another document.)
Description of Attached Document
Title or Type of Document: _______________________ _
Document Date : _____________ _ Number of Pages : ______ _
Signer(s ) Other Than Named Above : ____________________ _
Capacity(ies) Claimed by Signe r
Signer's Name : ___________________________ _
D Individual
D Corporate Officer -Title(s): ______________________ _
D Partner --D Limited D General
D Attorney in Fact
D Trustee
D Guardian or Conservator
D Othe r: __________________ _
Signer is Representing : _____________ _
Right Thumbprint of Signer Above
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.
CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT
State of California )
)
County of Santa Clara )
On September 4, 2018 before me, Tony D. Gulbraa, Notary Public, personally appeared Kristen
Graham who proved to me on the basis of satisfactory evidence to be the person(s) whose
name(.s') is/afe subscribed to the within instrument and acknowledged to me thaH=i·e/she/-they
executed the same in ·A-is/her/tt::ieir authorized capacity(.ies), and that by 1:1-is/her/tl=te-ir signature(S'j
on the instrument the person'5), or the entity upon behalf of which the person(s') acted,
executed the instrument.
I certify under PENAL TY OF PERJURY under the laws of the State of California that the
foregoing paragraph is true and correct.
WITNESS my hand and official seal.
Signature --Z "f ;) g~ ~-
(Seal )
***************************************()Pl"IC>NAL*********************************************************
(Though the information below is not required by law , it may prove valuable to persons relying on the document and could prevent fraudulent
removal and reattachment of this form to another document.)
Description of Attached Document
Title or Type of Document: _______________________ _
Document Date: _____________ _ Number of Pages: ______ _
Signer(s) Other Than Named Above : ____________________ _
Capacity(ies) Claimed by Signer
Signer 's Name : ___________________________ _
0 Individual
0 Corporate Officer -Title(s): ______________________ _
0 Partner --D Limited O General
0 Attorney in Fact
0 Trustee
0 Guardian or Conservator
0 Other: ___________________ _
Signer is Representing: _____________ _
Ri ght Thumbprint of Signer Above
Bo nd No 10 6888449 Performance Bond
The City of Cupertino ("City ") and Graham Contractors , Inc . ("Contractor") have entered into a
contract, dated , 20 __ ("Contract ") for work on the 2018 Pavement
Maintenance Phase 2 Project ("Project"). The Contract is incorporated by reference into this
Performance Bond ("Bond").
TRAVELERS C ASUALTY A N D SU RETY
1. General. Under this Bond, Contractor as Principal and COMPANY OF AMERI CA ,
its surety ("Surety "), are bound to City as obligee for an amount not less than $ 290 ,769.29 .
By executing this Bond, Contractor and Surety bind themselves and their respective heirs,
executors , administrators , successors and assigns, jointly and severally , to the provisions
of this Bond .
2. Surety's Obligations. If Contractor fully performs its obligations under the Contract ,
including its warranty obligations under the Contract , and Contractor has timely provided a
warranty bond as required under the Contract. Surety 's obligations under this Bond will
become null and void upon City's acceptance of the Project, excluding any exceptions to
acceptance , if any. Otherwise Surety's obligation will remain in full force and effect until
expiration of the one year warranty period under the Contract.
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 sections 2819 and
2845 .
4. Application of Contract Balance. Upon making a demand on this Bond , 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 Contracto r as the Contract Price minus amounts already paid to Contractor, and
minus any liquidated damages , credits , or back charges to which City is entitled under the
terms of the Contract.
5. Contractor Default. Upon written notification from City that Contractor is in 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 :
2018 Pavement Maintenance Phase 2
2019-102
PERFORMANCE BOND
Page 28
Attn : TRAVELERS CASUALTY AND SURETY C OMPANY OF AMERICA
Address : One Tower Sq u are, Bond/SPB
City/State/Zip : HarLJor<l , CT 0618 3
Phone :
Fa x:-~~----------------------
Email : AMEN ARD@travelers.com
8. Law and Venue. This Bond will be governed by California law , and any dispute pursuant
to this Bond will be venued in the Superior Court for Santa Clara County in which the
Project is located , 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
August 30 , 2018 .
TRAVELERS CASUAL TY AND SURETY COMPANY OF AMERICA
SURETY: -----------------------
~usiness Name f j /
s/ , ~A II A.. , "' z ::F",ioiA~
Name/Title [print]
(Acknowledgment with Notary Seal for Surety and Su rety 's Power of Attorney must be attached .)
CONTRACTOR: GRAHAM CONTRACTORS, INC.
Business Name
s/~~
Davi d Graha m , President
Name/Titl e
Kr isten Graham, Corporate Secretary
Name/Title
END OF PERFORMANCE BOND
2018 Pavement Maintenan ce Phase 2
2019-102
PERFORMANCE BOND
Page 29
!CALIFORNIA ALL-PURPOS E AC KNOWL EDGMENT
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 _----=L=o=-s-=-An=g=e-=le=s-
On __ A_U_G_3_0_2_01_8 ___ before me , Vanessa Fong, Notary Public, personally appeared
Samantha Fazzini who proved to me on the basis of satisfactory evidence to be the
personfs1 whose namefsj is /aFe subscribed to the within instrument and acknowledged to me that
he/she/they executed the same in hi-s/her/tftei.F authorized capacityEiesJ, and that by-hi-s/her/thei-F
signaturefs1 on the instrument the personEs1 , or the entity upon behalf of which the personfs1
acted, executed the instrument.
I ce11ify under PENAL TY OF PERJURY under the laws of the
State of California that the foregoing paragraph is true and correct .
WITNESS my hand and official seal.
Signature of
...... TRAVELERSJ
Travelers Casualty and Surety Company of America
Travelers Casualty and Surety Company
St. Paul Fire and Marine Insurance Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America , Travelers Casualty and Surety Company , and St.
Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the
"Companies"), and that the Companies do hereby make, constitute and appoint Samantha Fazzini, of Los Angeles, California, their true and lawful
Attorney-in-Fact to sign , execute , seal and acknowledge any and all bonds , recognizances, conditional undertakings and other writings obligatory in
the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts
and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February,
2017.
State of Connecticut
By:
Robert L. Raney, sefrrorvicepresident City of Hartford ss.
On th is the 3rd day of February , 2017 , before me personally appeared Robert L. Raney , who acknowledged himself to be the Senior Vice President of
Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company , and
that he , as such , being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations
by himself as a duly authorized officer.
In Witness Whereof, I hereunto set my hand and official seal.
My Commission expires the 30th day of June, 2021
Mari'e C. Tetreault , Notary Public
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and
Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in
full force and effect , reading as follows:
RESOLVED , that the Chairman, the President, any Vice Chairman , any Executive Vice President, any Senior Vice President, any Vice President, any
Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and
Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with
the Company's name and seal with the Company's seal bonds , recognizances , contracts of indemnity, and other writings obligatory in the nature of a
bond , recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke
the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President , any Vice Chairman, any Executive Vice President , any Senior Vice President or any Vice
President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company , provided that each such delegation
is in writing and a copy thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED , that any bond , recognizance , contract of indemnity , or writing obligatory in the nature of a bond , recognizance , or conditional
undertaking shall be valid and binding upon the Company when (a) signed by the President , any Vice Chairman, any Executive Vice President, any Senior
Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant
Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by
one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more
Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED , that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice
President , any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power
of Attorney or to any certificate relating thereto appointing Resident Vice Presidents , Resident Assistant Secretaries or Attorneys-in-Fact for purposes only
of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing
such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile
signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which ii is attached.
I, Kevin E. Hughes, the undersigned , Assistant Secretary of Travelers Casualty and Surety Company of America , Travelers Casualty and Surety
Company , and St. Paul Fire and Marine Insurance Company , do hereby certify that the above and foregoing is a true and correct copy of the Power of
Attorney executed by said Companies, which remains in full force and effect.
Dated this day of
t Kevin E. Hughes , Assistant Secretary
To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880.
Please refer to the above-named Attorney-in-Fact and the details of the bond to which the power is attached.
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.
CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT
State of California )
)
County of Santa Clara )
On August 31, 2018 before me, Tony D . Gulbraa, Notary Public, personally appeared David
Graham 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/.s.l=le.ttl=ley
executed the same in his/ner/-1:heir authorized capacity(~es), and that by his/her/their signature(-s-J
on the instrument the person(.8'), or the entity upon behalf of which the person(s) acted ,
executed the instrument.
I certify under PENAL TY OF PERJURY under the laws of the State of California that the
foregoing paragraph is true and correct.
WITNESS my hand and officia l seal. TONY D. GU LBRAA
:Jy JU. .fJ ;d/ta,L-Signature
~ Notary Public • c'alifornia
~ Santa Clara County ~
z Commission# 2174609 :!: J. • 4 , 4 .Ml :oT"l' [•~rts ge! ~}}g2g(
(Sea l)
***************************************C>P"TIC>NAL*********************************************************
(Though the information below is not required by law , it may prove valuable to persons relying on the document and could prevent fraudulent
removal and reattachment of this form to an other doc ument.)
Description of Attached Document
Title o r Type of Document: _______________________ _
Document Date : _____________ _ Number of Pages : ______ _
Signer(s) Other Than Named Above: ____________________ _
Capacity(ies) Claimed by Signer
Signer's Name : ___________________________ _
D Individual
D Corporate Officer -Title(s): ______________________ _
D Partner --D Limited D General
D Attorney in Fact
D Trustee
D Guardian or Conservator
D Other: __________________ _
Signer is Representing : _____________ _
Right Thumbprint of Signer Above
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.
CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT
State of California )
)
County of Santa Clara )
On September 4, 2018 before me, Tony D. Gulbraa, Notary Public, personally appeared Kristen
Graham who proved to me on the basis of satisfactory evidence to be the person(SJ whose
name(s-) is/ai=e subscribed to the within instrument and acknowledged to me that...he,she/.tl"ley
executed the same in -1:t-is/her/tA·eir authorized capacity(~es), and that by A·is/her/t·l"leir signature(.s)
on the instrument the person!,$), or the entity upon behalf of which the person(,5') acted,
executed the instrument.
I certify under PENAL TY OF PERJURY under the laws of the State of California that the
foregoing paragraph is true and correct.
Signature
TONY D. GULBRA A
Notar y Pu blic · Ca li fo rnia
;2 , -..,,; Sant a Cl ara Co un ty ~
z Commis sio n# 2 17 46 09 ~ t . ~ ~ . wMZ so~~-tx~r~ ge; :1 J&2d
WITNESS my hand and official seal.
(Seal)
***************************************()Pl"l()NAL*********************************************************
(Though the information below is not required by law , it may prove valuable to persons relying on the document and could prevent fraudulent
removal and reattachment of this form to another document.)
Description of Attached Document
Title or Type of Document: _______________________ _
Document Date : _____________ _ Number of Pages: ______ _
Signer(s) Other Than Named Above : ____________________ _
Capacity(ies) Claimed by Signer
Signer's Name: ___________________________ _
D Individual
D Corporate Officer -Title(s): ______________________ _
D Partner --D Limited D General
D Attorney in Fact
D Trustee
D Guardian or Conservator
D Other :
Signer is Representing _____________ _
R ight T humbprint of Signer Above
-----,
I DATE(MM/DD/YYYY; AC~Rr,® CERTIFICATE OF LIABILITY INSURANCE 1.........-----08/31120 18
THIS CERTIFICATE IS I SSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTI FICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY TH E PO LI CIES
BELOW. THIS CERTIF ICATE OF INSURANCE DOES NOT CO NSTITUTE A CONTRACT BETWEEN THE ISSUING IN S URER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the cert if icate h older is an ADDITIONAL INSURED, th e pol icy(i es) must h ave ADDITI ONAL I NSURED provisions o--be e ndorsed. If
SUBROGATION IS WAIVED , subject to the terms and co nditions of the pol icy, certa in pol i cies may requ i re an e nd o rsement. A stateme nt on this
cert if i ca t e does not confer ri ghts to the certificate holder in l ie u of s u c h e n dorsem ent(s).
PR ODUCER CONTACT
Risk Insurance Serv ices NAME: Aon west, Inc . PHONE (866) 283-71 22 I tffc. No.); 800-363-0105 San Jose CA office (AIC . No. Ext):
177 Park Avenue , suite 200 E~MAI L
San Jose CA 95113 USA ADDR ESS;
INS URE R(SI AFFORD ING COVERAGE NAI C #
INSURED IN SURE R A: Traveler s Property Cas Co of America 25674
Graham contractors, Inc . IN SURER B: The Travelers I nd em ni ty Co of CT 25682
860 Lonus St reet
P.O. Box 26770 INSURERC;
San Jose CA 95159 USA INSURER D:
IN SURER E:
IN SURER F:
COVERAGES CERTIFICATE NUMBER: 570072904502 REVISION N UMBER:
TH IS IS TO CERTIFY TH AT THE PO LI CIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE PO LI CY PER IOD
IND ICATED . NOTWITHSTAND ING ANY REQU IREMENT. TERM OR COND IT ION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WH ICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTA IN. THE INSURANCE AFFORDED BY THE POLIC IES DESCR IBED HEREIN IS SUBJ ECT TO ALL THE TERMS ,
EXCLUS IONS AND CONDIT IONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID C LAIM S. Li mits s hown are as requested
1NsR T YPE O F INSURANCE ADD L SuBR POLICY NUMBER PO LI CY EFi-PuLICY E<P LIMITS LTR IN SD WvO IMMIDDIYYYY l /MMIDDIYYYY
B X CO MMERCIAL GENE RAL LI AB ILI TY DT LLCOLG5ll2b4TCT18 V 05/01 /,UH U5 /0l/L0li EACH OCCURREl'CE V $1,000,000
f---D CLA.IMS-fv1AOE 0occuR DAMAGE TO REN I ED
PR EMISES (E;i occurrence · $300,000
f---
MEO E>!.P (Any one pefSOnJ $10,000
f---
PERSONAL & ADV INJURY $1,000 ,000 -
GE h!'L AGGREGATE llMIT APP LIES PER GENER/,L ,\GGREGATE v $2,000,000 R 0PRO-O we $2,000,000 POLICY X JECT PR ODUCTS -COMP!OP AGG
OTHER. ,
A DT -810-7C544188-TIL-18 V 05 /01 /2018 05/01/20 19 COM8JNED S IN GLE LIMIT V Sl,000,000 AUTOMOBILE LIAB ILITY V £Ea acc1dent1
f---BOOIL Y INJURY t Per person } X ANY AUTO
-Qlf,JNED -SCHEDULED BODILY INJURY {Per accident)
AUTOS ONLY AUTOS --PROPERTY DP.MAGE HIRED AUTOS NON-OWNED (Per acrnJ enl) -----ONLY -AUTOS ONLY
, , /
A X UMBRELLA LIAS H OCCUR ZUP21Nl803618NF V 05/01/2018 05 /01/2 01'!' EACH OCCURRENC E V( $5,000,000
-AGGREG.t:..TE \ $5,000,000 EXCESS LI AS CLAIM S-MADE
OED I x !RETENTION no. oou I, '-. ../
A WORKERS COMPENSAT ION AND UB4K20ll30l826G V 05 /01/2018 05 /01/20 19 XI PER I IOTH-EMPLOYERS' LI AB ILITY YII~ STATUTE ER
ANY PROPRIETOR I PARTNER ! EXECUT IVE [I E.L. EACH ACC IDENT v n ,00 0,000
OFF ICERiMEMBER EXCLUDED? NIA
(Mandatory in NH) E.L . DISE AS E-EA EMPLOYEE $1,000 ,000
If yes, des cri be under E.L. DI SEASE -POLI CY LIMIT $1,000,000 DESCRIP TION OF OPERAT IO N S below
DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHIC L ES (ACORD 1 0 1, Additiona l Remarks Sc hedule, may be attached if more space is req uired )
RE: 2018 Pa ve men t Maintenance Pha se 2 Project Number : 2019-102, GCI 18-250. The city of Cupertino; its ··'City Council, officers;
officials, employees , agents , servants a nd volunteers are included as Add ition al Insured in accordance wit h the policy
provisions of the General Liability and Automobile Liability policies. General Liability and Automobile Liabil ity policies
evidenced herein are Primary and Non-contributory to othe r insurance auailable to an Additional Insured, but o nl y in accordance
with the policy 's provis ions . A waiver of subrogat ion is granted in favor of Certificate Holder in accordance with the policy
provisions of the General Liability, Automobi le Liability and Worker s ' Compensation policies. With re sp ects to the workers '
Compensation coverage, officers and directors are excluded.
CERTIFICATE HOLDER CANCELLATION
SHOULD A NY O F THE ABOVE D E SCRIBED POLIC IES BE CANCE LLE D BEFORE THE
EXP IRATION DATE THEREOF . NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE
POLICY PR OVISIONS.
City of Cupertino AUTHORIZED REPRESENTATIVE
Jo Anne Johnson
10300 Torre Ave nue
Cupertino CA 95014-3255 USA dn ~fn.k?tance ~v~ ~~
©1988-2015 ACORD CORPORATION . A ll r i ghts reserved.
ACORD 25 (2 016/03) The ACORD name and logo are reg istered marks of ACORD
w u co
<t:
"' 0
0,
"' ,-...
0
0 ,-...
"' ..
0 z
Q)
~
7 t
(.)
--
m.i ~ iiliilii
~ =--= ~ ;;"s: .....
~ ... -::r.;:
~ ... ----
~ -----. ~ I""! -~=-~
~
ml
PO LI CY NUMBE DT22 -C 0 -2G5 12264TC~ COMMERCIAL GENERAL LIABILITY
THIS END RS-E.M E N:r-e~ THE POLICY. PLEASE READ IT CAREFULLY.
CON TRACTORS XTEND ENDORSEME NT
This endorsement modifies insurance provided under the following :
COMMERCIAL GENERAL LIABILITY COVERAGE PART
GENERAL DESCRIPTION OF COVERAGE -This endorsement broadens coverage . However , coverage for any
injury , damage or medical expenses described in any of the provisions of this endorsement may be excluded or
limited by another endorsement to this Coverage Part , and these coverage broadening provisions do not apply to
the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover-
age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en-
dorsement and the rest of your policy carefully to determine rights, duties , and what is and is not covered.
A. Aircraft Chartered With Pilot
B. Damage To Premises Rented To You
C. Increased Supplementary Payments
D. Incidental Medical Malpractice
E . Who Is An In sured -Newly Acquired Or Formed
Organizations
F. Who Is An Insured -Broadened Named Insured
-Unnamed Subsidiaries
G. Blanket Additional Insured -Owners , Managers
Or Lessors Of Premises
PROVISIONS
A. AIRCRAFT CHARTERED WITH PILOT
The following is added to Exclusion g., Aircraft,
Auto Or Watercraft, in Paragraph 2. of SECTION
I -COVERAGES -COVERAGE A BODILY IN-
JURY AND PROPERTY DAMAGE LIABILITY:
This exclusion does not apply to an aircraft that
is :
(a) Chartered with a pilot to any insured;
(b) Not owned by any insured; and
(c) Not being used to carry any person or prop-
erty for a charge.
B. DAMAGE TO PREMISES RENTED TO YOU
1. The first paragraph of the e x ceptions in E x-
clusion j., Damage To Property , in Para-
graph 2. of SECTION I -COVERAGES -
COVERAGE A BODILY INJURY AND
PROPERTY DAMAGE LIABILITY is deleted .
2. The following replaces the last paragraph of
Paragraph 2., Exclusions , of SECTION I -
COVERAGES -COVERAGE A. BODILY
H. Blanket Additional Insured -Lessors Of Leased
Equipment
I. Blanket Additional Insured -States Or Political
Subdivisions -Permits
J. Knowledge And Notice Of Occurrence Or Offense
K. Unintentional Omission
L. Blanket Waiver Of Subrogation
M. Amended Bodily Injury Definition
N. Contractual Liability -Railroads
INJURY AND PROPERTY DAMAGE LI-
ABILITY :
Exclusions c. and g. through n. do not apply
to "premises damage". Exclusion f.(1)(a)
does not apply to "premises damage" caused
by :
a. Fire ;
b. Ex plosion ;
c. Lightning;
d. Smoke resulting from such fire , explosion,
or lightning ; or
e. Water ;
unless Exclusion f. of Section I -Coverage A
-Bodily Injury And Property Damage Liability
is replaced by another endorsement to this
Coverage Part that ha s Exclusion -All Pollu-
tion Injury Or Damage or Total Pollution Ex-
clusion in it s title .
A separate limit of insurance applies to
"premises damage" as described in Para-
graph 6. of SECTION Ill -LIMITS OF IN-
SURANCE .
CGD3161111 © 20 11 The Trave ler s In demnity Co mpa ny. A ll ri ght s rese rved . Page 1 of 6
COMMERCIAL GENERAL LIABILITY
3. The following replaces Paragraph 6. of SEC-
TION 111-LIMITS OF INSURANCE:
Subject to 5. above , the Damage To Prem-
ises Rented To You Limit is the mo st we will
pay under Coverage A for damages because
of "premises damage" to any one premises.
The Damage To Premises Rented To You
Limit will apply to all "property damage"
proximately caused by the same "occur-
rence", whether such damage results from:
fire; explosion; lightning ; smoke resulting from
such fire , explosion , or lightning ; or water; or
any combination of any of th ese ca uses.
Th e Damage To Premise s Rented To You
Limit will be:
a. The amount shown for the Damage T o
Premises Rented To You Limit on the
Declarations of this Coverage Part ; or
b. $300,000 if no amount is shown for the
Damage To Premises Rented To You
Limit on th e Declarations of this Coverage
Part .
4. Th e following replaces Paragraph a. of the
definition of "insured con tract" in the DEFINI-
TIONS Section:
a. A co ntra ct for a lease of premises. How-
ever , that portion of the contract for a
lease of premises that indemnifies any
person or organization for "premises
dumage" is not an "insured contra ct";
5. The following is added to the DEFINITIONS
Section:
"Premises damage" means "property dam-
age" to:
a. Any premises while rented to you or tem-
porarily occupied by you with permission
of the owner; or
b. The co nten ts of any premises while such
premises is rented to you , if you rent suc h
premises for a period of seven or f ewer
co nsecutive days.
6. Th e following replaces Paragraph 4.b.(1 )(b)
of SECTION IV -COMMERCIAL GENERAL
LIABILITY CONDITIONS :
(b) That is in sura nce for "premi ses damage";
or
7. Paragraph 4.b.(1)(c) of SECTION IV -
COMMERCIAL GENERAL LIABILITY CON-
DITIONS is d elete d .
C. INCREASED SUPPLEMENTARY PA\ MENTS
1. The following replace s Paragraph 1 .b . of
SUPPLEMENTARY PAYMENTS -COVER-
AGES A AND B of SECTION I -COVER-
AGE
b. Up to $2,500 for the cost of bail bonds
required because of accidents or traffic
law violations arising out of the use of any
vehicle to which the Bodily Injury Liability
Coverage applies. We do not have to fur-
nish thes e bonds .
2. The following rep la ces Paragraph 1.d. of
SUPPLEMENTARY PAYMENTS -COVER-
AGES A AND B of SECTION I -COVER-
AGES
d. All reasonab le expenses incurred by the
in s ured at our req ue st to assist us in the
investigation o r defense of the claim or
"suit", including actual los s of earning s up
to $500 a day because of time off from
work.
D. INCIDENTAL MEDICAL MALPRACTICE
1. The following is ad ded to the definition of "oc-
c u rren ce" in the DEFINITIONS Section:
"Occ urrence" also mean s an act ur omission
committed in providing or failing to provide
"incidental medical services", first aid or
"Good Samaritan servic es" to a person.
2. The fo llowing is added to Paragraph 2.a.(1) of
SECTION II -WHO IS AN INSURED:
Paragraph (1 )(d) above does not apply to
"bodily injury" arising out of providing or fail-
ing to provide :
(i) "Incidental medical services" by any of
your "employees" who is a nurse practi-
tioner , reg istered nurse , licensed practical
nurse , nurse assistant , emergency medi-
ca l tec hnician or paramedic; or
(ii) First aid or "Good Sama ritan services" by
any of your "employees" or "volunteer
wo rk ers", other t11an an e m p loy ed or vol -
unteer doctor. Any su c h "employees" or
"volunteer workers" providing or failing to
prov ide fi rst aid or "Good Sa ma ritan ser-
vices" during thei r work hours for you will
be deemed to be acting w ithin the scope
of th e ir employment by you o r perform ing
duties relate d to th e co nd uct of your busi-
ness.
Page 2 of 6 © 201 1 Th e Tra velers Indemnity Company . All rights re served . CG D3161111
3. The following is added to Paragraph 5. of
SECTION Ill -LIMITS OF INSURANCE
For the purposes of determining the applica-
ble Each Occurrence Limit , all related acts or
omissions committed in providing or failing to
provide "incidental medi cal services", fir st aid
or "Good Samaritan services" to any one per-
son w ill be deemed to be one "occurrence".
4. The following exclusion is added to Para-
graph 2., Exclusions , of SECTION I -COV-
ERAGES -COVERAGE A BODILY INJURY
AND PROPERTY DAMAGE LIABILITY
Sale Of Pharmaceuticals
"Bodily injury" or "property damage" arising
out of the willful violation of a penal statute or
ordinance relating to the sale of pharmaceuti-
cals committed by, or with the knowledge or
consento~ the insured.
5. The following is added to the DEFINITIONS
Section:
"Incidental medical services" means :
a. Medical , surgical, dental , laboratory , x-ray
or nursing service or treatment , advice or
instruction, or the related furnishing of
food or beverages ; or
b. The furnishing or dispensing of drugs or
medical , dental, or surgical supplies or
appliances.
"Good Samaritan services" means any emer-
gency medical services for which no compen-
sation is demanded or received.
6. The following is added to Paragraph 4.b., Ex-
cess Insurance , of SECTION IV -COM-
MERCIAL GENERAL LIABILITY CONDI-
TIONS :
The insurance is excess over any valid and
collectible other insurance available to the in-
sured , whether primary , excess, contingent or
on any other basis , that is available to any of
your "employees" or "volunteer workers" for
"bodil :r injury" that arises out of providing or
failing to provide "incidental medical ser-
vices", first aid or "Good Samaritan services"
to any person to the extent not subject to
Paragraph 2.a.(1) of Section II -Who Is An
lnsur&d .
E. WHO IS AN INSURED -NEWLY ACQUIRED
OR FORMED ORGANIZATIONS
The following replaces Paragrapl1 4. of SECTION
II -WHO IS AN INSURED:
COMMERCIAL GENERAL LIABILITY
4. Any organization you newly acquire or form,
other than a partnership , j oin t venture or lim-
ited liability company , of which you are the
sole owner or in which you maintain the ma-
jority ownership interest , will qualify as a
Named Insured if there is no other insurance
which provides similar coverage to that or-
ganization . However:
a. Coverage under this provision is afforded
only:
(1) Until the 180th day after you acquire or
form the organization or the end of the
policy period , whichever is earlier , if you
do not report such organization in writing
to us within 180 days after you acquire or
form it; or
(2) Until the end of the policy period , when
that date is later than 180 days after you
acquire or form such organization, if you
report such organization in writing to us
within 180 days after you acquire or form
it , and we agree in writing that it will con-
tinue to be a Named Insured until the end
of the policy period ;
b. Coverage A does not apply to "bodily injury"
or "property damage" that occurred before
you acquired or formed the organization ; and
c. Coverage B does not apply to "personal in-
jury" or "advertising injury" arising out of an
offense committed before you acquired or
formed the organization.
F. WHO IS AN INSURED -BROADENED NAMED
INSURED -UNNAMED SUBSIDIARIES
The following is added to SECTION II -WHO IS
AN INSURED
Any of your subsidiaries , other than a i,artnership ,
joint venture or limited liability company , that is
not shown as a Named Insured in the Declara-
tions is a Named Insured if you maintain an own-
ership interest of more than 50 % in such subsidi-
ary on the first day of the policy period .
No such subsidiary is an insured for "bodily injury"
or "property damage" that occurred, or "personal
injury" or "advertising injury" caused by an of-
fense committed after the date , if any , during the
policy period , that you no longer maintain an
ownership interest of more than 50% in such sub-
sidiary.
CGD3161111 © 2011 The Tra ve le r s Ind e mnit y Co mp a ny . A ll rights reserved. Page 3 of 6
COMMERCIAL GENERAL LIABILIT Y
G. BLANKET ADDITIONAL INSURED -OWNERS,
MANAGERS OR LESSORS OF PREMISES
The following is added to SECTION II -WHO IS
AN INSURED :
Any person or organization that is a premises
owner , manager or lessor and that you have
agreed in a written contract or agreement to in-
clude as an additional insured on this Coverage
Part is an insured , but only with respect to liability
for "bodily injury", "property damage", "personal
injury" or "advertising injury" that:
a. Is "bodily injury" or "property damage" that
occurs , or is "personal injury" or "ad vertising
injury" caused by an offense that is commit-
ted , subsequent to the execution of that con-
tract or agreement ; and
b. Arises out of the ownership , maintenance or
use of that part of any premises leased to
you.
Th e insurance provided to such premises own er ,
manager or lessor is subject to the following pro-
visions :
a. The limits of insurance provided to such
premises owner, manager or lessor will be
the minimum limits which you agreed to pro-
vide in the written contract or agreement, or
the limits shown on the Declarations , which-
ever are less.
b. The insurance provided to such premises
owner, manager or lessor does not apply to :
(1) Any "bodily injury" or "property damage"
that occurs , or "personal injury" or "adver-
tising injury" caused by an offense that is
committed , after you cease to be a tenant
in that premises; or
(2) Structural alterations , n ew construction or
demolition operations performed by or on
behalf of such premises owner, lessor or
manager.
c. The insurance provided to such premises
owner , manager or lessor is excess over any
valid and collectible other insurance available
to such premises owner, manager or lessor,
whether primary , excess, contingent or on
any other basis , unl es s you have agreed in
the written contract or agreement that this in-
surance must be primary to , or non-
contributory with, such other insurance , in
which case this insurance will be primary to ,
and non-contributory with , such other insur-
ance.
H. BLANKET ADDITIONAL INSURED -LESSORS
OF LEASED EQUIPMENT
The following is add ed to SECTION II -WHO IS
AN INSURED
Any person or organization that is an equipment
lessor and that you have agreed in a written con-
tract or agreement to include as an insured on
this Coverage Part is an insured, but only with re -
spect to liability for "bodily injury", "property dam-
age", "personal injury" or "advertising injury" that:
a. Is "bodily injury" or "property damage" that
occ urs . or is "personal injury" or "advertising
injury" caused by an offense that is commit-
ted , subsequent to th e execution of that co n-
tract or agreement ; and
b, Is caused , in whole or in part , by your acts or
omissions in the maintenance, operation or
use of equipment leased to you by such
equipment lessor.
The insurance provided to such equipment lessor
is subject to the following provisions:
a . The limit s of in surance provided to such
equipment lessor will be the minimum limits
which you agreed to provide in the written
contract or agreement , or the limits shown on
the Declarations , whichever are less.
b. The insurance provided to such equipment
lessor does not apply to any "bodily injury" or
"property damage" that occurs, or "personal
injury" or "advertising injury" caused by an of-
fense that is committed, after the equipment
lease expires.
c. The insurance provided to suc h equipment
lessor is excess over any valid and collectible
other insurance available to such equipment
lessor, whether primary , excess, contingent
or on any other basis , unless you have
agreed in the written con tra ct or agreement
that this insurance must be primary to, or
non-contributory with, such other insurance ,
in which case this insurance will be primary
to, and non-contributory with , such other in-
s urance.
I. BLANKET ADDITIONAL INSURED -STATES
OR POLITICAL SUBDIVISIONS -PERMITS
The following is added to SECTION II -WHO IS
AN INSURED :
Any state or political subdivision that has iss ued a
permit in connection with operations performed by
you or on your behalf and that you are required
Page 4 of 6 ©20 11 Th e Tr ave lers In demnity Company. A ll rights reserved. CGD3161111
by any ordinance , la w or building code to include
as an additional insured on this Cove rage Part is
an insured , but only with respect to liability for
"bodily injury", "property damage", "personal in-
jury" or "advertising injury" arising out of such op-
erations.
The insurance provided to such state or political
subdivision does not apply to:
a. Any "bodily injury," "property damage ," "pe r-
sonal injury" or "advertising injury" arising out
of operations performed for that state or po-
litical subdi vis ion ; or
b. Any "bodily injury" or "property damage" in-
cluded in the "products-completed operations
hazard".
J. KNOWLEDGE AND NOTICE OF OCCUR-
RENCE OR OFFENSE
The following is added to Paragraph 2., Duties In
The Event of Occurrence, Offense, Claim or
Suit , of SECTION IV -COMMERCIAL GEN-
ERAL LIABILITY CONDITIONS
e. The following provisions apply to Paragraph
a. above , but only for the purposes of the in-
surance provided under this Cove rage Part to
you or any insured listed in Paragraph 1. or 2.
of Section II -W ho Is An In sured:
(1) Notice to us of such "occurre nce" or of-
fense must be given as soon as practica-
ble only after the "occurrence" or offense
is known by you (if you are an individual),
any of your partners or members who is
an individual (if you are a partnership or
joint venture), any of your managers who
is an individua l (if you are a limited liability
company), any of your "executive offi-
cers" or directors (if you are an organiza-
tion other than a partnership , joint venture
or limited liability company) or any "em-
ployee" authorized by you to give notice
of an "occurrence" or offense.
(2) If you are a partnership, joint venture or
limited liability company , and none of your
partners, joint venture members or man-
agers are individuals, notice to us of such
"occurrence" or offense must be given as
soon as practicable only after the "occu r-
rence" or offense is known by:
(a) Any individual who is
(i) A partner or member of any part-
nership or joint venture;
COMMERCIAL GENERAL LIABILITY
(ii) A manager of any limited li abi lity
company ; or
(iii) An executive officer or director of
any other organization ;
that is your partner , joint venture
member or manager ; or
(b) Any "employee" authorized by such
partne rship , joint venture, limited li-
ability company or other organization
to give notice of an "occJrrence" or
offense.
(3) Notice to us of such "occurrence" or of an
offense will be deemed to be given as
soon as practicable if it is given in good
faith as soon as practicable to your work-
ers' compensation in su rer . This applies
only if you subsequently give notice to us
of the "occurrence" or offense as soon as
practicable after any of the persons de-
sc ribed in Paragraphs e. (1) or (2) above
discovers that the "occurrence" or offense
may result in sums to which the insurance
provided und er this Coverage Part may
apply.
However, if this Coverage Part includes an en-
dorsement that provides limited coverage for
"bodily in jury" or "property damage" or pollution
costs arising out of a discharge , release or es-
cape of "pollutants" which contains a requirem e nt
that the discharge, release or escape of "pollut-
ants" must be reported to us within a specific
number of days after its abrupt commencement ,
this Paragraph e. does not affect that require-
ment.
K. UNINTENTIONAL OMISSION
The following is added to Paragraph 6., Repre-
sentations , of SECTION IV -COMMERCIAL
GENERAL LIABILITY CONDITIONS :
The unintentional omission of, or unintentional
error in , any information provided by you which
we relied upon in issuing this policy will not preju-
dice your rights under this insurance. However,
this provision does not affect our right to collect
additional premium or to exercise our rights of
cancellation or nonrenewal in accordance with
applicable insurance laws or regulations .
L. BLANKET WAIVER OF SUBROGATION
The following is added to Paragraph 8., Transfer
Of Rights Of Recovery Against Others To Us ,
of SECTION IV -COMMERCIAL GENERAL LI-
ABILITY CONDITIONS
CGD3161111 © 2011 Th e Tra ve lers Indemnit y Company. A ll rights reserved. Page 5 of 6
COMMERCIAL GENERAL LIABILITY
If the insured has agreed in a contract or agree-
ment to waive that insured's right of recovery
against any person or organization , we waive our
right of recovery against such person or organiza-
tion , but only for payments we make because of:
a. "Bodily injury" or "property damage" that oc-
curs ; or
b. "Personal injury" or "advertising injury"
caused by an offense that is committed ;
subseque nt to the execution of that contract or
agreement.
M. AMENDED BODILY INJURY DEFINITION
The following replaces the definition of "bod il y
injury" in the DEFINITIONS Section:
3. "Bodily injury" means bodily injury , mental
anguish, mental injury , shock , fright , disability ,
humiliation , sickness or disease sustained by
a person, including death resulting from any
of these at any tim e.
N . CONTRACTUAL LIABILITY -RAILROADS
1. The following replaces Paragraph c. of the
definition of "insured contract" in the DEFINI-
TIONS Section :
c . Any easement or license agreement;
2. Paragraph f.(1) of the definition of "insured
co ntra ct" in the DEFINITIONS Section is de-
leted.
Page 6 of 6 © 2011 Th e Tr ave ler s Indemnity Cornpany. A ll rights reserved. CG D3 16 11 11
Po licy Num ber
COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BLANKET ADDITIONAL INSURED -AUTOMATIC STATUS
IF REQUIRED BY WRITTEN CONTRACT
(CONTRACTORS)
This endorsement modifies insurance provided under the following :
COMMERCIAL GENERAL LIABILITY COVERAGE PART
1. The following is added to SECTION II -WHO IS
AN INSURED:
Any persor: or organization that:
a. You agree in a "written contract requiring in-
surance" to in clude as an additional insured
on this Coverage Part ; and
b. Has not been added as an additional insured
for the same project by attachment of an en-
dorsement under this Coverage Part which
includes such person or organization in the
endorsement's schedu le;
is an insured , but:
a. Only with respect to li ab ilit y for "bodily injury",
"prope1ty damage" or "personal injury"; and
b. Only as described in Paragraph (1), (2) or (3)
below , whichever applies :
(1) If the "written contract requiring insur-
ance" specifically requires you to provide
additional insured coverage to that per-
son or organization by the use of:
(a) The Additional Insured -Owners,
Lessees or Contractors -(Form B)
endorsement CG 20 10 11 85; or
(b) Either or both of the following : the
Add iti onal In sured -Owners, Les-
sees or Contractors -Scheduled
Person Or Organization endorsement
CG 20 10 10 01 , or the Additional In-
sured -Owners, Less ees or Contrac-
tors -Comp leted Operat ion s en-
dorsement CG 20 37 10 01;
the person or organization is an additional
in sured only if the injury or damage arises
out of "your work" to which the "written
contract requiring in surance" applies;
(2) If the "writte n contract requiring in s ur-
ance" specifically requires you to provide
additional in sured co verage to that per-
son or organ iza tion by the use of:
(a) The Addit iona l In sured -Owners,
Lessees or Contractors -Schedu le d
Person or Organization endorsement
CG 20 10 07 04 or CG 20 10 04 13 ,
the Additiona l Insured -Owners,
Lessees or Contractors -Comp leted
Operations endorsement CG 20 37
07 04 or CG 20 37 04 13, or both of
such endorsements with either of
those edition dates; or
(b) Either or both of the following: the
Additiona l Insured -Owners, Les-
sees or Contractors -Schedu led
Person Or Organization endorsement
CG 20 10 , or the Ad ditional In sured -
Owners, Lessees or Contractors -
Comp leted Operations endorsement
CG 20 37, without an edition date of
such endorsement specified;
th e person or organ iz ation is an additional
insured on ly if the inj ury or damage is
caused , in who le or in part, by acts or
omissions of you or your subcontractor in
the performance of "your wc,rk" to which
the "written contract requiring insurance"
app li es; or
(3) If neither Parag raph (1) nor (2) above ap-
plies :
(a) The person or organization is an ad-
ditional insured only if, and to the ex-
tent th at, the injury or damage is
caused by acts or omissions of you or
your subcontracto r in the perform-
ance of "your work" to wh ich the "writ-
ten contract requiring insurance" ap-
pl ies; and
(b) The person o r organization does not
qu alify as an additiona l insured with
respect to the independent acts or
omissions of such person or organi-
zation.
CG 06 04 08 13 © 2013 Th e Tr avelers Ind emnity Compa ny. A ll rights reserved . Pag e 1 of 3
COMMERCIAL GENERAL LIABILITY
2. The insurance provided to the additional insured
by this endorsement is limited as follows :
a . If the Limits of Insurance of this Coverage
Part shown in the Declarations exceed the
minimum limits of liability required by the
"written contract requiring insurance", the in-
surance provided to the additional insured will
be limited to suc h minimum required limits of
liability . For the purposes of determining
whether this limitation applies, the minimum
limits of liability required by the "written con-
tract requiring insurance" will be considered
to include the minimum limits of liability of any
Umbreila or Excess liability coverage required
for the additional insured by that "written con-
tract requiring insurance". This endorsement
will not in crease the limits of insurance de-
scribed in Section Ill -Limits Of Insurance .
b. The insurance provided to the additional in-
sured does not apply to "bodily injury", "prop-
erty damage" or "personal injury" arising out
of the rendering of, or failure to render, any
professional architectural, engineering or sur-
veying services, including:
(1) The preparing, approving, or failing to
prepare or approve, maps, shop draw-
ings, opinions , reports , surveys , field or-
ders or change orders , or the preparing,
approving, or failing to prepare or ap-
prove , drawings and specifications ; and
(2) Supervisory , inspection , architectural or
engineering activities.
c. The insurance provided to the additional in-
sured does not apply to "bodily injury" or
"property damage" caused by "your work" and
included in the "products-completed opera-
tions hazard" unless the "written contract re-
quiring insurance" specifically requires you to
provide such coverage for that additional in-
sured during the policy period.
3. The insurance provided to the additional insured
by this endorsement is excess over any valid and
co llectible other insurance , whether primary , ex-
cess , contingent or on any other basis , that is
available to the additional insured. However, if the
"written contract requiring insurance" specifically
requires that this insurance apply on a primary
basis or a primary and non-contributory basis , this
insuran ce is primary to other insurance available
to the additional insured under which that person
or organiz2,tion qualifies as a named insured, and
we will not share with that other insurance . But
the insurance provided to the additional insured
by this endorsement still is excess over any valid
and collectible other insurance , whether primary ,
excess, contingent or on any other basis , that is
available to the additional insured when that per-
son or organization is an additional insured, or is
any other insured that does not qualify as a
named insured , under such other insurance.
4. As a condition of cove rag e provided to the addi-
tional insured by this endorsement:
a. The additional insured must give us written
notice as soon as practicable of an "occur-
rence" or an offense which may result in a
claim. To the extent possib le , such notice
should include :
(1) How, when and where the "occurrence"
or offense took place;
(2) The names and addresses of any injured
persons and witnesses; and
(3) The nature and location of any injury or
damage arising out of the "occurrence" or
offense.
b. If a claim is made or "suit" is bre,ught against
the additional insured, the additional in sured
must :
(1) Immediately record the specifics of the
claim or "suit" and the date received; and
(2) Notify us as soon as practicable.
The additional insured must see to it that we
receive written notice of the claim or "suit" as
soon as practicable.
c. The additional insured must immediately send
us copies of all legal papers received in con-
nection with the claim or "suit", cooperate with
us in the investigation or settlement of the
c laim or defense against the "suit", and oth-
erwise comply with all policy cond itions .
d. The additional insured must tender the de-
fense and indemnity of any c laim or "suit" to
any provider of other insurance which would
cover the additional insured for a los s we
cover under this endorsement. Howeve r, this
cond ition does not affect whether the insur-
ance provided to the additional insurea by this
endorsement is primary to other insurance
available to the additional insurerl which cov-
ers that person or organization as a named
insured as described in Paragraph 3. above .
5. The following is added to the DEFINITIONS Sec-
tion:
"Written contract requiring insurance" means that
part of any written contract or agreement under
which you are required to include a person or or-
Page 2 of 3 © 2013 The Travelers Ind emnity Company. All rights reserved . CG D6 04 08 13
ganization as an additional in sured on this Cover-
age Part , provided that the "bod ily injury" and
"property damage" occurs , and the "personal in-
jury" is caused by an offense committed, during
the policy period and
COMMERCIAL GENERAL LIABILITY
a. After the signing and execution of the contract
or agreement by you ; and
b. Whi le that part of the contract or agreement is
in effect.
CG D6 04 08 13 © 2013 The Traveler s Indemnity Company. All rights reserved . Page 3 of 3
COMM ER C IAL A UTO
HE POLICY. PLEASE READ IT CAREFULLY.
BUSINESS AUTO EXTENSION ENDORSEMENT
Thi s endorsement m odi fi es insurance provided unde r the following :
BUSINES S AUTO COVERAGE FORM
GENERAL DESCRIPTION OF COVERAGE -This en dorse ment broadens cov erag e. Ho weve r, coverage for any
injury , damage or medical expe nses described in any of th e provisions of this endorsement may be exc lud ed or
limited by another endorsement to t he Coverage Part , and the se coverage broadening prov isions do not apply to
the extent that co verage is excluded or limit ed by such an e ndors ement. Th e following li sting is a genera l cover-
age description only. Limitations and ex clusions may apply to these coverages. Read all the provisions of this en-
dorsement and the rest of your policy carefully to determine rights, duties , and what is and is not covered.
A . BROAD FORM NAMED INSURED
B. BLANKET ADDITIONAL INSURED
C. EMPLOYEE HIRED AUTO
D. EMPLOYEES AS INSURED
E. SUPPLEMENTARY PAYMEN T S -INCREASED
LIMITS
F. HIRED AUTO -LIMITED WORLDWIDE COV-
ERAGE -INDEMNITY BASIS
G. WAIVER OF DEDUCTIBLE -GLASS
PROVISIONS
A. BROAD FORM NAMED INSURED
The following is added to Paragraph A.1., Who Is
An Insured , of SECTION II -COVERED AUTOS
LIABILITY COVERAGE
Any organization you newly acquire or form dur-
ing the policy period over which you maintain
50 % or more ownership interest and that is not
separately insured for Business Auto Coverage.
Coverage under this provision is afforded on ly un-
ti l the 180th day after you ac quire or form the or-
ganization or the end of th e po l icy period , which-
eve r is earlier.
B. BLANKET ADDITIONAL INSURED
The following is ad ded to Paragraph c. in A.1.,
Who Is An Insured , of SECTION II -COVERED
AUTOS LIABILITY COVERAGE
Any perso n or organization who is required und er
a written con tract or agreement between you and
that per so n or organization, that is signed and
executed by you before the "bod ily injury" or
"property damage" occurs and that is in effect
during th e policy period , to be n amed as an addi-
tional in su red is an "insured" fo r Covered Autos
Liability Co verag e , but only for damages to which
H . HIRED AUTO PHYSICAL DAMAGE -LOSS OF
USE -INCREASED LIMIT
I. PHYSICAL DAMAGE -TRANSPORTATION
EXPENSES -INCREASED LIMIT
J . PERSONAL PROPERTY
K. AIRBAGS
L. NOTICE AND KNOWLEDGE OF ACCIDENT OR
LOSS
M. BLANKET WAIVER OF SUBROGATION
N. UNINTENTIONAL ERRORS OR OMISSIONS
this insurance applies and on ly to th e extent that
pers on or organization qualifies as an "in su red "
und er the Who Is An Insured provision conta in ed
in Section II.
C. EMPLOYEE HIRED AUTO
1. The following is added to Paragraph A.1 .,
Who Is An Insured , of SECTION II -COV-
ERED AUTOS LIABILITY COVERAGE
An "employee" of yours is an "in sured " while
operating an "au to " hired or rente d under a
co ntract or agreement in an "employee's"
name , with your permis sion , whi le pe rforming
duties related to the co nduct of your busi-
ness.
2. The fo ll ow ing replaces Paragraph b. in 8.5.,
Other Insurance , of SECTION IV -BUSI-
NESS AUTO CONDITIONS
b. For Hired A uto Phy sica l Damag e Co ver-
age , the follo w ing are deemed to be cov-
ered "autos" you own :
(1) Any co vere d "au to" you lease , hire,
rent or borrow; and
(2) A ny covered "auto" hired or re nt ed by
your "emp loyee" under a co ntract in
an "employee's" name , with your
CA T3 53 02 15 ©2015 The Travelers Indemnity Company. A ll right s reserved . Page 1 of 4
Includes copyrighted materia l of Ins ur ance Services Office , In c. wit h it s permission .
COMMERCIAL AUTO
permi ssio n , while performing duties
related to the conduct of your busi-
ness.
However , any "auto" that is leased , hired ,
rented or borrowed with a driver is not a
covered "auto".
D. EMPLOYEES AS INSURED
The following is added to Paragraph A.1., Who Is
An Insured , of SECTION II -COVERED AUTOS
LIABILITY COVERAGE
Any "employee" of yours is an "insured" while us-
ing a covered "auto" you don't own, hire or borrow
in your business or your persona l affairs .
E . SUPPLEMENTARY PAYMENTS -INCREASED
LIMITS
1. The following replaces Paragraph A.2.a.(2),
of SECTION II -COVERED AUTOS LIABIL-
ITY COVERAGE:
(2) Up to $3 ,000 for cost of bail bonds (in-
cluding bonds for related traffic law viola -
tions) required because of an "accident"
we cover . We do not have to furnish
these bonds .
2. The following replaces Paragraph A.2.a.(4),
of SECTION II -COVERED AUTOS LIABIL-
ITY COVERAGE :
(4) All reasonable expenses incurred by the
"insured" at our request , including actual
less of earnings up to $500 a day be-
cause of time off from work.
F. HIRED AUTO -LIMITED WORLDWIDE COV-
ERAGE -INDEMNITY BASIS
The following replaces Subparagraph (5) in Para-
graph B. 7., Policy Period, Coverage Territory ,
of SECTION IV -BUSINESS AUTO CONDI-
TIONS :
(5) Anywhere in the world, except any country or
jurisdiction while any trade sanction, em-
bargo, or similar regulation imposed by the
United States of America applies to and pro-
hibits the transaction of business with or
within such country or jurisdiction , for Cov-
ered Autos Liability Co vera ge for any covered
"aut o" that you lease, hire, rent or borrow
without a driver for a period of 30 days or less
and that is not an "auto" you lease , hire , rent
or borrow from any of your "employe es",
partners (if you are a partnership), members
(if you are a limited liability company) or
members of their households.
(a) Wit h respect to any c laim made or "suit"
brought outside the United States of
America, the territories and possessions
of the United States of A merica , Puerto
Rico and Canada :
(i) Yo u must arrange to defE:nd the "in-
sured" against, and investigate or set-
tle any such claim or "suit" and keep
us advised of all proceedings and ac-
tions.
(ii) Neither you nor any other involved
"insured" will make any settlement
without our consent.
(iii) We may , at our discretion , participate
in defending the "insured" against, or
in the settlement of, any claim or
"suit 11
•
(iv) We will reimburse the "insured" for
sums that the "insured" lega ll y must
pay as damages because of "bo dily
injury" or "property damage" to which
this insuran ce applies , that the "in-
sured" pays with our consent , but
only up to the limit described in Para-
graph C ., Limits Of Insurance , of
SECTION II -COVERED AUTOS
LIABILITY COVERAGE .
(v) We will reimburse the "insured" for
the reasonable expenses incurred
with our consent for you, investiga-
tion of such claims and your defense
of the "ins ured" against any such
"suit", but only up to and included
with in the limit described in Para-
graph C., Limits Of Insurance, of
SECTION II -COVERED AUTOS
LIABILITY COVERAGE , and not in
addition to such limit. Our duty to
make such payments ends when we
have used up the app licable limit of
insurance in payments for damages,
settlements or defense expenses.
(b) This insuran ce is excess over any valid
and collectible other in surance available
to the "insured" whether primary , excess ,
contingent or on any other basis .
(c) This insuran ce is not a substitute for re-
quired or compu lsory insuran ce in any
country outside the United States , its ter-
ritories and possessions , Puerto Rico and
Canada.
Page 2 of 4 ©2015 The Trave lers In demnity Company . A ll rights reserved. CA T3 53 0215
In c lud es copy rig ht ed mate rial of In surance Services Office . Inc. w ith its permission.
You agree to maintain all required or
compulsory insurance in any such coun-
try up to the minimum limits required by
local law. Your failure to comply with
compulsory insurance requirements will
not invalidate the coverage afforded by
this policy , but we will only be liable to the
same extent we would have been liable
hnd you complied with the compulsory in-
surance requirements.
(d) It is understood that we are not an admit-
ted or authorized insurer outside the
United States of America , its territories
and possessions , Puerto Rico and Can-
ada . We assume no responsibility for the
furnishing of certificates of insurance, or
for compliance in any way with the laws
of other countries relating to insurance.
G. WAIVER OF DEDUCTIBLE -GLASS
The following is added to Paragraph D., Deducti-
ble, of SECTION Ill -PHYSICAL DAMAGE
COVERAGE:
No deductible for a covered "auto" will apply to
glass damage if the glass is repaired rather than
replaced .
H. HIRED AUTO PHYSICAL DAMAGE -LOSS OF
USE -INCREASED LIMIT
The following replaces the last sentence of Para-
graph A.4.b., Loss Of Use Expenses , of SEC-
TION Ill -PHYSICAL DAMAGE COVERAGE :
However, the most we will pay for any expenses
for loss of use is $65 per day, to a maximum of
$750 for any one "accident".
I. PHYSICAL DAMAGE -TRANSPORTATION
EXPENSES -INCREASED LIMIT
The following replaces the first sentence in Para-
graph A.4.a., Transportation Expenses , of
SECTION 111 -PHYSICAL DAMAGE COVER-
AGE
We will pay up to $50 per day to a maximum of
$1,500 for temporary transportation expense in-
curred by you because of the total theft of a cov-
ered "auto" of the private passenger type.
J. PERSONAL PROPERTY
The following is added to Paragraph A.4., Cover-
age Extensions , of SECTION Ill -PHYSICAL
DAMAGE COVERAGE:
Personal Property
We will pay up to $400 for "loss" to wearing ap-
parel and other personal property which is:
(1) Owned by an "insured"; and
COMMERCIAL AUTO
(2) In or on your covered "auto".
This coverage applies only in the event of a total
theft of your covered "auto".
No deductibles apply to this Personal Property
coverage.
K. AIRBAGS
The following is added to Paragraph 8.3., Exclu-
sions, of SECTION Ill -PHYSICAL DAMAGE
COVERAGE
Exclusion 3.a. does not apply to "loss" to one or
more airbags in a covered "auto" you own that in-
flate due to a cause other than a cause of "loss"
set forth in Paragraphs A.1.b. and A.1 .c., but
only :
a. If that "auto" is a covered "auto" for Compre-
hensive Coverage under this policv:
b. The airbags are not covered under any war-
ranty; and
c. The airbags were not intentionally inflated.
We will pay up to a maximum of $1 ,000 for any
one "loss".
L. NOTICE AND KNOWLEDGE OF ACCIDENT OR
LOSS
The following is added to Paragraph A.2.a., of
SECTION IV -BUSINESS AUTO CONDITIONS:
Your duty to give us or our authorized representa-
tive prompt notice of the "accident" or "loss" ap-
plies only when the "accident" or "loss" is known
to:
(a) You (if you are an individual);
(b) A partner (if you are a partnership);
(c) A member (if you are a limited liability com-
pany);
(d) An executive officer, director or insurance
manager (if you are a corporation or other or-
ganization); or
(e) Any "employee" authorized by you to give no-
tice of the "accident" or "loss".
M. BLANKET WAIVER OF SUBROGATION
The following replaces Paragraph A.5., Transfer
Of Rights Of Recovery Against Others To Us,
of SECTION IV -BUSINESS AUTO CONDI-
TIONS
5. Transfer Of Rights Of Recovery Against
Others To Us
We waive any right of recovery we may have
against any person or organization to the ex-
tent required of you by a written contract
signed and executed prior to any "accident"
or "loss", provided that the "accident" or "loss"
arises out of operations contemplated by
CA T3 53 02 15 © 2015 The Trave le rs Ind em ni ty Com pa ny. All righ ts rese rve d. Page 3 of 4
Includ es co pyright ed ma terial of In s urance Servi c es Office . In c. with it s per miss io n.
COMMERCIAL AUTO
such contract. The waiver applies only to the
person or organization designated in such
contract.
N. UNINTENTIONAL ERRORS OR OMISSIONS
The following is added to Paragraph B.2., Con-
cealment, Misrepresentation, Or Fraud , of
SECTION IV -BUSINESS AUTO CONDITIONS :
The unintentional omission of, or unintentional
error in, any information given by you shall not
prejudice your rights under this insurance. How-
ever this provision does not affect our right to col-
lect additional premium or exercise our right of
cancellation or non-renewal.
Page 4 of 4 © 2015 The Travelers In demnity Company. All rights reserved. CA T3 53 02 15
In c lud es copyrighted material of Insuran ce Services Office , Inc . with its permis sio n.
......
TRAVELfRSJ
ONE TOWER SQUARE
HARTF ORD, CT 06183
WORKERS COMPENSATION
AND
EMPLOYERS LIABILITY POLICY
ENDORSEMENT WC 99 03 76 ( A) -001
POLICY NUMBER: UB-4K201130 -18 -26-G
WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS
ENDORSEMENT -CALIFORNIA
(BLANKET WAIVER)
We have the right to recover our payments from anyone liable for an injury covered by this policy . We will not
enforce our right against the person or organization named in the Schedule .
The additional premium for this endorsement shal l be O 3 . 00 0 % of the California workers' com per .sation pre-
mium .
Schedule
Person or Organization
ANY PERSON OR ORGANIZATION FOR WHICH THE
INSURED HAS AGREED BY WRITTEN CONTRACT
EXECUTED PRIOR TO LOSS TO FURNISH THIS
WAIVER.
Job Description
This endorser nent changes the policy to which it is attached and is effective on the date issued unless otherwise
stated .
(The information below is required only when th is endorsement is issued subsequent to preparation of
the policy.) -·3-··
Endorsement Effective 0 5-01-2018 Polrcy No. UB-4K2 0,1 130 -18 -26-G Endorsement No .
Insured Graham Contracto rs, I nc. Premium
Travelers Property Casulaty Company of America ::;e l:ffite-F&i§net rti y ------------
DATE OF ISSUE: 05-01 -18 ST ASSIGN: Page 1 of 1
POLICY NUMBE . ZUP-21N18036-18-NF
UMBRELLA
ISSUE DATE: 05/14/18
THIS ENDOR SE IVIENT CHANGE S THE POLICY. PLEAS E READ IT CAREFULLY.
SC HEDULE OF UNDERl YI NG IN SURA N CE -CON TINU ED
Thi s endorsement modifies insurance provided under the following :
EX CESS FOLLOW-FORM AND UMBRELLA LIABILITY INSURANCE
Type Of Coverage: GENERAL LIABILITY
Carrier:
Policy
Number:
TRAVELERS INDEMNITY COMPANY OF
CONNECTICUT ------
Policy Period
From: 05/01/2018
to : 05/01/2019
Type Of Coverage: AUTO.MOBILE LIABILITY
Carrier:
Policy
Number:
TRAVELERS PROPERTY CASUALTY
COHPANY OF Af!ERICA
DT-810-7C544188-TIL-18
P o licy Period
From: 05/01/2018
to: 05/01/2019
Type Of Coverage: EHPLOYERS LIABILITY
Carri er
Policy
Number:
TRAVELERS PROPERTY CASUALTY
COMPANY OF Af!ERICA
UB-4K2 011 ~
Polic y Period
From: 05/01/2018
to: 05/01/2019
PRODUCER AON RISK INS SERV WEST
Limits Of Liabilitv
$1,000,000 EACH OCCURRENCE
$2,000,000 GENERAL AGGREGA:E
$2,000,000 PER PROJECT
$2,000,000 PRODUCTS/COMPLETED
OPERATIONS AGGREGATE
$1,000,000 PERSONAL/ADVERTISING
INJURY
GRAHAM CONTRACTORS INC
Limits Of Liability
$1,000, 000 CSL
GRAHAl1 CONTRACTORS
Limits Of Liabilitv
$1 ,000 ,000 EACH ACCIDENT
$1,000,000 POLICY LIMIT
$1,000 ,000 EACH EMPLOYEE
UNLIMITED IN THE STATE OF NEW YORK
FOR SUBJECT EMPLOYEES
GRAHN-! CONTRACTORS
OFFICE : PHOENIX, AZ
EU 00 04 07 16 © 201 6 The Tra veler s Indemnity Company. All r ight s re served . Page 1 of 1
PUBLIC WORKS DEPARTMENT
10300 TORRE AVENUE
CUPERTINO, CALIFORNIA 95014
PROJECT MANUAL
FOR THE
2018 PAVEMENT MAINTENANCE
PHASE 2
Bid Date:
July 24, 2018
Project Number: 2019-102
PROJECT DIRECTORY
Project Name: 2018 Pavement Maintenance Phase 2
Project Number: 2019-102
Location: Various City Streets
City Representative: City of Cupertino
Jo Anne Johnson
Public Works Department
10300 Torre Avenue
Cupertino, CA 95014
PH: 408-777-3354
FX: 408-777-3333
e-mail: joannej@cupetino.org
Address for Stop Notices: City of Cupertino
Jo Anne Johnson
Public Works Department
10300 Torre Avenue
Cupertino, CA 95014
PH: 408-777-3354
FX: 408-777-3333
e-mail: joannej@cupertino.org
i
TABLE OF CONTENTS
Notice Inviting Bids ....................................................................................................................... 1
Instructions to Bidders ................................................................................................................. 3
Bid Proposal ................................................................................................................................... 9
Bid Schedule ................................................................................................................................ 11
Subcontractor List ....................................................................................................................... 12
Noncollusion Declaration ........................................................................................................... 13
Bid Bond ....................................................................................................................................... 14
Bidder’s Questionnaire ............................................................................................................... 16
Contract ........................................................................................................................................ 21
Payment Bond .............................................................................................................................. 26
Performance Bond ...................................................................................................................... 28
General Conditions ..................................................................................................................... 30
Article 1 – Definitions .................................................................................................................. 30
Definitions .................................................................................................................................. 30
Article 2 - Roles and Responsibilities ....................................................................................... 33
2.1 City ................................................................................................................................ 33
2.2 Contractor ...................................................................................................................... 33
2.3 Subcontractors .............................................................................................................. 35
2.4 Coordination of Work ..................................................................................................... 35
2.5 Submittals ...................................................................................................................... 36
2.6 Shop Drawings .............................................................................................................. 37
Article 3 - Contract Documents .................................................................................................. 37
3.1 Interpretation of Contract Documents ........................................................................... 37
3.2 Order of Precedence ..................................................................................................... 38
3.3 Caltrans Standard Specifications .................................................................................. 38
3.4 For Reference Only ....................................................................................................... 39
3.5 Current Versions ........................................................................................................... 39
3.6 Conformed Copies. ....................................................................................................... 39
Article 4 - Bonds, Indemnity, and Insurance ............................................................................ 39
4.1 Payment and Performance Bonds ................................................................................ 39
4.2 Indemnity ....................................................................................................................... 40
4.3 Insurance ....................................................................................................................... 40
Article 5 - Contract Time ............................................................................................................. 43
5.1 Time is of the Essence .................................................................................................. 43
5.2 Schedule Requirements ................................................................................................ 44
5.3 Delay and Extensions of Contract Time ........................................................................ 45
5.4 Liquidated Damages ..................................................................................................... 48
Article 6 - Contract Modification ................................................................................................ 49
6.1 Contract Modification and Changes in Work ................................................................. 49
6.2 Contractor Change Order Requests ............................................................................. 50
6.3 Adjustments to Contract Price ....................................................................................... 51
6.4 Unilateral Change Order ............................................................................................... 51
6.5 Non-Compliance Deemed Waiver ................................................................................. 51
Article 7 - General Construction Provisions ............................................................................. 52
7.1 Permits and Taxes ........................................................................................................ 52
7.2 Temporary Facilities ...................................................................................................... 52
7.3 Noninterference and Additional Work Areas ................................................................. 52
7.4 Signs .............................................................................................................................. 53
7.5 Worksite and Nearby Property Protections. ................................................................. 53
7.6 Materials and Equipment............................................................................................... 54
7.7 Substitutions .................................................................................................................. 55
ii
7.8 Inspection and Testing .................................................................................................. 56
7.9 Worksite Conditions and Maintenance .......................................................................... 57
7.10 Instructions and Manuals .............................................................................................. 59
7.11 As-built Drawings .......................................................................................................... 59
7.12 Existing Utilities ............................................................................................................. 59
7.13 Notice of Excavation ...................................................................................................... 59
7.14 Trenching and Excavations of Four Feet or More ......................................................... 60
7.15 Trenching of Five Feet or More ..................................................................................... 60
7.16 New Utility Connections ................................................................................................ 60
7.17 Lines and Grades. ......................................................................................................... 61
7.18 Historic or Archeological Items ...................................................................................... 61
7.19 Recycling and Waste Disposal. ..................................................................................... 61
7.20 Storm Water Pollution Control ....................................................................................... 62
7.21 Traffic Control and Public Safety ................................................................................... 71
7.22 Noise Control. ................................................................................................................ 72
7.23 Fire Protection Plan. ...................................................................................................... 72
Article 8 - Payment ...................................................................................................................... 72
8.1 Schedule of Values ....................................................................................................... 72
8.2 Progress Payments ....................................................................................................... 73
8.3 Adjustment of Payment Application .............................................................................. 73
8.4 Early Occupancy. .......................................................................................................... 74
8.5 Retention ....................................................................................................................... 74
8.6 Setoff ............................................................................................................................. 74
8.7 Payment to Subcontractors and Suppliers .................................................................... 74
8.8 Final Payment ............................................................................................................... 75
8.9 Release of Claims ......................................................................................................... 75
8.10 W arranty of Title ............................................................................................................ 75
Article 9 - Labor Provisions ........................................................................................................ 75
9.1 Discrimination Prohibited............................................................................................... 75
9.2 Labor Code Requirements ............................................................................................ 75
9.3 Prevailing Wages .......................................................................................................... 76
9.4 Payroll Records ............................................................................................................. 76
9.5 Labor Compliance ......................................................................................................... 77
Article 10 - Safety Provisions ..................................................................................................... 77
10.1 Safety Precautions and Programs ................................................................................ 77
10.2 Hazardous Materials ..................................................................................................... 77
10.3 Material Safety .............................................................................................................. 77
10.4 Hazardous Condition ..................................................................................................... 78
Article 11 - Completion and Warranty Provisions .................................................................... 78
11.1 Final Completion ........................................................................................................... 78
11.2 Warranty ........................................................................................................................ 79
11.3 Use Prior to Final Completion ....................................................................................... 80
11.4 Substantial Completion ................................................................................................. 80
Article 12 - Dispute Resolution .................................................................................................. 80
12.1 Claims............................................................................................................................ 80
12.2 Claims Submission ........................................................................................................ 81
12.3 City’s Response ............................................................................................................ 82
12.4 Meet and Confer ............................................................................................................ 82
12.5 Mediation and Government Code Claims ..................................................................... 83
12.6 Tort Claims .................................................................................................................... 83
12.7 Arbitration ...................................................................................................................... 83
12.8 Damages ....................................................................................................................... 83
12.9 Other Disputes .............................................................................................................. 84
Article 13 - Suspension and Termination .................................................................................. 84
13.1 Suspension for Cause ................................................................................................... 84
13.2 Suspension for Convenience ........................................................................................ 84
iii
13.3 Termination for Default .................................................................................................. 84
13.4 Termination for Convenience ........................................................................................ 85
13.5 Effect of Any Contract Termination ............................................................................... 85
Article 14 - Miscellaneous Provisions ....................................................................................... 85
14.1 Assignment of Unfair Business Practice Claims ........................................................... 85
14.2 Provisions Deemed Inserted ......................................................................................... 86
14.3 Waiver ........................................................................................................................... 86
14.4 Titles, Headings, and Groupings ................................................................................... 86
14.5 Statutory and Regulatory References ........................................................................... 86
Special Conditions ...................................................................................................................... 87
Project Forms ............................................................................................................................... 90
Substitution Request Form ........................................................................................................ 91
Release of Claims ........................................................................................................................ 93
Technical Specifications……………………………………………………………………………….95
General Requirements………………………………………………………………………………...110
Estimated Quantities…………………………………………………………………………………. 116
Work Hour Restrictions……………………………………………………………………………….119
2018 Pavement Maintenance Phase 2 NOTICE INVITING BIDS
Project No. 2019-102 Page 1
Notice Inviting Bids
1. Bid Acceptance. The City of Cupertino (“City”) will accept sealed bids for its 2018
Pavement Maintenance Phase 2 Project (“Project”), by or before July 24, 2018, at 2:00
p.m., at the City Clerk’s Office, located at 10300 Torre Avenue, Cupertino, California,
95014 at which time the bids will be publicly opened in the City Hall lobby and read aloud.
The City may, acting in its sole discretion, reject any and all bids, and may waive any
immaterial deviation from the bid requirements to the full extent permitted by law.
2. Project Information.
2.1 Location and Description. The Project is located at various locations within the City
of Cupertino and is described as follows: Crack sealing and micro-surfacing various
residential roads
2.2 Time for Completion. The planned timeframe for commencement and completion of
construction of the Project is: The project is expected to be awarded August 21, 2018.
Crack sealing operations shall begin early September. All work shall be complete within 45
working days.
3. License and Registration Requirements.
3.1 License. This Project requires a valid California contractor’s license for the following
classification(s): Class A or Class C-12.
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 Department of
Industrial Relations (“DIR”) to perform public work under Labor Code section 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”) are available in electronic form
only, and may be downloaded from City’s website under “Open Bids” at:
http://www.cupertino.org/i-want-to/bid-on/open-bids and may also be available from a local
or regional plan room or trade journal.
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 m ade 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 Award, the successful bidder will execute the
Contract and submit the payment and performance bonds and insurance certificates and
endorsements and any other submittals as required by the Contract Documents and
specified in the Notice of Award.
2018 Pavement Maintenance Phase 2 NOTICE INVITING BIDS
Project No. 2019-102 Page 2
6. Prevailing Wage Requirements.
6.1 General. 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 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 section 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.
8. Substitution of Securities. Substitution of appropriate securities in lieu of retention
amounts from progress payments is permitted under Public Contract Code section 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) 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
or, for construction of streets and highways, $10,000 (whichever is greater), using the
Subcontractor List form included with the Contract Documents.
10. Subcontractor Limit. The prime contractor is required to self-perform at least 60% of the
Work on the Project, as further specified in the Instructions to Bidders.
12. Instructions to Bidders. All bidders should carefully review the Instructions to Bidders
before submitting a Bid Proposal.
By: ___________________________________ Date: ________________
Grace Schmidt, City Clerk
Publication Date: June 29, 2018
END OF NOTICE INVITING BIDS
Bidder’s Name: ___________________________
2018 Pavement Maintenance Phase 2 BID PROPOSAL
Project No. 2019-102 Page 3
Instructions to Bidders
Each Bid Proposal submitted to the City of Cupertino (“City”) for its 2018 Pavement Maintenance Phase 2
Project (“Project”) must be submitted in accordance with the following instructions and requirements:
1. Bid Submission.
1.1 General. The Contract for the Project will be awarded, if at all, to the lowest responsible
bidder, as determined by City. Each Bid Proposal must be signed, sealed and submitted to City,
using the form provided in the Contract Documents, by or before the date and time set forth in the
Notice Inviting Bids, or as amended by subsequent addendum. Faxed or emailed Bid Proposals will
not be accepted, unless otherwise specified. Late submissions will be returned unopened. City
reserves the right to postpone the date and 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.
1.2 Bid Envelope. The envelope containing the sealed Bid Proposal and all required forms and
attachments must be clearly labeled and addressed as follows:
BID PROPOSAL:
2018 Pavement Maintenance Phase 2 Project
Project No. 2019-102
City Clerk’s Office
Cupertino City Hall
10300 Torre Avenue
Cupertino, CA 95014
Attn: Jo Anne Johnson
The envelope must also be clearly labeled, as follows, with the bidder’s name, address,for bidding
on public works contracts (Labor Code sections 1725.5 and 1771.1):
[Contractor company name]
[street address]
[city, state, zip code]
1.3 DIR Registration. City will not accept a Bid Proposal from or enter into the Contract with a
bidder without proof that the bidder is registered with the DIR to perform public work under Labor
Code section 1725.5, subject to limited legal exceptions. If City is unable to confirm that the bidder’s
DIR registration is current at the time of bidding, City must disqualify the bidder and return its bid..
(Labor Code section 1725.5.)
2. Bid Proposal Form and Enclosures. Each Bid Proposal must be completed in ink using the Bid
Proposal form included in the Contract Documents. The Bid Proposal form must be fully completed
without interlineations, alterations, or erasures. Any necessary corrections must be clear and
legible, and must be initialed by the bidder’s authorized representative. A Bid Proposal submitted
with exceptions or terms such as “negotiable,” “will negotiate,” or similar, will be considered
nonresponsive. Each Bid Proposal must be accompanied by bid securit y, as set forth in Section 4
below, and by a completed Bid Schedule, Subcontractor List, and Non-Collusion Declaration using
the forms included in the Project manual as directed.
Bidder’s Name: ___________________________
2018 Pavement Maintenance Phase 2 BID PROPOSAL
Project No. 2019-102 Page 4
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 section 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, certified check, 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, made payable to City. The bid security must guarantee that, within ten days after
issuance of the Notice of Award, the bidder will: execute and submit the enclosed Contract for the
bid price; submit payment and performance 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 Award.
5. Bid Schedule. Each bidder must complete the Bid Schedule form with unit prices as indicated,
and submit the completed Bid Schedule with its Bid Proposal.
5.1 Incorrect Totals. In the event a computational error for any bid item (base bid or alternate)
results in an incorrect extended total for that item, the submitted base bid or bid alternate total will
be adjusted to reflect the corrected amount (as the product of the estimated quantity and the unit
cost), unless the cumulative amount of correction changes the to tal amount of the base bid or bid
alternate. In the event of a discrepancy between the actual total of the itemized or unit prices
shown on the Bid Schedule for the base bid, and the amount entered as the base bid on the Bid
Proposal form, the actual total of the itemized or unit prices shown on the Bid Schedule for the base
bid will be deemed the base bid price. Likewise, in the event of a discrepancy between the actual
total of the itemized or unit prices shown on the Bid Schedule for any bid alternate, and the amount
entered for the alternate on the Bid Proposal form, the actual total of the itemized prices shown on
the Bid Schedule for that alternate will be deemed the alternate price. Nothing in this provision is
intended to prevent a bidder from requesting to withdraw its bid for material error under Public
Contract Code section 5100 et seq.
5.2 Estimated Quantities. The quantities shown on the Bid Schedule are estimated and the
actual quantities required to perform the Work may be greater or less than the estimated amount.
The Contract Price will be adjusted to reflect the actual quantities required for the Work based on
the itemized or unit prices provided in the Bid Schedule, with no allowance for anticipated profit for
quantities that are deleted or decreased, and no increase in the unit price.
6. Subcontractor Work Limits. The prime contractor must perform at least the percentage of the
Work on the Project specified in the Notice Inviting Bids, which is calculated as a percentage of the
base bid price, with its own forces, except for any Work identified as “Specialty Work” in the Bid
Schedule. The total bid amount for any such Specialty Work, as shown on the Bid Schedule, may
be deducted from the base bid price before computing the percentage the contractor must self-
performance. The remaining Work may be performed by qualified Subcontractor(s).
7. Bidder’s Questionnaire. A completed, signed Bidder’s Questionnaire using the form provided with
the Contract Documents and including all required attachments m ust be submitted within 2 working
days following a request by City. A bid submitted by a bidder that does not fully com ply with this
requirement may be rejected as nonresponsive. A bidder who submits a Bidder’s Questionnaire
which is subsequently determined to contain false or misleading information, or material omissions,
may be disqualified as non-responsible.
8. Pre-Bid Investigation
Bidder’s Name: ___________________________
2018 Pavement Maintenance Phase 2 BID PROPOSAL
Project No. 2019-102 Page 5
8.1 General. Each bidder is solely responsible at its sole expense for diligent and thorough
review of the Contract Documents and documents provided “For Reference Only,” which may
include geotechnical reports, as-built or record drawings, utility diagrams, or other such information.
Each bidder is also responsible for appropriate 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 City’s property or the Project site without prior
written authorization from City, and subject to the site investigation requirements set forth below.
Bidders are responsible for reporting any errors or omissions in the Contract Documents to City
prior to submitting a Bid Proposal, subject to the limitations of Public Contract Code section 1104.
8.2 Project Site. Soil and soil test data, water table elevations, and soil analyses for test holes , if
any, may be available for inspection at the City’s offices or as otherwise specified in the Contract
Documents. Any subsurface exploration at the Project site must be done at the bidder’s expense,
but only with prior written authorization from City, and as further specified below in subsection 8.4.
All soil data and analyses available for inspection or provided in the Contract Documents or in
documents provided “For Reference Only,” 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 to
form its own conclusions, including, if available, record drawings or other documents indicating the
location of subsurface lines, utilities, or other structures . City expressly disclaims responsibility for
assumptions a bidder might draw from the presence or absence of information provided by City.
City does not warrant the accuracy of any representation of visible, above -ground conditions that
may be independently investigated and verified by the bidder. The City disclaims responsibility for
the accuracy of information regarding subsurface conditions that has been provided to City by
others, such as utility owners.
8.3 Utilities. The Project must be completed in a manner that satisfies the standards and
requirements of the affected utility companies or agencies (collectively, “utility owners”). The
successful bidder may be required by the utility owners to provide detailed plans prepared by a
California registered civil engineer showing the necessar y temporary support of the utilities during
coordinated construction work. Bidders are directed to contact the utility owners about their
requirements before submitting a Bid Proposal.
8.4 Site Investigation Requirements. Potential bidders will be required to execute an
agreement to indemnify City and hold it harmless against any liability arising from site investigation,
testing or inspection using City’s form Indemnity Agreement (Site Inspection) included with the
Project Forms provided with the Contract Documents. The prospective bidder must ensure that any
such site investigation is conducted in a manner to avoid endangering persons or damaging
property, and must promptly and fully restore the site to its pre-investigation condition, including
filling in holes and cleaning up. City reserves the right to impose additional conditions to site access
or investigation in order to protect persons or property, including, but not limited to limitations on
machinery used during the site investigation.
9. 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, and may also submit a Bid Proposal as a
prime contractor.
Bidder’s Name: ___________________________
2018 Pavement Maintenance Phase 2 BID PROPOSAL
Project No. 2019-102 Page 6
10. 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 Jo Anne Johnson,
Public Works Project Manager, joannej@cupertino.org. 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.
11. Addenda and Plan Holder’s List. Any addenda issued prior to the bid opening are part of the
Contract Documents. Subject to the limitations of Public Contract Code section 4104.5, City
reserves the right to issue addenda prior to bid time. Addenda will be posted electronically on the
City’s website at: http://www.cupertino.org/i-want-to/bid-on/open-bids. Notifications will also be
transmitted to known plan holders. To be included on the plan holder’s list for this Project, email the
following information to pavementprojects@cupertino.org: bidder’s name, address, phone number
and email address, with the Project title included in the subject bar. Each bidder is responsible for
ensuring it has received and reviewed all addenda prior to submitting its bid. All bidders, including
bidders on the plan holder’s list, should regularly check City’s website for any addenda or updates
on the Project.
12. Pre-Bid Substitution Requests. 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. A pre-bid request for substitution must be submitted no later than ten
working days before the scheduled bid opening, using the City’s Substitution Request Form. All
data substantiating the proposed substitute as an equal item must be submitted with the written
request for substitution, and all such requests are subject to the requirements and limitations
applicable to substitution requests under Section 7.7 of the General Conditions, on Substitutions .
These substitution provisions do not apply to materials, products, things, or services that may
lawfully be designated by a specific brand or trade name under Public Contract Code section
3400(c).
13. Withdrawal of Bid Proposals. A Bid Proposal may not be withdrawn for a period of 90 days after
the bid opening without forfeiture of the bid security, except as authorized for material error under
Public Contract Code section 5100 et seq.
14. Bid Protest. Any bid protest must be in writing and received by City at 10300 Torre Ave or via
email at joannej@cupertino.org before 5:00 p.m. no later than two Working Days following bid
opening (the “Bid Protest Deadline”) and must comply with the following requirements:
14.1 Eligibility. Only a bidder who has actually submitted a responsive Bid Proposal, as
determined by City, 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. For purposes of this Section, 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 section 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.
14.2 Protest Contents. The bid protest must contain a complete statement of the basis for the
protest and all supporting documentation. Material submitted after the Bid Protest Deadline will not
be considered. The protest must refer to the specific portion or portions of the Co ntract 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 representing the protesting bidder.
Bidder’s Name: ___________________________
2018 Pavement Maintenance Phase 2 BID PROPOSAL
Project No. 2019-102 Page 7
14.3 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.
14.4 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 W orking Days after the Bid
Protest Deadline or after actual receipt of the bid protest, whichever is sooner (the “Response
Deadline”). The response must include 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 representing the protested bidder if different from the
protested bidder.
14.5 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.
14.6 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.
14.7 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
W ork notwithstanding any pending or continuing challenge to its determination.
15. Reservation of Rights. To the full extent permitted by law, City reserves the right, acting in its sole
discretion, to waive or to decline to waive any immaterial bid irregularities, to accept or reject any
and all bids, or to abandon the Project entirely. The Contract will be awarded, if at all, within 90
days after opening of bids or as otherwise specified in the Special Conditions, to the responsible
bidder that submitted the lowest responsive bid. Any date given for planned commencement of the
Project given in Section 2.2 of the Notice Inviting Bids is provided as informative of 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 commencement date, and reserves the right to issue the
Notice to Proceed when the City determines, in its sole discretion, the appropriate time for
commencing the Work.
16. Bonds. The successful bidder is required to submit payment and performance bonds as specified
in the Contract Documents using the bond forms included in the Contract Documents , within ten
days following City’s issuance of the Notice of Award. All required bonds must be calculated on the
maximum total Contract Price as awarded, including additive alternates, if applicable.
17. 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 . and must also
obtain a City Business License before beginning W ork on the Project, unless its sole business
contact within the City is the sale of goods or services to the City itself.
18. Ineligible Subcontractor. Any Subcontractor who is ineligible to perform work on a public works
project under Labor Code sections 1777.1 or 1777.7 is prohibited from performing work on the
Project.
Bidder’s Name: ___________________________
2018 Pavement Maintenance Phase 2 BID PROPOSAL
Project No. 2019-102 Page 8
19. 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 braci ng, or equivalent method, for
the protection of life or limb, which comply with safety orders as required by Labor Code section
6707.
20. For Reference Only. The following documents are provided in attachment B for reference only.
Location Map
END OF INSTRUCTIONS TO BIDDERS
Bidder’s Name: ___________________________
2018 Pavement Maintenance Phase 2 BID PROPOSAL
Project No. 2019-102 Page 9
Bid Proposal
2018 Pavement Maintenance Phase 2 Project
<______________________________________________________> (“Bidder”) hereby submits this Bid
Proposal to the City of Cupertino (“City”) for the above-referenced project (“Project”) in response to the
Notice Inviting Bids and in accordance with the Contract Documents referenced therein.
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”):
$ _______________________________________________________.
2. Addenda. Bidder agrees that it has confirmed receipt of or access to, and reviewed, all addenda
issued for this Bid. Bidder specifically acknowledges receipt of the following addenda:
Addendum: Date Received: Addendum: Date Received:
#01 _____________ #05 _____________
#02 _____________ #06 _____________
#03 _____________ #07 _____________
#04 _____________ #08 _____________
3. Bidder’s Warranties. By signing and submitting this Bid Proposal, Bidder 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 section 1104.
3.2 Examination of Worksite. Bidder has had the opportunity to examine the Worksite and
local conditions at the Project location.
3.3 Bidder is Qualified. Bidder is fully qualified to perform the Work.
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.
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;
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.
Bidder’s Name: ___________________________
2018 Pavement Maintenance Phase 2 BID PROPOSAL
Project No. 2019-102 Page 10
5. 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 (check one):
____ A cashier’s check or certified check payable to City and issued by
_______________________________ [Bank name] in the amount of
$____________________________.
____ A bid bond, using the Bid Bond form included with the Contract Documents, payable to
City and executed by a surety licensed to do business in the State of California.
This Bid Proposal is hereby submitted on _________________________, 20__.
_________________________________________
Bidder Business Name
Signature
Name/Title (If Corporation: Chairman, President or Vice
President)
_______________________________________
Date
Signature
Name/Title (If Corporation: Secretary, Assistant
Secretary, Chief Financial Officer or Assistant
Treasurer)
_____________________________________ ______________________________________
License #, Expiration Date, and Classification DIR Registration #
_____________________________________ ______________________________________
Address Phone
_____________________________________ ______________________________________
City, State, Zip Contact Name/Title
_____________________________________ ______________________________________
Contact Phone Contact Email
END OF BID PROPOSAL
Bidder’s Name: ___________________________
2018 Pavement Maintenance Phase 2 BID SCHEDULE
Project No. 2019-102
Bid Schedule
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.
LS = Lump Sum EA = Each LF = Linear Foot CF = Cubic Feet CY = Cubic Yard
SY=Square Yard SF = Square Feet LB = Pounds TON = Ton (2000 lbs) AL = Allowance
BID
ITEM
NO.
ITEM DESCRIPTION EST.
QTY. UNIT UNIT
COST
EXTENDED TOTAL
AMOUNT
1 Traffic Control 1 LS $ $
2 Crack Treatment 1 LS $ $
3 Micro-surfacing 83,581 SY $ $
4 Install Blue RPMs @ Fire
Hydrants 21 EA $ $
5 12” Yellow Crosswalk (Thermo) 210 LF $ $
6 12” White Crosswalk/Limit Line
(Thermo) 730 LF $ $
7 24” White (Thermo) 120 LF $ $
8 24” Yellow (Thermo) 220 LF $ $
9 Striping Detail #22
(Thermo/Markers) 900 LF $ $
10 “Stop” Legend (Preformed
Thermo) 20 EA $ $
11 “Slow” Legend (Preformed
Thermo) 2 EA $ $
12 “School” Legend (Preformed
Thermo) 2 EA $ $
13 “Xing” Legend (Preformed
Thermo) 2 EA $ $
14 “25” Legend (Preformed
Thermo) 4 EA
TOTAL BASE BID: Items 1 through inclusive: $
Note: The amount entered as the “Total Base Bid” should be identical to the Base Bid amount entered in
Section 1 of the Bid Proposal form.
BIDDER NAME:
END OF BID SCHEDULE
Bidder’s Name: ___________________________
2018 Pavement Maintenance Phase 2 SUBCONTRACTOR LIST
Project No. 2019-102 Page 12
Subcontractor List
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 W ork, 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. Bidder may not list more than one
Subcontractor for each such portion of the Work listed by Bidder below.
DESCRIPTION
OF WORK
SUBCONTRACTOR
NAME
CALIFORNIA
CONTRACTOR
LICENSE NO.
LOCATION OF
BUSINESS
DIR REG. NO. PERCENT
OF
WORK
END OF SUBCONTRACTOR LIST
1 For street or highway construction this requirement applies to any subcontract of $10,000 or more.
Bidder’s Name: ___________________________
2018 Pavement Maintenance Phase 2 NONCOLLUSION DECLARATION
Project No. 2019-102 Page 13
Noncollusion Declaration
TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID
The undersigned declares:
I am the __________________________ [title] of _____________________________________
[business name], 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 section 7106 and Title
23 U.S.C section 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], at
__________________________________ [city], _______ [state].
s/________________________________________
__________________________________________
Name [print]
END OF NONCOLLUSION DECLARATION
2018 Pavement Maintenance Phase 2 BID BOND
Project No. 2019-102 Page 14
Bid Bond
________________________________________________________ (“Bidder”) has submitted a
bid, dated ___________________________, 20______ (“Bid”), to City of Cupertino (“City”) for
work on the 2018 Pavement Maintenance Phase 2 Project (“Project”). Under this duly executed
bid bond (“Bid Bond”), Bidder as Principal and ______________________________, 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 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 under the Instructions to
Bidders.
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: _____________________________________________________
Address: __________________________________________________
City/State/Zip: ______________________________________________
Phone: ___________________________________________________
Fax: ______________________________________________________
Email: ____________________________________________________
4. Duration; 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 90 days
following award of the Contract or until this Bid Bond is returned to Bidder, whichever
occurs first. Surety waives the provisions of Civil Code sections 2819 and 2845.
[Signatures are on the following page.]
2018 Pavement Maintenance Phase 2 BID BOND
Project No. 2019-102 Page 15
This Bid Bond is entered into and effective on ___________________, 20_____.
SURETY: ________________________________________________________
Business name
s/ _______________________________________________________________
________________________________________________________________
Name/Title
(Acknowledgement with Notary Seal for Surety, and Surety’s Power of Attorney-In-Fact
Certificate must be attached.)
BIDDER: ________________________________________________________
Business name
s/ _______________________________________________________________
________________________________________________________________
Name/Title
END OF BID BOND
2018 Pavement Maintenance Phase 2 BIDDER’S QUESTIONNAIRE
Project No. 2019-102 Page 16
Bidder’s Questionnaire
2018 PAVEMENT MAINTENANCE PHASE 2 PROJECT
Within 2 working days following a request by the City of Cupertino (“City”), a bidder must submit
to City a completed, signed Bidder’s Questionnaire using this form and including all required
attachments. City may request the Questionnaire from one or more of the apparent low bidders
following the bid opening, and may use the completed Questionnaire 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 Ques tionnaire may be
grounds for rejection of the bid or termination of a Contract awarded pursuant to the bid.
Part 1: General Information
Bidder’s Full Legal (Business) Name: _______________________________________________
(“Bidder”)
Check One: ___ Corporation
___ Partnership
___ Sole Proprietorship
___ Joint Venture of: __________________________________ *
___ Other: ___________________________________________
Address: _________________________________________________________
________________________________________________________________
Phone: __________________________________________________________
Owner of Business: ________________________________________________
Contact Person: ___________________________________________________
Email: ___________________________________________________________
Bidder’s California Contractor’s License Number(s): _______________________
Bidder’s Federal I.D. Number: ________________________________________
* If Bidder is a joint venture identify each member and the role of each member of the joint
venture, and provide a completed Bidder’s Questionnaire for each member of the joint venture.
Part 2: Bidder Experience
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 on grounds that it is not responsible?
_____ Yes _____ No
If yes, provide additional information on a separate sheet of paper regarding the disqualification,
including the name and address of the agency or owner of the subject project, the type and size
2018 Pavement Maintenance Phase 2 BIDDER’S QUESTIONNAIRE
Project No. 2019-102 Page 17
of the project, the reasons that Bidder was disqualified as not responsible, and the month and
year in which the disqualification occurred.
4. Has Bidder ever been terminated from a construction project, either as a general con tractor or
as a subcontractor?
_____ Yes _____ No
If yes, provide additional information on a separate sheet of paper 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. Has Bidder’s contractor’s license(s) ever been revoked?
_____ Yes _____ No
If yes, provide additional information on a separate sheet of paper regarding each revocation,
including the license classification and license number, the reason(s) the license was revoked,
the date of revocation, and the date of reinstatement.
6. Has Bidder ever been fined or disbarred for failure to comply with state or federal prevailing
wage requirements?
_____ Yes _____ No
If yes, provide additional information on a separate sheet of paper regarding each fine or
disbarment, including the reason(s) for the fine or disbarment, the agency that imposed the f ine or
disbarment, the date(s) of the fine or disbarment, and identify the project and project owner for
which the Bidder was determined to be non-compliant with prevailing wage requirements.
7. Has Bidder ever been subject to civil or criminal penalties or other adverse action for
violation(s) of health, safety or environmental laws or regulations?
_____ Yes _____ No
If yes, provide additional information on a separate sheet of paper regarding each such violation,
including the reason(s) for the determination against Bidder, the agency that determined Bidder to
be in violation, the nature and date(s) of such penalty or other adverse action, and identify the
project and project owner for which the Bidder was determined to be in violation of health, safety
or environmental laws or regulations.
8. Has Bidder ever been fined or convicted for unlawful labor practices, including, but not limited
to, employment of undocumented workers?
_____ Yes _____ No
If yes, provide additional information on a separate sh eet of paper regarding each such fine or
conviction, including the nature and date(s) of the violation(s), the agency that determined Bidder
to be in violation, and identify the project and project owner in relation to which the Bidder was
fined or convicted of unlawful labor practices.
9. Provide information about Bidder’s past projects performed as general contractor as follows:
9.1 Six most recently completed public works projects within the last three years;
9.2 Three largest completed projects within the last three years; and
9.3 Any project which is similar to this Project including magnitude and character of
the Work.
2018 Pavement Maintenance Phase 2 BIDDER’S QUESTIONNAIRE
Project No. 2019-102 Page 18
10. Use separate sheets of paper to provide all of the following information for each project
identified in response to the above three categories, under section 10:
10.1 Project name
10.2 Location
10.3 Owner
10.4 Owner contact (name and current phone number)
10.5 Architect or engineer name
10.6 Architect or engineer contact (name and current phone number)
10.7 Project manager (name and current phone number)
10.8 Description of project and scope of work performed by bidder, more particularly
be specific as to what applies a similar character of work to this project
10.9 Initial contract value (at time of bid award)
10.10 Final cost of construction (including change orders)
10.11 Original scheduled completion date
10.12 Time extensions granted (number of days)
10.13 Actual date of completion
10.14 Number and amount of stop notices or mechanic’s liens filed
10.15 Amount of liquidated damages assessed against Bidder
10.16 Nature and resolution of any claim, lawsuit, and/or arbitration between Bidder
and the owner.
Part 3: Bonds and Insurance
1. Bidder’s current bonding capacity is: $__________.
2. Provide the following information regarding Bidder’s bond surety and bond agent:
Surety’s Name: _______________________________________________
NAIC#: ______________________________________________________
Address: ____________________________________________________
Phone: _____________________
Surety’s A.M. Best Ratings for financial size and strength: _____________
Is surety an admitted surety in California? _____ Yes _____ No
Bond agent name, address and phone:
____________________________________________________________
____________________________________________________________
Percentage rate paid for payment, performance and warranty bonds: ___%
2018 Pavement Maintenance Phase 2 BIDDER’S QUESTIONNAIRE
Project No. 2019-102 Page 19
3. Provide the following information regarding Bidder’s insurance policies and insurers:
Commercial General Liability:
Insurer name, address and phone: ________________________________________
____________________________________________________________________
NAIC#: ______________________________________________________________
Insurer A.M. Best’s rating for financial size and financial strength: ________________
Policy number and expiration date: ________________________________________
Coverage limits: $____________ per occurrence, and $_____________ aggregate
Automobile Liability:
Insurer name, address and phone: ________________________________________
____________________________________________________________________
NAIC#: ______________________________________________________________
Insurer A.M. Best’s rating for financial size and financial strength: ________________
Policy number and expiration date: ________________________________________
Coverage limits: $____________ per occurrence, and $_____________ aggregate
Workers’ Compensation:
Insurer name, address and phone: ________________________________________
____________________________________________________________________
NAIC#: ______________________________________________________________
Insurer A.M. Best’s rating for financial size and financial strength: ________________
Policy number and expiration date: ________________________________________
Coverage limits: $____________ per occurrence, and $_____________ aggregate
Excess or Umbrella Liability:
Insurer name, address and phone: ________________________________________
____________________________________________________________________
NAIC#: ______________________________________________________________
Insurer A.M. Best’s rating for financial size and financial strength: ________________
Policy number and expiration date: ________________________________________
Coverage limits: $____________ per occurrence, and $_____________ aggregate
2018 Pavement Maintenance Phase 2 BIDDER’S QUESTIONNAIRE
Project No. 2019-102 Page 20
Part 4: Verification
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. City is hereby authorized to
obtain a credit report(s) or conduct additional investigation to verify the information provide d
above or additional information that City deems relevant to its determination of whether Bidder is
a “responsible bidder,” as that term is defined in Public Contract Code section 1103. I declare
under penalty of perjury under the laws of the State of California that th e foregoing is true
and correct.
Signature: ______________________________ Date: ________________
By: _______________________________________________________________
Name and Title
END OF BIDDER’S QUESTIONNAIRE
2018 Pavement Maintenance Phase 2 CONTRACT
Project No 2019-102 Page 21
Contract
This public works contract (“Contract”) is entered into by and between the City of Cupertino
(“City”), a municipal corporation, and ______________________________________
(“Contractor”), for work on the 2018 Pavement Maintenance Phase 2 Project (“Project”).
The parties agree as follows:
1. Award of Contract. In response to the Notice Inviting Bids, Contractor has submitted a
Bid Proposal and accompanying Bid Schedule, a copy of which is attached for convenience
as Exhibit A, to perform the Work to construct the Project. On _____________, 20___, 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 following:
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 Bond, Performance Bond and, if required, a Warranty Bond;
2.7 General Conditions;
2.8 Special Conditions;
2.9 Project Drawings and Specifications;
2.10 Change Orders, if any;
2.11 Notice of Award;
2.12 Notice to Proceed;
2.13 City of Cupertino Standard Details; and
2.14 The following: General Requirements, Estimated Quantities, Work Hour
Restrictions
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, and
utilities, unless otherwise specified in the Contract Documents. Contractor must use its best
efforts to 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 $___________________ (“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 within 45
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 $ 1000 per day for each day of
2018 Pavement Maintenance Phase 2 CONTRACT
Project No 2019-102 Page 22
unexcused delay in 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.
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 under Labor Code section 1725.5,
subject to limited legal exceptions.
8. Workers’ Compensation Certification. Under Labor Code section 1861, by signing this
Contract, Contractor certifies as follows: “I am aware of the provisions of Labor Code
section 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 policy or in violation of any California law, including under Government
Code section 1090 et seq. and under the Political Reform Act as set forth in Government
Code section 81000 et seq. and its accompanying regulations. No officer, official,
employee, consultant, or other agent of the City (“City Representative”) may have,
maintain, or acquire a “financial interest” in the Contract, as that term is defined under the
Political Reform Act (Government Code section 81000, et seq., and regulations
promulgated thereunder); or under Government Code section 1090, et seq.; or in violation
of any City ordinance or policy while serving as a City Representative or for one year
thereafter. 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.
2018 Pavement Maintenance Phase 2 CONTRACT
Project No 2019-102 Page 23
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 (or comparable) file.
Notice is deemed effective upon delivery unless otherwise specified. Notice for each party
must be given as follows:
City:
Name: City of Cupertino
Address: 10300 Torre Avenue
City/State/Zip: Cupertino, CA 95014
Phone: (408) 777-3354
Attn: Director of Public Works
Email: <____________________________________>
Copy to: <__________________________________>
Contractor:
Name:_____________________________________
Address:___________________________________
City/State/Zip:_______________________________
Phone:_____________________________________
Attn:_______________________________________
Email:______________________________________
Copy to:____________________________________
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 except as expressly provided in the General Conditions or Special
Conditions.
12.3 Governing Law and Venue. This Contract will be governed by California law and
venue will be in the Superior Court of Santa Clara County, and no other place.
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, or portion of a provision,
is determined to be illegal, invalid, or unenforceable, the remaining provisions of
the Contract Documents will remain in full force and effect.
12.7 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
2018 Pavement Maintenance Phase 2 CONTRACT
Project No 2019-102 Page 24
binding on that party. If Contractor is a corporation, signatures from two officers of
the corporation are required pursuant to California Corporation Code section 313.
[Signatures are on the following page.]
2018 Pavement Maintenance Phase 2 CONTRACT
Project No 2019-102 Page 25
The parties agree to this Contract as witnessed by the signatures below:
CONTRACTOR
______________________________ CITY OF CUPERTINO
<insert full name of Contractor above> A Municipal Corporation
By By ___________________________
Name_______________________ Timm Borden
Title Director of Public Works
Date _______________________ Date________________________
By
Name_______________________
Title
Date _______________________
APPROVED AS TO FORM:
By ____________________________
Name__________________________
City Attorney
Date___________________________
ATTEST:
_____________________________
Grace Schmidt
City Clerk
Date____________________________
Contract Amount: _________________
P.O. No. ________________________
Account No. _____________________
END OF CONTRACT
2018 Pavement Maintenance Phase 2 PAYMENT BOND
Project No. 2019-102 Page 26
Payment Bond
The City of Cupertino (“City”) and ________________________ (“Contractor”) have entered into
a contract, dated _________________, 20___ (“Contract”) for work on the 2018 Pavement
Maintenance Phase 2 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 sections 9550, et seq.
2. Surety’s Obligation. If Contractor or any of its Subcontractors fails to pay a person
authorized in California Civil Code section 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 section
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 section 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 sections 2819 and 2845. City waives the requirement of a new
bond for any supplemental contract under Civil Code section 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: ___________________________________________________
Fax: ______________________________________________________
Email: ____________________________________________________
6. Law and Venue. This Bond will be governed by California law, and any dispute pursuant
to this Bond will be venued in the Superior Court of Santa Clara County in which the Project
is located, 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.
2018 Pavement Maintenance Phase 2 PAYMENT BOND
Project No. 2019-102 Page 27
7. Effective Date; Execution. This Bond is entered into and is effective on __________,
20__.
SURETY: _________________________________________________________________
Business Name
s/ ________________________________________________
__________________________________________________
Name/Title
(Acknowledgment with Surety’s Notary Seal and Surety’s Power of Attorney must be attached.)
CONTRACTOR: ____________________________________________________________
Business Name
s/ _______________________________________________
_________________________________________________
Name/Title
s/ _______________________________________________
_________________________________________________
Name/Title
END OF PAYMENT BOND
2018 Pavement Maintenance Phase 2 PERFORMANCE BOND
2019-102 Page 28
Performance Bond
The City of Cupertino (“City”) and __________________________ (“Contractor”) have entered
into a contract, dated _________________, 20____ (“Contract”) for work on the 2018 Pavement
Maintenance Phase 2 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
$__________________. By executing this Bond, Contractor and Surety bind themselves
and their respective heirs, executors, administrators, successors and assigns, jointly and
severally, to the provisions of this Bond.
2. Surety’s Obligations. If Contractor fully performs its obligations under the Contract,
including its warranty obligations under the Contract, and Contractor has timely provided a
warranty bond as required under the Contract. Surety’s obligations under this Bond will
become null and void upon City’s acceptance of the Project, excluding any exceptions to
acceptance, if any. Otherwise Surety’s obligation will remain in full force and effect until
expiration of the one year warranty period under the Contract.
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 sections 2819 and
2845.
4. Application of Contract Balance. Upon making a demand on this Bond, City will make
the Contract Balance available to Surety for completion of the W ork 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 back charges to which City is entitled under the
terms of the Contract.
5. Contractor Default. Upon written notification from City that Contractor is in 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 W ork 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:
2018 Pavement Maintenance Phase 2 PERFORMANCE BOND
2019-102 Page 29
Attn: _____________________________________________________
Address: __________________________________________________
City/State/Zip: ______________________________________________
Phone: ___________________________________________________
Fax: ______________________________________________________
Email: ____________________________________________________
8. Law and Venue. This Bond will be governed by California law, and any dispute pursuant
to this Bond will be venued in the Superior Court for Santa Clara County in which the
Project is located, 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/ _______________________________________________________________
________________________________________________________________
Name/Title [print]
(Acknowledgment with Notary Seal for Surety and Surety’s Power of Attorney must be attached.)
CONTRACTOR: ___________________________________________________
Business Name
s/ _______________________________________________________________
________________________________________________________________
Name/Title
s/ _______________________________________________________________
________________________________________________________________
Name/Title
END OF PERFORMANCE BOND
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 30
General Conditions
Article 1 – Definitions
Definitions. The following definitions apply to all of the Contract Documents unless otherwise
indicated. 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 City of Cupertino, 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.
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 Award and Notice to Proceed; the
payment, performance and warranty bonds; the General Conditions; the Special Conditions; the
Project Drawings and Specifications; any Change Orders; and any other documents expressly
made part of the Contract Documents.
Contract Price means the total compensation to be paid to Contractor for performance of the
Work, as set forth in the Contract and as 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.
Design Professional means the licensed individual(s) or firm(s) retained by City to provide
architectural or engineering 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.
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 31
DIR means the California Department of Industrial Relations.
Drawings means the City-provided plans and graphical depictions of the Project requirements,
and does not include Shop Drawings.
Engineer means the City Engineer for the City of Cupertino and his or her authorized delegees.
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
warranty bond, 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 pursuant to the Contract Documents, including
liquidated damages, up to 125% of the amount of any unreleased stop notice, amounts su bject to
setoff, up to 150% of any unresolved third-party claim for which Contractor is required to
indemnify City, and up to 150% of any amount in dispute as authorized by Public Contract Code
section 7107.
Furnish means to purchase and deliver for the Project.
Hazardous Materials means any substance or material identified now or in the future as
hazardous under any federal, state, or local law or regulation, or any other substance or material
that may be considered hazardous or otherwise subject to statutory or regulatory requirements
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 applicable codes, regulations, and permits.
Install means to fix in place for materials, and to fix in place and connect for equipment.
Plans has the same meaning as Drawings.
Project means the public works project referenced in the Contract.
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.
Request for Information or RFI means Contractor’s written request for information submitted to
City, in the manner and format specified by City, about the Contract Documents, the Work or the
Project.
Section as used in these General Conditions, means a numbered Section of the General
Conditions, unless otherwise indicated by the context, e.g., statutory references.
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 32
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 Drawings and
Specifications.
Specialty Work means Work that must be performed by a specialized Subcontractor with the
specified license or other special certification, and not by the Contractor.
Specifications means the technical, text specifications describing the Project requirements,
which are prepared for and incorporated into this Project 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, suppliers, fabricators, and equipment lessors
of all tiers, unless otherwise indicated by the context.
Technical Specifications means 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 or furlough days when City staff
is unavailable. If a holiday falls on a Saturday, the preceding Friday will be the holida y. If a
holiday falls on a Sunday, the following Monday will be the holiday.
Holidays observed by the City and furlough days are:
a. New Year’s Day, January 1;
b. Martin Luther King Jr.’s Birthday, third Monday in January;
c. Lincoln’s Birthday, February 12;
d. Presidents’ Day, third Monday in February;
e. Memorial Day, last Monday in May;
f. Independence Day, July 4;
g. Labor Day, first Monday in September;
h. Veterans’ Day, November 11;
i. Thanksgiving Day, as designated by the President;
j. The Day following Thanksgiving Day;
k. Christmas Day, December 25;
l. City Closure, December 24, 26, 27,28,29,30 and 31: and
m. Each day appointed by the Governor of California and formally recognized by the Santa
Clara County Board of Supervisors as a day of mourning, thanksgiving, or special
observance.
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 or fabrication .
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 33
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
conclusive within the scope of his or her authority, including interpretation of the Contract
Documents.
(C) 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 Contract Documents. The Design
Professional’s interpretation of the Drawings or Specifications is final and conclusive.
2.2 Contractor.
(A) General. Contractor must provide all labor, materials, supplies equipment and
services and incidentals necessary to perform and timely complete the Work in strict
accordance with the Contract Documents, and in an economic 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, 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 the 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. 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
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 34
and with no extension of Contract Time, until the 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; Compliance. 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 all applicable laws, regulations, codes, standards, and
permits, including Cit y’s municipal code, rules, and regulations, and any orders of the
administrative or judicial bodies with jurisdiction over the Work.
(F) Meetings. Contractor, its superintendent, and its major Subcontractors and
suppliers will be required to attend a Preconstruction Conference before beginning Work
on the Project, and will also be required to attend regular progress meetings, as further
specified below. City will notify Contractor in advance of the date, time, place and
required attendees for the Preconstruction Conference and progress meetings and will
provide and administer the agenda. Contractor is responsible for notifying its major
Subcontractors and suppliers, and other required attendees, as applicable, of the date,
time and place for the Preconstruction Conference and progress meetings; for providing
them with the City’s agenda; and for requiring their attendance at these meetings.
(1) Preconstruction Conference. The Preconstruction Conference agenda items
may include schedules, personnel and vehicle permit procedures, use of the
premises, locations for staging area(s) and jobsite trailers, security,
housekeeping, submittal and RFI procedures, Project forms and procedures,
inspection and testing procedures, utility shutdown procedures, control and
reference point procedures, injury and illness prevention program, Contractor’s
schedule of values, Contractor’s schedule of submittals, and such other matters
that the City deems necessary to address before the Work begins.
(2) Progress Meetings. During the course of the Project, progress meetings will
be conducted on a weekly basis by the City and at Contractor’s on-site office,
unless otherwise specified. Progress meeting agenda items may include review
of past meeting minutes, review of Work in progress since previous progress
meeting, schedule status and updates, status of submittals or change orders,
worker safety, and other such matters pertaining to the progress of the Work.
(G) 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.
(H) 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 or
equipment that do not conform to the requirements under the Drawings, 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.
However, City may elect to retain defective Work, and deduct the difference in value, as
determined by the Engineer, from payments otherwise due to Contractor.
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 35
(I) Contractor’s Records. Contractor must maintain all of its records relating to the
Project in any form, including paper documents, photos, videos and electronic records.
Project records subject to this provision include, but are not limited to, Project cost
records and records relating to preparation of Contractor’s bid.
(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 whet her the
expenditure is part of the original Contract Price, related to an executed Change
Order, or otherwise categorized by Contractor as Extra W ork. 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 records in an organized
manner for a period of four 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.
(J) Copies of Contract Documents. Contractor and its Subcontractors must keep
copies, at the Project site, of the Work-related documents, including the Contract,
permit(s), Drawings, Specifications, Addenda, Contract amendments, Change Orders,
RFIs and RFI responses, Shop Drawings, and any related written interpretations. The
Contract Documents, as-built drawings, and all Worksite copies must be available to
City for reference at all times.
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
(B) Contractual Obligations. Contractor must require every Subcontractor to be
bound to the provisions of the Contract Documents as they apply to the Subcontractor’s
portion(s) of the Work, and to likewise bind their subcontractors or suppliers. 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
City accepts 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 section 4107, Contractor is solely responsible
for all costs City incurs in responding to the request, including legal fees and costs to
conduct a hearing.
2.4 Coordination of Work.
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 36
(A) Concurrent Work. City reserves the right to perform or to have performed other
work on or adjacent to the Project site while the Work is being performed. 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 and subcontractors. 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) Defects. 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 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.
2.5 Submittals. Unless otherwise specified, Contractor must submit to the Engineer for
review and acceptance of 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 in the Special Conditions or elsewhere in the Contract Documents.
Unless otherwise specified, all submittals should be transmitted electronically using
standard commercial software programs.
(A) General. Contractor is responsible for ensuring that its submittals are complete,
legible, accurate and conform to the Contract Documents. Incomplete or illegible
submittals will be rejected and returned for resubmission. Contractor must use the
applicable forms provided or specified for use by the City, including the Project Forms
provided with the Contract Documents, and forms provided by City at the pre-
construction conference.
(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. If a
submittal remains non-compliant after being re-submitted for a second time, City may
back-charge Contractor for all further review time and additional administrative costs. For
City employees the hourly amount charged will be 2.5 times the employee’s direct hourly
payroll cost to the City. For consultants, the amount charged will be 1.25 times the
amount billed to the City for additional review and administrative time.
(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
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 37
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 Request for Information (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, on the same basis as excessive submittal review, under subsection
(D) (Required Corrections).
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
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.
Article 3 - Contract Documents
3.1 Interpretation of Contract Documents.
(A) Drawings and Specifications. The Drawings 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 Drawings 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 Con tract
Documents. In the event of a conflict between the Drawings and Specifications, the
Specifications will control. Detailed Drawings take precedence over general Drawings,
and large scale Drawings take precedence over smaller scale Drawings. Any
arrangement or division of the Drawings and Specifications into sections is for
convenience and is not intended to limit the Work required by separate trades. A
conclusion presented in the Drawings 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,
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 38
omission, or error in the Contract Documents, including under the Drawings or
Specifications, Contractor must immediately 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 defective Work that results. City will not extend the Contract
Time due to Contractor’s failure to submit a timely RFI to the Engineer.
(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 at the
Worksite before ordering any material or performing any Work, and will be responsible for
the correctness of those measurements.
(F) Limitations. Any arrangement or division of the Drawings and Specifications
into sections is for convenience and is not intended to limit the Work required by separate
trades. A conclusion presented in the Drawings 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 backgr ound information in
City’s possession that is necessary for Contractor to form its own conclusions.
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:
(A) Change Orders;
(B) Addenda;
(C) Contract;
(D) Notice to Proceed;
(E) Notice of Award;
(F) Special Conditions;
(G) General Conditions;
(H) Payment, Performance and Warranty Bonds;
(I) Specifications;
(J) Drawings;
(K) Contractor’s Bid Proposal and attachments;
(L) Notice Inviting Bids;
(M) Instructions to Bidders;
(N) The City of Cupertino’s Standard Details; and
(O) Any 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
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 39
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:
(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.
3.5 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 a 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.
Article 4 - Bonds, Indemnity, and Insurance
4.1 Payment and Performance Bonds. Within ten days following issuance of the Notice of
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, using the bond forms
included with the Contract Documents.
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 40
(A) Surety. Each bond must be issued by a surety admitted in California, and the
surety must have a financial rating from A.M. Best Company of A-, class 7 or better, or as
otherwise acceptable to the City. 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,
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 section 9201. Contractor’s indemnity obligations under this
Contract will survive the expiration or any early termination of the Contract.
4.3 Insurance.
Contractor shall procure and maintain for the duration of the contract, and for five years
following the completion of the Project, insurance against claims for injuries to persons
or damages to property which may arise from or in connection with the performance of
the Work hereunder by Contractor, its agents, representatives, employees or
subcontractors.
MINIMUM SCOPE AND LIMIT OF INSURANCE
Coverage shall be at least as broad as:
1. Commercial General Liability (CGL): Insurance Services Office (ISO) Form CG 00 01
covering CGL on an “occurrence” basis, written on a comprehensive general liability form,
and must include coverage for liability arising from Contractor’s or Subcontractor’s acts
or omissions, including Contractor’s protected coverage, blanket contractual, products
and completed operations, with limits of at least $2,000,000 per occurrence. The CGL
policy must protect against any and all liability for personal injury, death, property damage
or destruction, and personal and advertising injury. If a general aggregate limit applies,
either the general aggregate limit shall apply separately to this project/location (ISO CG
25 03 or 25 04) or the general aggregate limit shall be $4,000,000 which is twice the
required occurrence limit.
a. It shall be a requirement under this agreement that any available insurance proceeds
broader than or in excess of the specified minimum insurance coverage requirements
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 41
and/or limits shall be made available to the Additional Insured and shall be (1) the
minimum coverage/limits specified in this agreement; or (2) the broader coverage and
maximum limits of coverage of any insurance policy, whichever is greater.
b. Additional Insured coverage under Contractor's policy shall be "primary and non -
contributory," will not seek contribution from City’s insurance/self -insurance, and shall
be at least as broad as ISO CG 20 01 04 13
c. The limits of insurance required may be satisfied by a combination of primary and
umbrella or excess insurance, provided each policy complies with the requirements set
forth in this Contract. Any umbrella or excess insurance shall contain or be endorsed to
contain a provision that such coverage shall also apply on a primary and non-
contributory basis for the benefit of City before the City’s own insurance or self-
insurance shall be called upon to protect City as a named insured.
2. Automobile Liability: ISO Form CA 00 01 covering any auto (Code 1), or if Contractor has
no owned autos, then hired autos (Code 8) and non-owned autos (Code 9), with limit no less
than $2,000,000 per accident for bodily injury and property damage.
3. Workers’ Compensation: As required by the State of California, with Statutory Limits,
and Employer’s Liability Insurance of no less than $1,000,000 per accident for bodily injury or
disease, or as otherwise required by statute. If Contractor is self-insured, Contractor must
provide a Certificate of Permission to Self-Insure, duly authorized by the DIR.
☐ N/A if box checked (Contractor provides signed, written verification it has no
employees).
4. Professional Liability with limits no less than $1,000,000 per occurrence or claim, and
$2,000,000 aggregate.
☒ N/A if box checked (Contract is not design/build).
5. Builder’s Risk. Course of Construction insurance utilizing an “All Risk” (Special Perils)
coverage form, with limits equal to the completed value of the project and no coinsurance
penalty provisions.
☒ N/A if box checked (Project does not involve construction or
improvements/installations to property).
6. Contractors’ Pollution Legal Liability and/or Asbestos Legal Liability and/or Errors and
Omissions with limits no less than $1,000,000 per occurrence or claim, and $2,000,000
policy aggregate.
☒ N/A if box checked (Project does not involve environmental hazards).
If Contractor maintains broader coverage and/or higher limits than the minimums shown above,
City shall be entitled to the broader coverage and/or higher limits maintained by Contractor. Any
available insurance proceeds in excess of the specified minimum limits of insurance and
coverage shall be available to the City.
City reserves the right to modify these insurance requirements based on Contractor’s prior
experience, insurer, coverage, and considering the nature of the risk involved in the work and
other circumstances. Contractor should discuss these requirements with its insurer and the
designated Public Works Agency representative.
Self-Insured Retentions. Self-insured retentions must be declared to and appro ved by City. At
City’s option, either :(1) Contractor shall cause the insurer to reduce or eliminate self -insured
retentions as respects City, its officers, officials, employees, and volunteers; or (2) Contractor
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 42
shall provide a financial guarantee satisfactory to City guaranteeing payment of losses and related
investigations, claim administration, and defense expenses. The policy language shall provide, or
be endorsed to provide, that the self -insured retention may be satisfied by either the named
insured or the City.
OTHER INSURANCE PROVISIONS
The insurance policies are to contain, or be endorsed to contain, the following provisions:
Additional Insured Status
The City of Cupertino, its City Council, officers, officials, employees, agents, servants and
volunteers are to be covered as additional insureds on the CGL policy with respect to liability
arising out of the Services performed by or on behalf of Contractor including materials, parts, or
equipment furnished. Endorsement of CGL coverage shall be at least as broad as ISO Form CG
20 10 11 85 or if not available, through the addition of both CG 20 10, CG 20 26, CG 20 33, or
CG 20 38; and CG 20 37 if a later edition is used.
Primary Coverage
For any claims related to this Project, Contractor’s insurance coverage shall be “primary and
non-contributory” and at least as broad as ISO CG 20 01 04 13 with respect to City, its officers,
officials, employees and volunteers, and shall not seek contribution from City’s insurance. If the
limits of insurance are satisfied in part by Umbrella/Excess Insurance, the Umbrella/Excess
Insurance shall contain or be endorsed to contain a provision that such coverage shall also apply
on a “primary and non-contributory” basis for the benefit of City.
Notice of Cancellation
Each insurance policy required shall provide that coverage shall not be canceled, except with
notice to the City. Each certificate of insurance must state that the coverage afforded by the policy
is in force and will not be reduced, cancelled or allowed to expire without at least 30 days advance
written notice to City, unless due to non-payment of premiums, in which case ten days advance
written notice must be provided to City. Such notice must be sent to City via certified mail and
addressed to the attention of the City Manager.
Builder’s Risk
Contractor may submit Builder’s Risk insurance in the form of Course of Construction coverage,
which shall name the City as a loss payee, as its interest may appear. Policy limits must be
per occurrence and for all-risk coverage on a 100% completed value basis on the insurable
portion of the Project, with no coinsurance penalties, and for the benefit of City. If the Project does
not involve new or major reconstruction, City may elect in its sole discretion to accept an
Installation Floater policy instead of Builder’s Risk. For such projects, the Property Installation
Floater shall include improvement, remodel, modification, alteration, conversion or adjustment to
existing buildings, structures, processes, machinery and equipment, and shall provide property
damage coverage for any building, structure, machinery or equipment damaged, impaired,
broken, or destroyed during the performance of the Work, including during transit, installation,
and testing at the City’s site.
Waiver of Subrogation
Each required policy must include an endorsement providing that the carrier agrees to waive any
right of subrogation it may have against City. Contractor agrees to waive rights of subrogation
which any insurer of Contractor may acquire from Contractor by virtue of the payment of any loss.
Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of
subrogation. The Workers’ Compensation policy shall be endorsed with a waiver of subrogation
in favor of the City for all work performed by the Contractor, its employees, agents and
subcontractors.
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 43
Acceptability of Insurers
Insurance must be issued by insurers acceptable to City and licensed to do business in the State
of California, and each insurer must have an A.M. Best’s financial strength rating of “A-” or better
and a financial size rating of “VII” or better.
Verification of Coverage
Contractor shall furnish the City with original certificates and amendatory endorsements, or
copies of the applicable insurance language, effecting coverage required by this contract. All
certificates and endorsements are to be received and approved by the City before work
commences. The City reserves the right to require complete, certified copies of all required
insurance policies, including endorsements, required by these specifications, at any time.
Subcontractors
Contractor shall require and verify that all subcontractors maintain insurance meeting all the
requirements stated herein, and Contractor shall ensure that City is an additional insured on
insurance required from subcontractors. For CGL coverage subcontractors shall provide
coverage with a form at least as broad as CG 20 38 04 13.
Claims Made Policies
If any coverage required is written on a claims-made coverage form:
1. The retroactive date must be shown, and this date must be before the execution date of the
contract or the beginning of contract work.
2. Insurance must be maintained and evidence of insurance must be provided for at least five (5)
years after completion of contract work.
3. If coverage is canceled or non-renewed, and not replaced with another claims-made policy
form with a retroactive date prior to the contract effective, or start of work date, the Contractor
must purchase extended reporting period coverage for a minimum of five (5) years after
completion of contract work.
4. A copy of the claims reporting requirements must be submitted to the Entity for review.
5. If the services involve lead-based paint or asbestos identification/remediation, the Contractors
Pollution Liability policy shall not contain lead-based paint or asbestos exclusions. If the services
involve mold identification/remediation, the Contractors Pollution Liability policy shall not contain
a mold exclusion, and the definition of Pollution shall include microbial matter, including mold.
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) Notice to Proceed. 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. The Notice to
Proceed will not be issued until Contractor has executed and returned the Contract, the
required bonds, insurance certificates and endorsements and any other submittals
required prior to issuance of the Notice to Proceed, subject to City’s approval of all such
documents. Contractor may not begin performing Work on the Project Site before the
date authorized in the Notice to Proceed. After receiving the Notice to Proceed,
Contractor must notify the City in writing of the date Contractor intends to begin Work on
the Project, at least 24 hours in advance of beginning the Work. 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 that
must be provided or performed before issuance of the Notice to Proceed.
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 44
(B) 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
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 Special Conditions),
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 W ork 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 must, within seven days, correct the
schedule to address them.
(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
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.
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 45
(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
waiver of any claims for Excusable Delay or loss of productivity arising when
Contractor is out of compliance, subject only to the limits of Public Contract Code
section 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 maintain a copy of the most current City-
accepted progress or recovery schedule posted prominently 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 dec rease 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.
(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
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 46
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. 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.
(C) 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 ra infall averages, for the
preceding ten years;
(2) Contractor’s failure to order equipment and materials sufficiently in advance
of the time needed for timely completion of the Work;
(3) Contractor’s failure to provide adequate notification to utility companies or
agencies for connections or services necessary for the timely perform ance and
completion of the Work;
(4) foreseeable conditions which Contractor could have ascertained from
reasonably diligent inspection of the Worksite or review of the Contract
Documents or other information provided or available to Contractor; or
(5) Contractor’s financial inability to perform the Work, including insufficient
funds to pay its Subcontractors or suppliers.
(D) Compensable Delay. Pursuant to Public Contract Code section 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”).
(E) Concurrent Delay. Contractor is not entitled to an extension of Contract Time or
recovery of costs for any Compensable Delay that is concurrent with Non-Excusable
Delay.
(F) Weather Delay. 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 Worksite cleanup
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.
(1) Based on historic records for the Project location from the Western
Regional Climate Center, Contractor’s schedule should assume the following
number of normal Weather Delay Days and precipitation for each month:
Month # Normal Weather Precipitation
Delay Days
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 47
January 6 2.86
February 6 2.66
March 6 2.29
April 3 1.20
May 1 0.44
June 0 0.10
July 0 0.02
August 0 0.07
September 1 0.19
October 2 0.76
November 4 1.51
December 5 2.43
Total 34 14.53
(2) 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 set forth in Section 5.3(F)(1) above, subject
to the following limitations:
a. Contractor must fully comply with the applicable procedures in
Article 5 and 6 of these General Conditions regarding requests to modify
the Contract Time.
b. Normal Weather Delay Days which do not occur during a given
month do not carry over to another month.
c. 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.
(G) 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.
(H) 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 reques t 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-
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
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 48
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 supp orting 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 d elay 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 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 C ontract Code section
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 working 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.
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 section 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.
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 49
(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 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,
or for defective materials or workmanship.
Article 6 - Contract Modification
6.1 Contract Modification and Changes in Work. Modifications to the Contract are valid
and legally binding only if duly authorized by a written and signed Change Order. City
may also make changes in the Work without invalidating the Contract. City may direct
changes in the Work, which may include Extra Work as set forth in subsection (B) below,
deletion or modification of portions of the Work , or other modifications determined by
City, acting in its sole discretion, to be in City’s best interest. Pursuant to section 3.23.170
of the Cupertino Municipal Code, City reserves the right to delete up to 25% of the Work.
Any change in the Work, whether directed by City or pursuant to Contractor’s request for
a Change Order under Section 6.2 below, will not be a valid and binding change to the
Contract unless it is formalized in a Change Order, which may include commensurate
changes in the Contract Price or Contract Time as app licable. 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 pursuant to Public Contract
Code section 7101 based on cost reduction changes or “value engineering,” unless
otherwise specified in the Special Conditions, or unles s expressly authorizing in advance
in writing by City.
(A) 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 W ork 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. 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
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 50
dispute, as directed by City. 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.
(B) 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 W ork. 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 W ork. 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.
(C) 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.
(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.
(D) Required Form. Contractor must use City’s form(s) for submitting all Change
Order requests or proposals, unless otherwise specified by City.
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 51
(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 com prehensive
and complete as to the Work or changes referenced herein, and agrees that any
costs, expenses, or time extension request not included herein is deemed
waived. Contractor understands that submission of claims which have no basis
in fact or which Contractor knows to be false may violate the False Claims Act,
as set forth in Government Code sections 12650 et seq.”
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, but in the order
provided with unit pricing taking precedence over the other methods:
(A) Unit Pricing. Amounts previously provided by Contractor in the form of unit
prices, either in a bid schedule or schedule of values, will apply if unit pricing has
previously been provided in Contractor’s accepted bid schedule or schedule of values for
the affected Work. No additional markup for overhead, profit, or other indirect costs will
be added to the calculation.
(B) Lump Sum. A mutually agreed upon lump sum for the affected Work with no
additional markup for overhead, profit, or other indirect costs.
(C) Time and Materials. On a time and materials basis, including allowed markup
for overhead, profit, and all other indirect costs, and which may include a not-to-exceed
limit, calculated as the total of the following sums:
(1) All direct labor costs plus 15% markup;
(2) All direct material costs, including sales tax, plus 15% markup;
(3) All direct plant and equipment rental costs, plus 15% markup;
(4) All direct subcontract costs plus ten percent markup; 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
amount of compensation or added 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 full y comply with the provisions
of this Article. Contractor will not be paid for unauthorized Extra W ork.
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 52
Article 7 - General Construction Provisions
7.1 Permits and Taxes.
(A) General. Contractor must obtain and pay for all permits, fees, or licenses
required to perform the Work , except that if a City building permit is required, no fee will
be charged. 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 notices, permits, licenses, and renewals required for the Work.
(B) Federal Excise Tax. 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 material 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
approved by the City prior to installation.
(A) Standards. Temporary facilities must be safe and adequate for the intended
use, and installed and maintained in accordance with all applicable federal, state, and
local laws, codes, and regulations.
(B) Screening. Contractor must fence and screen the Project site and staging area,
and its operation must minimize inconvenience to neighboring properties and be
approved by the City.
(C) Utilities. Contractor must install and maintain the light, power, water and all other
utilities required for the Project site, including the piping, wiring, lamps and related
equipment necessary to perform the Work.
(D) 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.
(E) Additional Requirements. Additional provisions pertaining to temporary facilities
may be included in the Specifications or Special Conditions.
7.3 Noninterference and Additional Work Areas. 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 notify the affected parties 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 Work areas, easements,
and temporary facilities necessary to access and perform the Work.
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 53
(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.
7.4 Signs. No signs may be displayed on or about City’s property, except signage which is
required by law or by the Contract Documents, without City’s prior written approval as to
size, design, and location.
7.5 Worksite 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 notice of completion has been recorded. Except as
specifically authorized by City, Contractor must confine its operations to the area of the
Project site indicated in the Drawings. 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. In addition, Contractor is responsible for damage caused by its 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, the Project site, City’s real or personal property, and the real
or personal property of adjacent or nearby property owners.
(2) Cupertino Sanitary District and the City of Sunnyvale own and operate
wastewater systems within Cupertino and they may not be interrupted. If the
Work disrupts existing sewer facilities, Contractor must immediately notify City to
determine who owns the system and establish a plan, subject to the systems
owner’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.
(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.
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 54
(C) Unforeseen Conditions. If Contractor encounters facilities, utilities, or other
unknown conditions not shown on or reasonably inferable from the Drawings or apparent
from inspection of the Project site, Contractor must immediately notify the City and
promptly submit a Request for Information to 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 law.
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 equipm ent. 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 below.
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
promptly notify City of any defects discovered in City-provided materials or equipment.
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) Existing City Equipment. Contractor will carefully remove all existing
equipment from the Worksite. If the City specifies or indicates that equipment is to be
salvaged and reused or to remain the property of City then the Contractor will reuse or
return the equipment to the City. Contractor will store and protect salvaged equipment
specified to be reused in the Work. Contractor will delivery to the City in good condition
the equipment that is to remain City property but not be reused in the Work.
(1) If an item specified to be salvaged is damaged during its removal,
storage, or handling through carelessness or improper procedures, then
Contractor will replace that equipment in kind or with a new item. For those items
specified to be salvaged Contractor may choose to instead furnish and install
new equipment, in which case the original, removed items will become
Contractor’s property. Existing materials and equipment removed by Contractor
will only be reused in the Work if so specified or indicated by the Cit y.
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 55
(D) 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.
(E) Certificate of Compliance. When a Certificate of Compliance is specified, or for
any material or item (“material”) produced or assembled outside of the United States,
Contractor must submit a Certificate of Compliance before incorporating that material into
the Project. A Certificate of Compliance must be submitted for each lot of material
delivered to the Project site, and in a form acceptable to the Engineer, identifying the
material, its source, and the lot. Each Certificate of Compliance must be signed by the
material producer stating that the material fully complies with the applicable requirements
of the Specifications. Submission of a Certificate of Compliance will not limit Contractor’s
continuing obligation to use only materials that conform with the requirements of the
Contract Documents. Any materials furnished pursuant to a Certificate of Compliance
may be inspected or tested at any time by City, subject to the inspection and testing
provisions of Article 7, and defective or non-conforming material may be rejected at any
time, even if already installed.
(F) Site Materials. Except as otherwise specified, City retains full ownership of and
all rights to use any water, soil, stone, gravel, sand, minerals or other materials (“Site
Materials”) on City property, including the Project site, and including any site materials
that have been extracted, excavated, or otherwise affected or made accessible by
performance of the Work. However, City, acting in its sole discretion, may provide written
authorization in the Specifications or in a Change Order for Contractor to make use of or
incorporate specified Site Materials in the Work.
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.
(B) Request for Substitution. A 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. The request must be submitted on the City’s Substitution Request Form.
(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, including testing using methods
acceptable to City. 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
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 56
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 Inspection and Testing.
(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 W orksite, including at shops and yards as well as at the
Project site, or at the plant of a manufacturer of materials or items to be incorporated into
the Work. 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 inspection.
(B) Scheduling and Notification. Contractor must cooperate with City in
coordinating the inspections and testing. Contractor must submit samples of materials,
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 in writing no later than two
Working Days before any inspection or testing is being requested, 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 seek, in writing, Engineer’s approval
at least two Working Days in advance. 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 and Inspector, may be deducted from payments otherwise due to
Contractor.
(C) Responsibility for Costs. City will bear the initial cost of inspection and testing
to be performed by independent inspections and/or testing consultants retained by City,
subject to the following exceptions:
(1) Contractor will be responsible for the costs of any subsequent inspections
and/or tests which are required to substantiate compliance with the Contract
Documents, and any associated remediation costs.
(2) Contractor will be responsible for inspection and testing costs, at the rate
charged by the consultant retained by the City to provide inspection and testing
services, and for inspection and testing 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
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 57
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. All Work and materials must conform with the lines,
grades, typical cross sections, dimensions, material requirements, and tolerances shown
or described by the Drawings and Specifications. City, acting in its sole discretion, will
determine whether Work or materials conform with the Drawings and Specifications,
including allowable deviations. City’s determination as to conformity or allowable
deviations is final. 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) Plant Inspection. If specified in the Contract Documents, or upon written
request by City, Contractor must use its best efforts to facilitate and arrange for City’s
inspection, sampling or testing of materials or items required for the Work at the plant or
facility from which the materials or items are to be obtained. Contractor’s best efforts
must include contacting the producer or manufacturer on a timely basis to schedule
inspection by City’s selected representative, including appropriate access and any safety
equipment, all at no cost to City. The inspection must be scheduled sufficiently in
advance of the planned shipping or production date to allow for alternative arrangements
if the City determined that the materials or items do not meet the requirements of the
Drawings and Specifications. Nothing in this provision obligates City to inspect materials
or items at the source plant or facility.
(G) Final Inspection. The provisions of this Section 7.8 apply to final inspection
under Article 11, Completion and Warranty Provisions.
7.9 Worksite 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 and neat condition and in compliance with all regulatory requirements for air quality
and dust control. 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) Protection of Existing Property, Structures, and Utilities. If the Drawings
indicate existing above-grade and below-grade structures, drainage lines, storm drains,
sewers, water, gas, electrical, phone and data cable, and other similar items or utilities
known to the City, then Contractor will locate these known existing installations before
proceeding with trenching or other operations which may cause damage, will maintain
them in service where appropriate, and will repair any damage caused to them by the
Work, at no increase in the Contract Price.
(1) The Contractor may temporarily mark or paint the ground, pavement,
sidewalk, or any other improvements, but must not do so in a public right-of-way
or on the Site more than 30 days prior to the commencement of excavation work
performed in connection with an installation. Any mark or paint must be removed
from all surfaces, including any decorative work, within 30 days of the completion
of the excavation work. The Contractor is responsible for any expense
associated with damages caused by the Contractor’s mark or paint, including the
removal thereof.
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 58
(2) The Contractor will record the location and existence of pavement markers
and striping prior to construction, and will provide such records to the Engineer.
The Contractor will replace in kind any permanent paving marker or striping that
it removes or damages, or as marked in the Plans, at its expense.
(B) Air Emissions Control. Contractor must not discharge smoke or other air
contaminants into the atmosphere in violation of any applicable law, regulation or rule.
(C) 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 the Engineer 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
Worksite and any dirt deposited on public streets.
(D) 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,
waste 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.
(E) 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
City’s storm drain system.
(F) Completion. At the completion of the Work, Contractor must remove from the
Worksite all of its equipment, tools, surplus materials, waste materials and debris ,
presenting a clean and neat appearance. Before demobilizing from the Worksite,
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.
(G) 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
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 59
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 two bound copies and an
electronic PDF copy of 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.
(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 instruct City’s personnel in the
operation and maintenance of any complex equipment 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 Drawings which will be used
solely for the purpose of recording changes made in any portion of the original Drawings
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. Progress payments may be delayed, in whole or in part, 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 Drawings 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 approval as a condition precedent to Final Completion and
Final Payment.
7.12 Existing Utilities. As required by Government Code section 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 trunk line 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 Drawings or Specifications with reasonable accuracy,
and for equipment on the Project necessarily idled during such work. Contractor will not
be 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 operator
requirements in Government Code sections 4216 through 4216.5. Government Code
section 4216.2 requires that, except in an emergency, Contractor must contact the
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 60
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, and, if practical, Contractor must delineate with white
paint or other suitable markings the area to be excavated. 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 section 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
section 25117 of the Health and Safety Code, that is required to be removed to a
Class I, Class II, or Class III disposal site in accordance with the provisions of
existing law;
(2) Subsurface or latent physical conditions at the Worksite differing from those
indicated by information about the Worksite made available to bidders prior to the
deadline for submitting bids; or
(3) Unknown physical conditions at the Worksite of any unusual nature,
materially different from those ordinarily encountered and generally recogn ized
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 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 (A) above, 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 law which pertain to the resolution of disputes
between Contractor and City.
7.15 Trenching of Five Feet or More. As required by Labor Code section 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, 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
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 61
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.
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 stopp ed 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 W ork on a time and materials basis under Article 6, Contract
Modification. Any suspension of Work required due to discovery of Historic or
Archeological Items will be treated as a suspension for convenience under Article 13.
7.19 Recycling and Waste Disposal.
(A) Approved Recycling Facility. Contractor must dispose of all recyclable
materials at a recycling facility approved by the Engineer.
(B) Inert Solids and Plant Materials. Contractor must remove all asphalt concrete,
Portland cement concrete, aggregate base material, inert solids and any plant material
from the Project site and deposit at an approved recycling facility. Contractor must
conform the above material to an acceptable size and composition for recycling.
(C) Recyclable Materials. Contractor must recycle at least 65% of all materials at
an approved recycling facility.
(D) Waste Management Plan and Disposal Report. If the California Green
Building Standards Code applies to the Project, Contractor must submit to the City a
waste management plan prior to starting work. A disposal report is required upon
completion of the Project, for materials that are hauled by Contractor or by the City’s
franchised hauler. If a waste management plan is required it must be available
throughout the duration of the Project for examination by the City. Electronic submittals
are acceptable. The waste management plan must include the following:
(1) Project title and number;
(2) Identify the construction methods that will be employed to reduc e waste;
(3) Type of material(s) to be recycled, salvaged or landfilled;
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 62
(4) Specify if the waste will be sorted onsite or bulk-mixed; and
(5) Name and address of recycling facilit(ies) and landfill(s) to be used;
The disposal report must include the following:
(1) Project title;
(2) Date and time of disposal;
(3) Truck number;
(4) Type of material recycled, salvaged, or landfilled;
(5) Weight of material recycled, salvaged, or landfilled;
(6) Name and address of recycling facility or landfill;
(7) Certification or weight tags from facility;
(8) Weight tags for all material landfilled; and
(9) If the recycling goal is not met, provide an explanation, to be approved
by City, for why it was not met.
(E) Collection of Waste and Debris. Collection of garbage, mixed non-organic
recyclables, organic waste, and any construction or demolition materials in debris boxes,
compactors, or bin-by-the-day services that are not City franchisees or otherwise agents
of the City is prohibited. Notwithstanding the above, Contractor must dispose of debris
from the Project in one of the following:
(1) Franchised hauler bin;
(2) A bin owned by Contractor or a demolition Subcontractor provided that it
is hauled by an employee of the Contractor or the demolition Subcontractor and
by a vehicle owned and registered to the Contractor or the demolition
Subcontractor; or
(3) Private truck with a bed.
(F) Recycling Containers. The disposal of garbage in containers designated for
compostable waste recycling is prohibited.
7.20 Storm Water Pollution Control
(A) Storm Drains. Contractor will comply with all state and federal storm water
regulations. Contractor will not allow any waste materials or pollutants to enter the storm
drainage system.
(B) Best Management Practices. Contractor must remove any waste found or
generated at the Project site using the appropriate Best Management Practices (BMPs),
and must properly dispose of the waste or pollutants off -site. If solid or liquid waste
materials or pollutants from the Project enter the storm drain system, Contractor must
immediately notify the City’s Environmental Services Division, and thoroughly clean up
the affected catch basins, storm sewer, and storm manholes to the satisfaction of the
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 63
Engineer. If Contractor fails to meet the requirements of this section, the City may issue
a stop-work notice and take necessary action to require Contractor to set up preventive
measures or clean up the storm drainage system. Contractor will bear all costs related to
the stop-work action and corrective work , and will not be entitled to an extension of the
Contract time for any resulting delay.
(C) Stormwater Permit. Contractor must control all water pollution pursuant to the
Contract Documents, the State Water Resources Control Board National Pollutant
Discharge Elimination System (“NPDES”) General Permit for Storm Water Discharges
Associated with Construction and Land Disturbance Activities (“Stormwater Permit”). 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 the same 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 applicable state, municipal or regional
laws, ordinances, rules or regulations governing discharge of stormwater, including
applicable municipal stormwater management programs.
(D) Failure to Comply with Stormwater Permit. Contractor must pay all costs and
liabilities imposed by law as a result of Contractor's failure to comply with the provisions
set forth in the Contract Documents. Such costs and liabilities include, but are not limited
to, fines, penalties, and damages, whether assessed against the City or Contractor,
including those levied under the Federal Clean Water Act and the State Po rter Cologne
Water Quality Act.
(E) Storm Water Pollution Prevention Plan Preparation. Contractor must
incorporate the following BMPs, as applicable, into a site-specific Storm Water Pollution
Prevention Plan (SWPPP) if required for this Project. The SWPPP must be approved by
the Engineer prior to construction.
(1) Non Hazardous Material/Waste Management.
a. Contractor must designate areas of the Project site suitable for
material delivery, storage, and waste collection that, to the maximum
extent practicable, are near construction entrances and away from catch
basins, gutters, drainage courses, and creeks.
b. Contractor must store granular material at least 10 feet away
from catch basin and curb returns.
c. Contractor must prevent granular material to enter the storm
drains or creeks.
d. During wet weather and when rain is forecast in the next 24
hours, Contractor must cover granular material with a tarpaulin and
surround the material with sand bags or other weights to ensure that
tarpaulin does not expose the material during wind and rain.
e. Contractor will use minimal amounts of water to control dust on a
daily basis or as directed by the Engineer.
f. At the end of each working day or as directed by the City,
Contractor must clean and sweep roadways and on-site paved areas of
all materials on or adjacent to the Worksite.
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 64
g. Throughout the working day and at the end of each working day,
or as directed by the City, Contractor must pick up litter, trash, scrap,
waste material, and debris from the Project site and any adjacent
sidewalk, curb, and gutter area. Contractor must keep the site and
perimeter free from cigarette butts and other litter.
h. Contractor must ensure that lids for trash receptacles are kept
closed and that trash receptacles are maintained in a manner that
prevents overflows.
i. Contractor must maintain a clean and litter-free area around all
trash receptacles on the site.
j. Contractor will not use water to flush down streets in place of
street sweeping or other dry methods of spill cleanup such as applying
absorbent, sweeping up material and disposing it in a waste bin.
k. In addition to Contractor’s obligation to recycle materials
pursuant to Section 7.19 of the General Conditions, Contractor must, to
the maximum extent practicable, reuse or recycle any useful construction
materials generated during the Project.
l. Contractor must inspect any waste and recycling receptacles for
leaks, and must contact the City’s trash hauling franchisee to
immediately replace or repair any leaking receptacles.
m. Contractor will not discharge water on-site as a result of cleaning
recycling or trash receptacles.
n. Contractor must arrange for regular waste collection before
receptacles overflow, and must adjust the frequency of service or the
receptacle size as needed to ensure that overflows do not occ ur.
(2) Hazardous Material/Waste Management.
a. Contractor must label and store all hazardous materials including
but not limited to pesticides, paints, thinners, solvents, and fuels; and all
hazardous wastes, including but not limited to waste oil and antifreeze; in
accordance with the City’s Hazardous Materials Storage Ordinance and
all applicable state and federal regulations.
b. Contractor must keep an accurate, up-to-date inventory,
including Materials Safety Data Sheets (MSDSs), of hazardous materials
and hazardous wastes stored on-site.
c. When rain is forecast within 24 hours or during wet weather, the
Contractor must not apply chemicals such as pesticides and cleaners, or
any materials that may potentially enter the storm drain system, in
outside areas.
d. Contractor must not over-apply pesticides or fertilizers and must
follow materials manufacturer’s instructions regarding uses, protective
equipment, ventilation, flammability, and mixing of chemicals. Over-
application of a pesticide constitutes a “label violation” subject to an
enforcement action by the Santa Clara County Agriculture Department.
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 65
e. Contractor must arrange for regular hazardous waste collection
to comply with all applicable time limits on storage of hazardous wastes.
f. Contractor must dispose of hazardous waste only at authorized
and permitted treatment, storage and disposal facilities, and must use
only licensed hazardous waste haulers to remove the waste off-site,
unless quantities to be transported are below applicable threshold limits
for transportation specified in state and federal regulations.
g. If Contractor’s business office is located in Santa Clara County,
Contractor may dispose of this waste through the Countywide Hazardous
Waste Program. Businesses generating less than 27 gallons or 220
pounds of hazardous waste per month are legally classified as
conditionally exempt small quantity generators (CESQGs). Information
on the CESQG program may be requested by calling the County at (408)
299-7300.
(3) Spill Prevention and Control.
a. Contractor must keep a stockpile of spill cleanup materials, such
as rags or absorbents, readily accessible on-site.
b. Contractor must immediately contain and prevent leaks and
spills from entering storm drains, and proper ly clean up and dispose of
the waste and cleanup materials, using dry methods to the extent
feasible. If the waste is hazardous, Contractor must handle the waste as
described in subsection (2) above.
c. Contractor will not wash any spilled material into streets, gutters,
storm drains, or creeks and will not bury spilled hazardous materials.
d. Contractor must report any hazardous materials spill by calling
911 and must notify the City’s Public Works Environmental Division at
408-777-3354.
(4) Vehicle/Equipment Cleaning.
a. Contractor will not perform vehicle or equipment cleaning on-site
or in the street using soaps, solvents, degreasers, steam cleaning
equipment, or equivalent methods.
b. Contractor must perform vehicle or equipment cleaning, with
water only, in a designated, bermed, pervious area that will not allow
rinse water to run offsite or into streets, gutters, storm drains, or creeks.
(5) Vehicle/Equipment Maintenance and Fueling.
a. Contractor will not perform maintenance and fueling of vehicles
onsite.
b. Contractor must perform maintenance and fueling of equipment
only when necessary, and in a designated, bermed area or over a drip
pan that will not allow run-on of storm water or runoff of spills.
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 66
c. Contractor must use secondary containment, such as a drip pan,
to catch leaks or spills any time that equipment fluids are dispensed,
changed, or poured.
d. Contractor must keep a stockpile of spill cleanup materials, such
as rags or absorbents, readily accessible on-site to clean up drips and
spills.
e. Contractor must clean up leaks and spills of vehicle or
equipment fluids immediately and dispose of the waste and cleanup
materials as hazardous waste, as described above.
f. Contractor will not wash any spilled material into streets, gutters,
storm drains, or creeks and shall not bury spilled hazardous materials.
g. Contractor must report any hazardous materials spill by calling
911. After the emergency has been reported, Contractor must notify the
City’s Public Works Environmental Division.
h. Contractor must inspect vehicles and equipment arriving on-site
for leaking fluids and shall promptly repair leaking vehicles and
equipment. Drip pans must be used to catch leaks until repairs are
made. Shut-off valves on equipment must be working properly.
i. Contractor must comply with federal, state and City requirements
for above-ground storage tanks.
(6) Contractor Training and Awareness.
a. Contractor must train all employees and Subcontractors on the
SWPPP requirements contained in these General Conditions.
b. Contractor must include appropriate provisions in its
subcontracts to ensure that these SWPPP requirements are met.
c. Contractor must post warning signs in areas treated with
chemicals.
d. Contractor must paint City-approved stencil or, preferably, apply
steel medallions to, any new catch basins with the “No Dumping, Flows
to Creek” stencil or medallion markers available from the City’s Public
Works Environmental Division.
(7) Activity-Specific Requirements. The following requirements apply if the
Project includes the listed activities.
a. Dewatering or Pumping Operations.
(i) Contractor must not discharge water to the storm drain
system. Water discharges must be directed to a pervious,
landscaped, or bioretention area where water will be infiltrated
without causing runoff, or routed to the sanitary sewer system
after obtaining a permit from Cupertino Sanitary District or
Sunnyvale Sanitary, depending on which has jurisdictional
authority, or contained using a Baker tank or other means to
collect the water for re-use or safe and legal disposal.
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 67
Contractor may contact the City’s Environmental Division for
more information on these control measures.
(ii) Contractor must obtain approval of the Engineer for any
control measure in advance.
(iii) Contractor must reuse water for other needs, including
but not limited to dust control or irrigation, to the maximum extent
practicable.
b. Paving Operations.
(i) When rain is forecast within 24 hours or during wet
weather, the Engineer may require that paving be delayed for
more suitable conditions.
(ii) The Engineer may direct Contractor to protect drainage
courses by using control measures, including b ut not limited to,
earth dike, straw bale, and sand bag, to divert runoff or trap and
filter sediment. Contractor must refer to California Storm Water
Best Management Practice Handbook for these control
measures.
(iii) Contractor must place drip pans or absorbent material
under paving equipment when not in use.
(iv) Contractor must securely cover catch basins and
manholes when paving or applying seal coat, tack coat, slurry
seal, or fog seal.
(v) Contractor must remove, clean and reapply or replace
catch basin covers as often as needed to ensure protection of
the storm drain system from any material other than rain.
(vi) Before Final Completion, Contractor must remove and
dispose of all catch basin covers and material trapped by the
covers. If Contractor fails to remove and dispose of the covers
and materials trapped, City reserves the right to delay final
inspection and/or deduct monies from payments due Contractor
to compensate the City for its additional costs for removal and
disposal of catch basin protection (BMPs).
(vii) If the paving operation includes an on-site mixing plant,
Contractor must comply with Santa Clara County General
Industrial Activities Storm Water Permit requirements.
(viii) Contractor must preheat, transfer or load hot bituminous
material away from drainage systems or watercourses.
(ix) Contractor will not sweep or wash down excess sand
(placed as part of a sand seal or to absorb excess oil) into
streets, gutters, storm drains, or creeks. Contractor must either
collect the sand and return it to the stockpile, or dispose of it in a
trash container. Contractor will not use water to wash down
fresh asphalt concrete pavement.
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 68
c. Saw Cutting.
(i) Contractor must use as little water as possible during
saw cutting and grinding operations.
(ii) Contractor must cover or barricade catch basins using
control measures, including but not limited to as filter fabric,
straw bales, sand bags, and fine gravel dams, to keep slurry out
of the storm drain system. When protecting a catch basin,
Contractor must ensure that the entire opening is covered.
Contractor must refer to California Storm Water Best
Management Practice Handbook for these control measures.
(iii) Contractor must remove, clean and reapply or replace
catch basin covers.
(iv) Before Final Completion, Contractor must remove and
dispose of all catch basin covers.
(v) Contractor must shovel, absorb or vacuum saw cut
slurry and pick up the waste prior to moving to the next location
or at the end of each working day, whichever is sooner.
(vi) If saw cut slurry enters catch basins, Contractor must
remove the slurry from the storm drain system immediately.
d. Traffic Detector Loop Installation and Repair.
(i) Contractor must protect nearby storm drain inlets prior to
cutting or flushing slot for traffic detector loops. Contractor must
block or berm around nearby storm drain inlets using sand bags
or an equivalent barrier or use absorbent materials such as
pads, pillows and socks to contain slurry.
(ii) Before Final Completion, Contractor must remove all
sand bags and equivalent barriers and absorbent materials from
the site and sweep the area clean and away from the storm drain
inlet.
(iii) Contractor must clean up residues by sweeping up as
much material as possible and must dispose of material properly.
e. Concrete, Grout and Mortar Waste Management.
(i) Contractor must avoid mixing excess amounts of fresh
concrete or cement mortar on-site.
(ii) Contractor must store concrete, grout and mortar away
from drainage areas and ensure that these materials do not
enter the storm drain system.
(iii) Contractor will not wash out concrete trucks or
equipment into streets, gutters, storm drains, or creeks.
(iv) Contractor must perform washout of concrete trucks or
equipment off-site or in a designated area on-site where the
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 69
water will flow onto dirt or into a temporary pit in a dirt area.
Contractor must let the water percolate into the soil and dispose
of the hardened concrete in a trash container. If a suitable dirt
area is not available, Contractor must collect the wash water and
remove it off-site.
(v) Contractor will prevent creating runoff by draining water
from washing of exposed aggregate concrete to a dirt area. If a
suitable dirt area is not available, Contractor must collect the
wash water and remove it off-site.
(vi) Before Final Completion, Contractor must remove all
protective measures and treatment materials and sweep the site
clean.
(vii) Contractor must collect and return sweepings from
exposed aggregate concrete to a stockpile or dispose of the
waste in a trash container.
f. Painting.
(i) Contractor must conduct cleaning of painting equipment
and tools in a designated area that will not allow run-on of storm
water or runoff of spills.
(ii) Contractor will not allow wash water from cleaning of
painting equipment and tools into streets, gutters, storm drains or
creeks.
(iii) Contractor will remove as much excess paint as possible
from brushes, rollers and equipment before starting cleanup.
(iv) To the maximum extent practicable and with permission
from Cupertino Sanitary District, Contractor will dispose of wash
water from aqueous cleaning of equipment and tools to the
sanitary sewer.
(v) If Contractor cannot dispose of wash water to the
sanitary sewer, Contractor must direct wash water onto dirt area
and spade in.
(vi) To the maximum extent practicable, Contractor will filter
paint thinner and solvents for reuse.
(vii) Contractor must dispose of thinners, solvents, oil and
water-based paint, and sludge from cleaning of equipment and
tools as hazardous waste, as described in these General
Conditions.
(viii) Contractor must store paint, solvents, chemicals, and
waste materials in compliance with the City of Cupertino
Hazardous Materials Storage Ordinance and all applicable state
and federal regulations. Contractor must store these materials in
a designated area that will not allow run-on of storm water or
runoff of spills.
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 70
(ix) Contractor must dispose of dry or empty paint cans and
buckets, old brushes, rollers, rags, and drop cloths in the trash.
g. Earthwork.
(i) Contractor must use the BMPs for erosion and
sedimentation in either the California Storm Water Best
Management Practice Handbook - Construction Activity or the
ABAG Manual of Standards for Erosion and Sediment Control
Measures.
h. Thermoplastic.
(i) Contractor must transfer and load hot thermoplastic
away from drainage systems or watercourses.
(ii) Contractor must sweep thermoplastic grindings into
plastic bags. Yellow thermoplastic grindings may require special
handling as they may contain paint.
i. Pesticide Usage and Pest Management.
(i) Contractor must follow all federal, state, and local
policies (including the City’s Integrated Pest Management
Policy), laws, and regulations governing the use, storage, and
disposal of pesticides and training of pest control advisors and
applicators.
(ii) Contractor must submit pest management control
methods to Engineer for approval. Such control methods may
include, but are not limited to: no controls; physical or
mechanical methods; environmental controls (mulching, pest-
resistant vegetation); biological controls (predators, parasites,
etc.); less toxic controls (soaps, oils, etc.); and hot water.
(iii) Contractor must notify and receive permission from the
Engineer and the Public Works Environmental Division before
applying any pesticides.
(iv) If permitted to use pesticides, Contractor must use the
least toxic pesticides available and the use and type of such
pesticides must be approved by the City. The City will consider
the LD50, overall risk to the applicator, and impact to the
environment when approving the use of pesticides.
(v) Contractor must apply pesticides at the appropriate time
to maximize their effectiveness and minimize the likelihood of
discharging non-degraded pesticides in stormwater runoff.
Contractor will not apply pesticides if rain is expected.
(vi) Contractor must mix and apply only as much material as
is necessary for treatment. Contractor must calibrate application
equipment prior to and during use to ensure desired application
rate.
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 71
(vii) Contractor will not mix or load pesticides in application
equipment adjacent to a storm drain inlet culvert or watercourse.
(viii) Contractor will not use Clopyralid, Diazinon,
Chlorpyrifos, Chloradane, DDT, Dieldrin or other
organophosphates. Fipronil and pyrethroids including, but not
limited to Deltamethrin and Bifenthrin, will not be applied on City
property.
(ix) Contractor must submit monthly summaries of pesticide
use to the Public Works Environmental Division on appropriate
City form. Information provided must include, at a minimum, the
product used, the method of application, date applied, the area
to which it is applied, and the amount applied.
7.21 Traffic Control and Public Safety
A. Fences and Barriers. Contractor must furnish, erect, and maintain fences,
barriers, lights, and signs, and must provide flagging and guards as necessary to give
adequate warning to the public of the construction and of any dangerous condition at
Contractor’s sole cost and expense. City must approve all signs as to size, wording, and
location. City, in its sole discretion, may direct Contractor to implement additional
measures. Contractor may be required to cover certain signs which regulate or direct
public traffic to roadways that are not open to traffic. The Engineer will determine which
signs must be covered.
B. Manual on Uniform Traffic Control Devices (MUTCD). Notwithstanding the
requirements of this Section 7.21, all fences, barriers, signs, lights, flags, and other
warning and safety devices and their use must conform to the requirements of Part 6 of
the United States Department of Transportation MUTCD and the MUTCD California
Supplement.
C. Sign Conflicts. Signs and other protective devices furnished and erected by
Contractor will not obscure the visibility of, nor conflict in intent, meaning, and function of,
existing signs, lights, and traffic control devices or any construction area signs and traffic
control devices
D. Public Access. Contractor must conduct operations in the manner that offers
the least possible obstruction and inconvenience to the public. Contractor must complete
the Work in a manner that allows for access to public rights-of-way. Unless otherwise
provided in the Contract Documents, all public traffic must be permitted to pass through
the Work with as little inconvenience and delay as possible. Where possible, public
traffic must be routed on new or existing paved surfaces.
E. Public Spills. Spillage resulting from hauling operations along or across any
public right-of-way must be removed immediately by Contractor at Contractor's sole cost
and expense.
F. Existing Traffic Signals. Existing traffic signals and highway lighting must be
kept in operation and available for routine maintenance during construction.
G. Abutting Properties. Construction operations must be conducted in such a
manner as to cause as little inconvenience as possible to abutting property owners.
Contractor must maintain convenient access to driveways, houses, and buildings, and
temporary approaches to crossings or intersecting highways must be provided and kept
in good condition. When an abutting property owner's access across the right-of-way line
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 72
is to be eliminated or replaced by other access facilities, the existing access will not be
closed until the replacement access facilities are usable.
H Lane Closures. Lane closures are not permitted before 7:00 A.M. or after 5:00
P.M. from Monday through Friday or as otherwise specified in the Special Conditions or
Specifications. City may, at its sole discretion, approve lane closures during this time
upon written request from Contractor. Contractor must maintain a minimum of two travel
lanes for traffic use (one in each direction) at all times.
I. Costs. Contractor is solely responsible for all costs for all required traffic control
and public safety measures.
7.22 Noise Control. Contractor must comply with all applicable noise control laws,
ordinances, regulations and rules. 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.
7.23 Fire Protection Plan. If a fire protection plan is required for this Project, within 21 days
after the date of issuance of the Notice of Award, Contractor must submit to the Engineer
a fire protection plan that has been reviewed and approved by the Santa Clara County
Fire Department. In addition to any specified requirements for the fire protection plan, the
plan should address all of the following:
(A) Equipment spark arresters;
(B) Fire-extinguishing equipment at the Worksite(s);
(C) Fire response procedures;
(D) Notification to authorities of any fire;
(E) Fire equipment access during performance of the Work and after hours;
(F) Educating and training workers to comply with the fire protection plan
(G) Safe storage and transport of flammable materials; and
(H) Equipment for ventilation and illumination.
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 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 stipulated in the
Contract Documents.
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 73
(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 b e 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 W orksite, as well as authorized and approved Change
Orders. Each pay application must be supported by Contractor’s Bid Schedule 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 thirty (30) days after Contractor has submitted a complete and accurate payment
application, subject to Public Contract Code section 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.
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 modifications 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 Worksite, 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.
(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 or
deduct an amount equal to five percent of the total amount requested;
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 74
(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 approved Shop Drawings, when approved 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;
(I) For fines assessed under the Labor Code, as require by law;
(J) For any other costs or charges that may be withheld, deducted from, or offset
against payments due, as provided in the Contract Documents, including liquidated
damages; or
(K) For failure to release claims as to undisputed amounts pursuant to Section 8.9,
below.
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 amount due on each progress payment, or
the percentage stated in the Notice Inviting Bids, whichever is greater, as retention to
ensure full and satisfactory performance of the Work.
(A) Substitution of Securities. As provided by Public Contract Code section
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 section 22300,
and will be subject to approval as to form by City’s legal counsel.
(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 under Section 8.3 or Section 8.6, 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 b y City’s governing body or
authorized designee pursuant to Section 11.1(E) below, or, if the Project has not been
accepted, no later than 60 days after the Project is otherwise considered complete under
Public Contract Code section 7107(c).
8.6 Setoff. City is entitled to set off any amounts due from Contractor against any payments
due to Contractor. City’s entitlement to setoff includes progress payments as well as
Final Payment and unreleased retention.
8.7 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 Worksite by the Subcontractor
or supplier during the preceding month. Such payments must be made in accordance
with the requirements of the law, and those of the Contract Documents and applicable
subcontract or supplier contract.
(A) Withholding for Stop Notice. Pursuant to Civil Code section 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.
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 75
(B) Joint Checks. City reserves the right to issue joint checks made payable to
Contractor and its Subcontractors or suppliers. 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 City. 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.
8.8 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. The
date of Final Payment is deemed to be effective on the date that City acts to release
undisputed retention as final payment to Contractor, or otherwise provides written notice
to Contractor of Final Payment. 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.
8.9 Release of Claims. City may, at any time, require that payment of the undisputed
portion of any progress payment or Final Payment (excepting undisputed retention
subject to release under Public Contract Code section 7107) 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 limits of Public Contract Code section 7100. The waiver and release of
claims must be submitted using the City’s Release of Claims form. Any disputed amounts
may be specifically excluded from the release.
8.10 Warranty of Title. Contractor warrants that title to all work, materials, or equipment
incorporated into the Work or delivered to a Worksite, and included in a request for
payment will pass over to City free of any claims, liens, or encumbrances upon any
payment to Contractor pursuant to this Article 8.
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 federal and
California laws, including the California Fair Employment and Housing Act (Government
Code sections 12900 et seq.), Government Code section 11135, and Labor Code
sections 1735, 1777.5, 1777.6, and 3077.5.
9.2 Labor Code Requirements.
(A) Eight Hour Day. Under Labor Code section 1810, eight hours of labor constitute
a legal day’s work under this Contract.
(B) Penalty. Under Labor Code section 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 section 1815.
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 76
(C) Apprentices. Contractor is responsible for compliance with the requirements
governing employment and payment of apprentices, as set forth in Labor Code section
1777.5, which is fully incorporated by reference.
(D) Notices. Under Labor Code section 1771.4, Contractor is required to post all job
site notices prescribed by law or regulation.
9.3 Prevailing Wages. Each worker performing Work under this Contract that is covered
under Labor Code section 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 sections 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 Worksite.
(A) Penalties. Under Labor Code section 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 current applicable prevailing wage
rates under federal law, available online at
http://www.access.gpo.gov/davisbacon/ca.html.
9.4 Payroll Records. Contractor must comply with the provisions of Labor Code sections
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 sections 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 section 1776,
Contractor or Subcontractor has ten days in which to comply with 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
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 77
request by the Division of Apprenticeship Standards, or the Division of Labor Standards
Enforcement, these penalties will be withheld from progress payments then due.
9.5 Labor Compliance. Under Labor Code section 1771.4, the Contract for this Project is
subject to compliance monitoring and enforcement by the DIR.
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 safety laws, rules and regulations and seek to avoid
injury, loss, or damage to persons or property by taking reasonable steps to protect its
employees and other persons at the Worksite, materials and equipment stored on or off
site, and property at or adjacent to the Worksite.
(A) Reporting Requirements. Contractor must immediately provide a written report
to City of all recordable accidents and injuries occurring at the Worksite. 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 law or regulation.
(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
Worksite 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 Tim e 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 Worksite 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 section 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 Material Safety Data
Sheets (“MSDS”) at the Worksite, as required by law, for materials or substances used or
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 78
consumed in the performance of the Work. The MSDS will be accessible and available to
Contractor’s employees, Subcontractors, and City.
(A) Contractor Obligations. Contractor is solely responsible for the proper
delivery, handling, use, storage, removal, and disposal of all materials brought to the
Worksite 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 Worksite 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 Worksite condition, the method of construction, or the
way any Work must be performed.
Article 11 - Completion and Warranty Provisions
11.1 Final Completion.
(A) Final Inspection. When the Work required by this Contract is fully performed,
Contractor must provide wr itten 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 items that are incomplete, incorrectly installed,
or not operating as required by the Contract Documents. The omission of any such item
from this punch list will not relieve Contractor from fulfilling all requirements of the
Contract Documents.
(B) Punch List. City will deliver the punch list to Contractor and 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.
(C) Requirements for Final Completion. Final Completion will be achieved upon
completion or correction of all punch list items, as verified by City inspection, and upon
satisfaction of all other Contract requirements, including any commissioning required
under the Contract Documents and submission of all final submittals, including a warranty
bond as required under Section 4.4, instructions and manuals as required under Section
7.10, and as-built drawings as required under Section 7.11, all to City’s satisfaction.
(D) Acceptance. The Project will be considered accepted upon City Council action
during a public meeting to accept the Project, or if the Engineer is authorized to accept
the Project, the Project will be considered accepted upon the date of the Engineer’s
issuance of a written notice of acceptance. 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.
(E) Final Payment. 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
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 79
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.
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. 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 W ork for a period of
one year from the date of recordation of the notice of completion (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 acceptance, 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 W arranty 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 W arranty Period as to any defects in Work for which Contractor was
notified prior to expiration of the W arranty Period.
(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, Contractor expressly agrees that City may correct the defects to conform
with the Contract Documents at Contractor’s sole expense. Contractor must reimburse
City for its costs within 30 days following City’s submission of a demand(s) 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.
(G) Emergency Repairs. In cases of emergency where any delay in correcting
defective Work could cause harm, loss or damage, Contractor expressly agrees that 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 within
30 days following City’s submission of a demand(s) 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
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 80
Contractor’s warranty obligations herein in addition to any and all costs City incurs to
immediately correct the defective Work, including any associated overtime charges.
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 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 recordation of the notice of
completion, 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 change in the
Contract Time, including a time extension or relief from liquidated damages, or a change
in the Contract Price, that has previously been submitted to City in accordance with the
requirements of the Contract Documents, and which has been rejected or disputed by
City, in whole or in part.
(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 section 9204 and sections 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
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 81
perform the Work and may not delay or cease Work pending resolution of the 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.
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 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 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. A Claim must be submitted in the following format:
(1) General introduction, specifically identifying the submission as a “Claim”
submitted under this Article 12.
(2) Relevant background information, including identification of the specific
demand at issue, and the date of City's rejection of that demand.
(3) Detailed explanation of the issue(s) in dispute. For multiple issues,
separately number and identify each issue and include the following for each
separate issue:
a. The background of the issue, including references to relevant
provisions of the Contract Documents;
b. A succinct statement of the matter in dispute, including
Contractor’s position and the basis for that position;
c. A chronology of relevant events;
d. The identification and attachment of all supporting documents
(see subsection (A), above, on Substantiation); and
e. Use of a separate page for each issue.
(4) Summary of issues and damages.
(5) 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 are true and correct. Contractor warrants that
this Claim is comprehensive and complete as to the matters in dispute, and
agrees that any costs, expenses, or delay claim not included herein are deemed
waived. Contractor understands that submission of a Claim which has no basis
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 82
in fact or which Contractor knows to be false may violate the False Claims Act
(Government Code Section 12650 et seq.).”
(C) Submission Deadlines.
(1) A Claim 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.
(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 8.8, above.
(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
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 section 9204. However, if City determines that the Claim is not
adequately documented, 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. If Contractor fails to submit the additional
documentation to City within 15 days of receipt of City’s request, the Claim will be
deemed waived.
(A) Additional Information. If additional information is thereafter required, it may be
requested and provided upon mutual agreement of City and Contractor.
(B) Non-Waiver. Any failure by City to respond within the times specified above
may 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 specif ied 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.
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 83
(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 section 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 address all outstanding Claims at the same time. The parties will share the
costs of mediation equally, except costs incurred by each party for its representation by
legal counsel or any other consultants.
(B) Government Code Claims.
(1) Timely presentment of a Government Code Claim is a condition precedent to
filing any legal action based on or arising from the Contract.
(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 California Code of Civil Procedure section
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 Damages. 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 recovery of any alleged
home office overhead. The Eichleay Formula or similar formula may not be used for any
recovery under the Contract. Contractor is not entitled to special, incidental, or
consequential damages, including home office overhead or any form of overhead not
directly incurred at the 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.
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 84
12.9 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, unless and
only to the extent that compliance with a procedural requirement is expressly and
specifically waived 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, City may
immediately order the Work, or any portion of it, suspended until the cause for the
suspension has been eliminated to City’s satisfaction.
(A) Failure to Comply. Contractor will not be entitled to an increase in Contract
Time or Contract Price for a suspension occasioned by Contractor’s failure to comply with
the Contract Documents.
(B) 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, and not due to any act or omission by Contractor or
its Subcontractors. 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. The Contract Price and the Contract Time will be equitably
adjusted by Change Order to reflect the cost and delay impact occasioned by such
suspension for convenience. However, the time for completing the Project will only be
extended if the suspension causes or will cause delay in Final Completion.
13.3 Termination for Default. Contractor may be deemed in default for a material breach of
or inability to perform the Contract, including Contractor’s refusal or failure to supply
sufficient skilled workers, proper materials, or equipment to perform the Work within the
Contract Time; refusal or failure to make prompt payment to its employees,
Subcontractors, or suppliers or to correct rejected work; disregard of laws, regulations,
ordinances, rules, or orders of any public agency with jurisdiction over the Project; lack of
financial capacity to complete the Work within the Contract Time; or responsib ility for any
other material breach of the Contract requirements.
(A) Notice. Upon City’s determination that Contractor is in default, City may provide
Contractor and its surety written notice of default and intent to terminate the Contract.
(B) Termination. Within seven calendar days after notice of intent to terminate for
default has been given, unless the default is cured or arrangements to cure the default
have been made and memorialized in writing, to City’s satisfaction, City may terminate
the Contract by written notice to Contractor with a copy to Contractor’s surety.
(C) 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,
Contractor’s surety will be deemed to have waived its right to complete the Work under
the Contract, and 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
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 85
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. In addition, City will have the right to use any materials,
supplies, and equipment belonging to Contractor and located at the Worksite for the
purposes of completing the remaining Work.
(D) Wrongful Termination. 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 convenience under Section 13.4, below.
Contractor waives any claim for any other damages for wrongful termination including
consequential damages, lost opportunity costs or lost profits.
13.4 Termination for Convenience. City reserves the right to terminate all or part of the
Contract for convenience upon written notice to Contractor. Upon receipt of such notice,
Contractor must: immediately stop the Work, including under any terms or conditions that
may be specified in the notice; comply with City’s instructions to protect the completed
Work and materials; and use its best efforts to minimize further costs. Subject to City’s
directions in the notice, 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. Contractor must also promptly
cancel, all existing subcontracts that relate to performance of the discontinued Work.
(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 to date,
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. Actual and substantiated demobilization costs; and
(3) Markup. Five percent of the total value of the Work performed as of the date
of notice of termination or five percent of the value of the Work yet to be
completed, whichever is less, which is deemed to cover all overhead and profit to
date.
13.5 Effect of Any Contract Termination. Upon any termination pursuant to this Article, City
may enter upon and take possession of the Project and the Work. City may also take
possession of, for the sole purpose of completing the Work, all of Contractor’s tools,
equipment and appliances, and all materials on the Worksite or stored off the Worksite
that will be incorporated in the Work. Regardless of any Contract termination,
Contractor’s obligations for portions of the Work already performed will continue and t he
provisions of the Contract Documents will remain in effect as to any claim, indemnity
obligation, warranties, guarantees, subm ittals of as-built drawings, instructions, or
manuals, 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 section
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. section 15) or under the Cartwright Act (Chapter 2 (commencing with section
2018 Pavement Maintenance Phase 2 GENERAL CONDITIONS
Project No 2019-102 Page 86
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,
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.
END OF GENERAL CONDITIONS
2018 Pavement Maintenance Phase 2 SPECIAL CONDITIONS
Project No 2019-102 Page 87
Special Conditions
1. Work Days and Hours. Work hours and noise pose a special concern for projects in
residential neighborhoods. The City is very concerned for its residents and will diligently
enforce the restrictions below.
1.1 Work Hours. 7:00 a.m.-5:00 p.m. local time, weekdays, 9:00 a.m. – 5:00 p.m. on
Saturdays, 9:00 – 4:00 p.m. Sundays.
1.2 Worker Arrival and Parking. Workers may arrive at the Worksite no earlier than
7:00 a.m. Violations of these requirements will result in a $3,000 dollar penalty to
Bidder/Contractor, per occurrence.
1.3 Equipment and Material Delivery and Off-Haul Hours. No equipment or
material may be delivered or off-hauled except between the hours of 7:00 a.m. and 5:00
p.m. No equipment that has a safety back up beeper may be operated before 7:00 a.m.
on any day.
1.4 Work Days Only. Work will only be performed on Work Days, as defined in the
General Conditions, unless Contractor requests otherwise from City in writing at least 2
working days in advance, and City approves the request in its sole discretion. In the case
of Work by Contractor after normal working hours,
1.5 Connections to Existing Facilities. Unless otherwise specified or indicated,
Contractor will make all necessary connections to existing facilities, including structures,
drain lines, and utilities such as water, sewer, gas, telephone, and electric . In each case,
Contractor will receive permission from City or the owning utility prior to undertaking
connections and coordinate as needed to accommodate the facilities operations.
Contractor will protect facilities against deleterious substances and damage.
1.6 Noise Limitation. No non-construction noise will be allowed, this includes
amplified music, radio or other noise not due to construction activities.
1.7 Approved Work Hours – See attachment A “Work Hour Restrictions” for approved
work hours on specific streets.
2. Road Closures The following conditions apply to closing traffic lanes in order to perform
project work
Contractor may close down one direction of traffic between the hours of 9:30 am
to 2:00 PM or 8:00 AM to 5:00 PM as indicated in Attachment A, Work Hour
Restrictions
Contractor must submit traffic control plan for City review and approval prior to
work
Lane Closures and road closures will require that a dedicated, certified flagmen
be on site to control traffic. Flagmen must be certified by an approved agency or
association.
Contractor shall phase work to minimize inconvenience and parking impacts to
residents and businesses. Contractor shall allow parking on adjacent streets
when work is in progress.
3. SUBMITTALS FOR QUALITY ASSURANCE. In the Technical Specifications, the City
may specify quality assurance requirements, including qualifications for special skills and
2018 Pavement Maintenance Phase 2 SPECIAL CONDITIONS
Project No 2019-102 Page 88
experience required of the Contractor. For any specified skill, the Contractor may u se a
subcontractor that specializes in the work and meets the performance requirements or
the Contractor may self-perform the work, subject to demonstrating the necessary skill,
experience, and/or certifications to perform the work.
The Contractor will submit verification that the materials and labor skills meet the
specified requirements prior to implementing the specific work though the submittal
process.
4 Pre-Construction Conference. City will designate a date and time for a pre-
construction conference with Contractor following Contract execution. Project administration
procedures and coordination between City and Contractor will be discussed, and Contractor must
present City with the following information or documents at the meeting for City’s review and
acceptance before the Work commences:
4.1 Name, 24-hour contact information, and qualifications of the proposed on-site
superintendent;
4.2 List of all key Project personnel and their complete contact information, including
email addresses and telephone numbers during regular hours and after hours;
4.3 Staging plans that identify the sequence of the Work, including any phases and
alternative sequences or phases, with the goal of minimizing the impacts on residents,
businesses and other operations in the Project vicinity;
4.4 If required, traffic control plans associated with the staging plans that are signed
and stamped by a licensed traffic engineer;
4.5 Draft baseline schedule for the Work as required under Section 5.2, to be
finalized within 10 days after City issues the Notice to Proceed;
4.6 Schedule with list of Project submittals that require City review, and list of the
proposed material suppliers;
4.7 Plan for coordination with affected utility owner(s) and compliance with any
related permit requirements;
6.8 Videotape and photographs recording the conditions throughout the pre-
construction Project site, showing the existing improvements and current condition of the
curbs, gutters, sidewalks, signs, landscaping, streetlights, structures near the Project
such as building faces, canopies, shades and fences, and any other features within the
Project area limits;
__.11 Any other documents specified in the Special Conditions or Notice of Award.
5. Close Out Requirements. Contractor’s close out requirements include the following, if
applicable:
5.1 Contractor must replace in kind, any existing striping within and adjacent to the
Project site that is damaged during the Work. Partially damaged striping must be
replaced in its entirety.
5.2 Contractor must replace any survey monuments that are damaged or removed
during the Work, with a Record of Survey filed by a licensed land surveyor as
required by California law.
2018 Pavement Maintenance Phase 2 SPECIAL CONDITIONS
Project No 2019-102 Page 89
END OF SPECIAL CONDITIONS
2018 Pavement Maintenance Phase 2 PROJECT FORMS
Project No 2019-102 Page 90
Project Forms
Contractor must use the Project forms provided with these Contract Documents, as specified in
the Contract Documents, in addition to any City-required forms provided at the pre-construction
conference. The following forms are included in the Project manual:
Substitution Request Form
Release of Claims Form
2018 Pavement Maintenance Phase 2 SUBSTITUTION REQUEST FORM
Project No 2019-102 Page 91
Substitution Request Form
This Substitution Request Form must be used for each requested substitution, including pre -bid
and post-award requests. Reference Section 12 of Instructions to Bidders and/or Section 7.7 of
the General Conditions for applicable substitution request requirements. The form must be
completed fully and legibly as directed using additional pages if needed, dated, signed and
submitted with all attachments via _____________________________<email/mail/other> to
_____________________________<name and title> at
____________________________<email/address>.
1. Bidder/Contractor Name:
2. Subcontractor/supplier Name (if applicable):
3. Precisely identify by Specification, Drawing and/or detail number(s) the specified item that is
the subject of this request (the “Specified Item”):
4. Identify and describe the proposed substitution (“Proposed Substitution”):
5. Explain the reason for requesting substitution of the Specified Item:
6. Explain why the Proposed Substitution is equal or superior to the Specified Item. Attach
manufacturer’s literature, including complete technical data and laboratory test results, if
applicable.
7. Describe the differences between the Proposed Substitution and the Specified Item:
_____________________________________________________________________________
8. Provide complete and specific information on changes to Drawings and Specifications that will
be required for the Proposed Substitution, attaching separate sheets, including drawings, as
needed:
_____________________________________________________________________________
_____________________________________________________________________________
9. Explain how the Proposed Substitution will affect dimensions shown on the Drawings:
10. Are the manufacturer’s guarantees and warranties on the Proposed Substitution equal or
superior to those on the specified items? ___Yes / ___No
If yes, describe each difference in detail:
11. If approved, what effect will the substitution have on other contractors, trades, or suppliers?
12. Will granting the requested substitution cause any schedule delay? ___Yes / ___No
If yes, explain:
___________________________________________________________________________
2018 Pavement Maintenance Phase 2 SUBSTITUTION REQUEST FORM
Project No 2019-102 Page 92
13. What is the estimated increase or decrease in the Contract Price if the Proposed Substitution
is approved?
Increase cost by $_____________ or Decrease cost by $______________ or No
change________________
14. If the Proposed Substitution has a color or pattern, provide a color board showing Proposed
Substitution in relation to the other adjacent colors and patterns.
15. List each document attached to this Substitution Request Form:
By signing below, the Bidder or Contractor submitting this request for substitution certifies that the
function, appearance, and quality of the Proposed Substitution is equivalent or superior to those
of the Specified Item.
Submittal Date: ________________________
Submitted by:
Bidder/Contractor Name
Signature
For Use by City:
Accepted Accepted as Noted
Not Accepted Received Too Late
Name / Title
Address
City/State/Zip
Telephone:
Date:
Email:
By:
City’s Representative
Date:
Remarks:
END OF DOCUMENT
2018 Pavement Maintenance Phase 2 RELEASE OF CLAIMS
2019-102 Page 93
Release of Claims
If required by the City of Cupertino for the above-referenced project (“Project”),
this Release of Claims form must be completed as indicated, signed and
submitted with Contractor’s payment application pursuant to Section 8.9 of the
Contract General Conditions. Unless otherwise specified, all defined terms in this
Release of Claims form have the same meaning as stated in Article 1 of the
Contract General Conditions.
Contractor Name: __________________________
Payment Application Number: __________________________
Amount Requested: $_________________________
1. Undisputed Amounts. Upon receipt of all undisputed amounts (“Undisputed Amounts”)
from the City of Cupertino (“City”) for Work included in the above-referenced payment application,
Contractor releases all claims against the City that relate to the Undisputed Amounts.
Contractor’s release is a full, final, and general release of all claims, demands, actions, causes of
action, obligations, costs, additional compensation, extension of the Contract Time, expenses,
damages, losses and liability against the City, its City Council, collectively and individually, and all
of City’s officers, officials, employees, consultants, inspectors, agents, representatives, assignees
or transferees with respect to the Undisputed Amounts.
2. Civil Code Waiver. With respect to the above release for the Undisputed Amounts,
Contractor waives the provisions of Civil Code section 1542, which states:
“A general release does not extend to claims which the creditor does not know or
suspect to exist in his or her favor at the time of executing the release, which if
known by him or her must have materially affected his or her settlement with the
debtor.”
3. Disputed Claims. Pursuant to Public Contract Code section 7100, Contractor’s release
and waiver of the claims related to the Undisputed Amounts does not extend to disputed contract
claims in stated amount excluded by Contractor, as follows:
Claim No. Date Amount Claimed Description
[Information may be attached on a separate page]
4. Legal Effect. By signing below, Contractor agrees that this Release of Claims will
operate as a complete defense for City against any later attempts to seek recovery or damages of
any kind against City that relate to the Undisputed Amounts.
5. Authorization and Execution. This Release of Claims must be signed by Contractor’s
authorized representative. If Contractor is a partnership this Release of Claims must be signed in
the partnership name by a general partner with authority to bind the partnership. If Contractor is
a corporation this Release of Claims must be signed with the legal name of the corporation,
2018 Pavement Maintenance Phase 2 RELEASE OF CLAIMS
2019-102 Page 94
followed by the signature and title of two officers of the corporation with full authority to bind the
corporation to the terms of the Release of Claims, under California Corporation Code section 313.
Each individual signing below warrants that he or she is fully authorized to execute this Release
of Claims on behalf of Contractor and that it will be binding against Contractor.
Contractor hereby agrees to all terms and conditions of this Release of Claims:
_________________________________________
Contractor Business Name
Signature
Name/Title (If Corporation: Chairman, President or
Vice President)
_______________________________________
Date
Signature
Name/Title (If Corporation: Secretary, Assistant
Secretary, Chief Financial Officer or Assistant
Treasurer)
Agreed and Approved by the City of Cupertino:
___________________________________ ____________________________
Signature Date
___________________________________
Name/Title
2018 Pavement Maintenance Phase 2 TECHNICAL SPECIFICATIONS
Project No. 2019-102 Page 95
TECHNICAL SPECIFICATIONS
1. TRAFFIC CONTROL (Bid Item Number 1)
a. Item Requirement
Contractor shall furnish all necessary supervision, labor, materials,
construction tools and equipment, supplies to complete traffic control at
each location during the times immediately prior, during and after work.
b. Scope
Construction area signs shall be furnished, installed, and removed when no
longer required. The Contractor’s attention is directed to Section 7-1.08,
"Public Convenience", Section 7-1.09, "Public Safety", and Section 12,
"Construction Area Traffic Control Devices", of the Caltrans Standard
Specifications and Section 00820 Traffic Control Requirements of these
specifications.
All traffic control devices shall conform to the latest "Manual of Traffic
Control for Construction and Maintenance Work Zones" issued by
Caltrans.
(a) Advance construction warning signs shall be placed on all streets
leading into the construction area before any construction is started.
(b) Speed limit advisories may be placed along the main traffic lanes.
(c) When detours or changes in traffic lanes are required, directional
signs shall be placed at each end and along the roads.
(d) Warning signs, caution signs, and end construction signs, shall be
placed at each end of the work and along the route when conditions
warrant their use.
The Contractor shall submit a detailed traffic control plan for all
work that requires lane closures at least 5 days prior to the lane
closure. No lane closure will be allowed without prior approved
traffic control plan specific to that location. Traffic control shall be
planned for each individual lane closure with detail layouts of all
signage locations.
The Contractor is responsible for proper placement and maintenance of all
signs and barricades. Any additional signs, barricades, lights, etc., that
2018 Pavement Maintenance Phase 2 TECHNICAL SPECIFICATIONS
Project No. 2019-102 Page 96
may be required by the Engineer to ensure public safety shall be installed
and maintained by the Contractor.
Note: Traffic Controls – Qualified Individual: Traffic controls through
the construction zone shall be designed and maintained by a designated
individual qualified in this responsibility. The qualified traffic control
individual shall have no other responsibilities other than traffic control.
The name(s) of the qualified traffic control individual shall be submitted
and approved prior to beginning work.
If required in the traffic control plan, and always during one way traffic
control, flagmen will be required to direct traffic during construction. The
number and location of flagmen shall be sufficient to allow safe control
and passage of traffic through the work zone. During the paving of
intersections, two flagmen shall be posted at each intersection for the
entire time between tack coat and finish rolling.
If a cross street needs to be temporarily closed when work is in progress
through the intersection and the anticipated delay is more than five minutes,
a detour sign shall be installed on the cross street and shall include the
installation of advance signing displaying the anticipated delay time. The
signing shall be reviewed by the Traffic Engineer.
When required by the Engineer, the Contractor shall supply two (2) message
boards per arterial / collector street, to be placed at designated locations for
advanced warning signs. The message shall be preapproved by the engineer prior
to programming. Message boards shall be set up at least two weeks prior.
The term “Construction Area Signs” shall include all temporary signs
required for the direction of public traffic through or around the work
during construction. Such signs are shown in or referred to in the current
MANUAL OF TRAFFIC CONTROLS – Warning signs, Lights and
Devices for Use in Performance of Work Upon Highways, published by
the State of California, Department of Transportation, hereinafter referred
to as MANUAL OF TRAFFIC CONTROLS.
Restrictions on Closure of Traffic Lanes
The streets shall be open for use by public traffic on Saturday, Sunday, and
any day designated by the City as a legal holiday or any day preceding a
designated legal holiday; before 8 a.m. and after 5 p.m., Monday thru Friday
or as further restricted by Attachment A, and when construction operations
are not actively in progress on working days. During daily construction
operations, there may be certain peak traffic hours that would require the
Contractor to alter the construction schedule in order to minimize the impact
of the work on the public’s convenience.
2018 Pavement Maintenance Phase 2 TECHNICAL SPECIFICATIONS
Project No. 2019-102 Page 97
The following provisions shall apply on the listed street segments:
Street
Special Traffic Control Provision
Arterials:
One lane in each direction of traffic shall be
maintained at all times. The roadway shall be open for
two-way traffic at all times.
Other Collectors:
Streets Near Schools
See Attachment A
On four lane streets, one lane in each direction shall be
maintained at all times. On two lane streets, flagmen
shall be used to maintain traffic flow.
Traffic may be limited to only local traffic during the
period between 9:30 a.m. and 2:30 p.m. Flagman shall
be used to control traffic.
Residential:
Traffic may be limited to only local traffic during the
period between 8 a.m. and 4:30 p.m. Flagman shall be
used to control traffic.
Refer to “Attachment A” – Work Hour Restrictions for working hour
requirements for each street or street category.
Attention is directed to Sections 7-1.08, “Public Convenience,” 7-1.09,
Public Safety,” and 12, “Construction Area Traffic Control Devices,” of
the State Standards and to the Section entitled “Public Safety” and
flagging for traffic control systems elsewhere in these technical
specifications. Nothing in these technical specifications shall be construed
as relieving the Contractor from his responsibility as provided in said
Section 7-1.09.
Lane closures shall conform to the provisions in the section of these
special provisions entitled “Traffic Control for Lane Closure.”
Personal vehicles of the Contractor’s employees shall not be parked on the
traveled way or shoulders, including any section closed to public traffic.
The Contractor shall notify local authorities of his intent to begin work at
least 7 calendar days before work is begun. The Contractor shall
cooperate with local authorities relative to handling traffic through the
area and shall make his own arrangements relative to keeping the working
area clear of parked vehicles.
Whenever vehicles or equipment are parked on the shoulder within 6 feet
of a traffic lane, the shoulder area shall be closed with fluorescent traffic
2018 Pavement Maintenance Phase 2 TECHNICAL SPECIFICATIONS
Project No. 2019-102 Page 98
cones or portable delineators placed on a taper in advance of the parked
vehicles or equipment and along the edge of the pavement at 25-foot
intervals to a point not less than 25 feet past the last vehicle or piece of
equipment. A minimum of 9 cones or portable delineators shall be used
for the taper. A C23 (Road Work Ahead) or C24 (Shoulder Work Ahead)
sign shall be mounted on a telescoping flag tree with flags. The flag tree
shall be placed where directed by Engineer.
In order to minimize the impact on local merchants, and residents,
driveways shall not be blocked for any long periods of time. The
Contractor shall maintain access to all driveways before and after road
material is placed. The Contractor shall limit the time between the prep
time placing and curing time of the asphalt material and cleanup so that
vehicles may return the roadway to use.
The full width of the traveled way shall be open for use by public traffic
on weekends, designated legal holidays, and when construction operations
are not actively in progress.
Minor deviations from the requirements of this section concerning hours
of work which do not significantly change the cost of the work may be
permitted upon the written request of the Contractor if in the opinions of
the Engineer public traffic will be better served and the work expedited.
Such deviations shall not be adopted until the Engineer has indicated his
written approval. All other modifications will be made by contract change
orders.
A traffic control system shall consist of closing traffic lanes in accordance
with the provisions of Section 12, “Construction Area Traffic Control
Devices,” of the State Standards, the provisions under “Maintaining
Traffic” elsewhere in these technical specifications.
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 7-1.09, “Public
Safety,” of the State Standards.
If any component in the traffic control system is damaged, displaced, or
ceases to operate or function as specified, from any cause, during the
progress of work, the Contractor shall immediately repair said component
to its original condition or replace said component and shall restore the
component to its original location.
Lane closures are made for work periods only, at the end of each work
period, all components of the traffic control system, except portable
delineators placed along the traveled way, shall be removed from the
traveled way, shoulder and auxiliary lanes.
2018 Pavement Maintenance Phase 2 TECHNICAL SPECIFICATIONS
Project No. 2019-102 Page 99
c. Measurement & Payment
The contract lump sum price paid for Traffic Control shall include full
compensation for furnishing all labor including flagging costs, materials
(including signs), tools, equipment and incidentals, and for doing all the
work involved in placing, removing, storing, maintaining, moving to new
locations, replacing and disposing of the components of the traffic control
system and preparing required traffic control plans, as specified in the
State Standards and these technical specifications, and as directed by the
Engineer.
2. CRACK SEALING (Bid Item Number 2)
a. Item Requirement
This work shall consist of removing vegetation, embedded sand and dirt and all
other debris and incompressible materials, evaporating moisture from cracks and
joints in the asphalt concrete pavement, and cleaning and filling the cracks with
rubber asphalt joint seal as specified in these special provisions, and as directed
by the Engineer.
b. Scope
MATERIALS
The crack sealant shall be a mixture of paving asphalt and ground rubber and shall
conform to ASTM D6690, Type II.
CONSTRUCTION
All cracks 3/32 of an inch wide or wider shall be sealed. Immediately prior to
applying the sealant, the cracks shall be cleaned. Removal of vegetation and all
incompressible materials from cracks and joints shall be by means of hot
compressed air lance. (Other methods such as routing with compressed air cleaning
may be substituted at engineer’s specification. Under ANY circumstances
compressed air used for cleaning MUST be oil free.) Before sealing, the crack
surfaces must be made clean, dust free, and dry. The preferred way to remove the
moisture is with the use of the hot compressed air lance. The temperature will be
at least 2000 degrees F. The lance shall be not more than 50 feet ahead of the
sealing unit, as they progress down the pavement, so that the crack area does not
have time to cool or take up new moisture from below.
Crack seal materials shall be placed in conformance with the manufacturer's
recommendations. Crack seal materials shall not be placed when the surface
temperature is below 50 degrees Fahrenheit.
The finished crack seal shall be bonded to the crack such that there is no separation
or opening between the sealant and the crack edge and there shall be no cracks,
separation or other opening in the sealant.
2018 Pavement Maintenance Phase 2 TECHNICAL SPECIFICATIONS
Project No. 2019-102 Page 100
The Contractor shall remove crack seal material that is not placed within the
conformance of these provisions, clean cracks as specified herein and then reseal
the cracks at his expense.
c. Measurement & Payment
The Contract Price shall be paid by the lineal foot for rubberized asphalt crack
seal and shall include full compensation for furnishing all labor, materials, tools,
equipment, traffic control and incidentals, and for doing all the work involved in
constructing rubberized asphalt sealed cracks, complete in place.
3. MICROSURFACING (Bid Item Number 3)
a. Item Requirement
The work shall consist of furnishing all necessary labor, materials and equipment for
the transporting, mixing of asphaltic emulsion, aggregate and water and spreading the
mixture of pavement areas to conform to the Provisions of Section 37-3, “Slurry Seal
and Microsurfacing ,” of the Caltrans 2010 Standard Specifications, Revised Standard
Specifications, and these Special Provisions.
The emulsified asphalt shall be a quick-set latex modified cationic type CQS-1H
emulsion and shall conform to the requirements specified in AASHTO M208 and
ASTM 2397. It shall pass all applicable storage and settlement tests. The latex shall
be milled into the emulsion. The cement mixing test shall be waived for this
emulsion.
Distillation of residue will be at a temperature of 350 degrees F for 20 minutes.
Softening point of the residue shall be 140 degrees F minimum. Viscosity, absolute at
140 degrees F, shall be 8,000 poise minimum.
The mineral aggregate used shall be of the type and grade specified for micro-
surfacing. The aggregate shall be manufactured crushed stone such as granite, slag,
limestone, chat, or other high quality aggregate or combination thereof.
The aggregate including natural fines when tested by AASHTO methods T11 or T27
or ASTM C117 or C136, should meet the referenced gradation requirements.
To limit the permissible amount of clay like fines in an aggregate, a sand equivalent
value of 65 or higher is required when tested by ASTM 2419.
The aggregate shall have a weighted loss of not more than 15% when the sodium
sulfate test is used or 20% when the magnesium sulfate test is used.
The aggregate wear, from resistance to abrasion, shall be a maximum of 35% when
using AASHTO T96 or ASTM C131 test methods after 500 revolutions .
The water shall be potable and shall be free of harmful soluble salts.
2018 Pavement Maintenance Phase 2 TECHNICAL SPECIFICATIONS
Project No. 2019-102 Page 101
Special quick-setting emulsifier agents shall be milled into the asphalt emulsion. The
emulsified asphalt shall be so formulated that when the paving mixture is applied at
thickness of one inch width the relative humidity at not more than 50% and the
ambient air temperature of at least 75 degrees F, the material will cure sufficiently so
that rolling traffic can be allowed in one hour with no damage to the surface, as
verified by the Engineer.
A mineral additive shall be introduced to the mineral aggregate and may be any
recognized brand of non-air entrained Portland cement or hydrated lime that is free of
lumps, or other approved mineral additive. The amount of mineral additive needed
shall be determined by the laboratory mix design and will be considered as part of the
material gradation requirement. A liquid field control additive is introduced and
blended with water to provide effective control of the required quick-set properties.
This additive shall be made available by the chemical supplier or emulsion
manufacturer and certifiable as being compatible with the mixture.
The qualified laboratory shall develop the job mix design and present certified test
results for the contractors approval. Compatibility of the aggregate and emulsion shall
be verified by the mix design. The job mix formula shall provide a minimum
Marshall stability of 1800 pounds and a flow of 6 to 16 units when tested according to
the ASTM 1559 or AASHTO 245 procedure as modified. All component material
used in the mix design shall be representative of the material proposed by the
contractor for use on the project.
The Engineer shall approve the design mix and all micro surfacing materials and
methods prior to use. The component materials shall be within the following limits.
Residual Asphalt 5% to 9% by dry weight of aggregate
Mineral Additive 0.5% to 3% by dry weight of aggregate
Latex Modifier As required to provide specified properties
Field Control Additive As required to provide the specified properties
Water As required to produce consistency
Aggregate-Recommended Gradations:
Type II Type III
Screen Size % Passing % Passing
3/8” 100 100
#4 94-100 70-90
#8 65-90 45-70
#16 40-70 28-50
#30 25-50 19-34
#50 15-30 12-25
#100 10-21 7-18
#200 5-15 5-15
Application Rate shall be 18-22 lbs per sq. yd. The aggregate for Micro-Surface shall
be Type II.
Before work commences, the contractor shall submit a signed mix design covering the
specific material to be used on the project. This design shall be performed by a
2018 Pavement Maintenance Phase 2 TECHNICAL SPECIFICATIONS
Project No. 2019-102 Page 102
qualified laboratory. The Contractor shall construct a test strip for evaluation by
the Engineer. The test strip shall be 300 feet to 500 feet long and shall consist
of the application courses specified. The test strip shall be constructed at the
same time of day or night that the full production of microsurfacing will be
placed. The Engineer will evaluate the completed test strip after 12 hours of
traffic on the completed test strip to determine if the mix design and placement
procedure are acceptable. If the mix design or the placement procedure is
determined by the Engineer to be unacceptable, the test strip will be rejected,
the Contractor shall make modifications, and a new test strip shall be
constructed and evaluated by the Engineer. The cost of materials and
placement of the test strips, which have been rejected, shall be borne by the
Contractor and will not be considered as part of the contract work. If ordered
by the Engineer, rejected test strips shall be removed at the Contractors
expense. If approve by the Engineer, the Contractor may continue with
production work after placement of the test strip at his own risk. If the test strip
is rejected, all production work shall be stopped and evaluated by the Engineer.
The production work will be evaluated in the same manner as the placement of
the test strip and shall conform to the same requirements for the test strip
material.
Once the materials are approved, no substitution will be permitted unless first tested
and approved by the laboratory preparing the mix design.
All equipment, tools, and machines used in the performance of this work shall be
maintained in satisfactory working condition at all times to ensure a high quality of
product.
The material shall be mixed by a self-propelled microsurfacing mixing machine which
shall be a continuous flow mixing unit able to accurately deliver and proportion the
aggregate, emulsified asphalt, mineral and field control additives, and water to a
revolving multi-blade twin shafted mixer and discharge the mixed product on a
continuous flow basis. The machine shall have sufficient storage capacity for
aggregate, emulsified asphalt, mineral and field control additives, and water to
maintain an adequate supply to the proportioning controls. The machine may be
equipped with self-loading devices which provide for the loading of materials while
continuing to lay micro-surfacing, thereby minimizing construction joints.
Individual volume or weight controls for proportioning each material to be added to
the mix, i.e., aggregate, emulsified asphalt, mineral and field control additives, and
water shall be provided and properly marked. These proportioning devices are usually
revolution counters or similar devices and are used in material calibration and
determining the materials output at any time.
The emulsion pump shall be a heated positive displacement type.
The surfacing mixture shall be spread uniformly by means of a mechanical type
spreader box attached to the mixer, equipped with paddles to agitate and spread the
materials throughout the box. A front seal shall be provided to insure no loss of
mixture at the road contact point. The rear seal shall act as final strike off and shall be
adjustable. The mixture shall be spread to fill cracks and minor surface irregularities
2018 Pavement Maintenance Phase 2 TECHNICAL SPECIFICATIONS
Project No. 2019-102 Page 103
and leave a uniform skid resistant application of material on the surface. The spreader
box and rear strike off shall be so designed and operated that a uniform consistency is
achieved to produce a free flow of material to the rear strike off. The longitudinal
joint where two passes join shall be neat appearing, uniform and lapped. All excess
material shall be removed from the job site prior to opening the road. The spreader
box shall have suitable means provided to side shift the box to compensate for
variations in pavement width and longitudinal alignment. A rut box shall be available
to prefill wheel ruts when necessary prior to overlay to eliminate puddles or runoff
interruption. The box shall be readily adjustable from 4’-6’ width hydraulically
adjusted strike off screeds to attain maximum grade and profile.
Suitable surface cleaning equipment, traffic control equipment, hand tools and any
support equipment shall be provided as necessary to perform the work.
The material shall be spread only when the road surface and atmospheric temperatures
are at least 55 degrees F and rising and the weather is not rainy and there is no forecast
of temperatures below 32 degrees F within 48 hours from the time of placement of the
mixture.
Suitable methods shall be used by the contractor to protect the micro-surface from
traffic until the new surface will support traffic without damage.
The Contractor shall be responsible for preparation of the pavement to receive
seal coat required under Section 1.06 of Document 860 “Protection and
Restoration of Existing Facilities” of these Project Specifications. Prior to
placing micro seal, the streets shall be cleaned by sweeping with self-propelled
vacuum or regenerative air sweepers with water spray bars to reduce dust.
Sidewinder sweepers or brooms that wind row material and do not remove it
shall not be used. Completion of sweeping shall be evidenced by the absence
of all loose particles of paving, all dirt and all other extraneous material from
roadway and surrounding improvements.. If needed, all areas shall be swept a
second time or more if necessary in the same manner as the first sweeping or as
directed by the Engineer.
The surface should be pre-wetted by fogging ahead of the spreader box when required
by local conditions. The rate of application of the fog spray shall be adjusted during
the day to suit temperatures, surface texture, humidity, and dryness of the pavement
surface.
The micro-surfacing mixture shall be of the desired consistency upon leaving the
mixer and no additional materials should be added. A sufficient amount of material
shall be carried in all parts of the spreader at all times so that a complete coverage is
obtained. Overloading of the spreader shall be avoided. No lumping, balling, or
unmixed aggregate shall be permitted.
No streaks, such as those caused by oversized aggregate, will be left in the finished
surface. If excessive oversize develops, the job will be stopped until the contractor
proves to the Engineer that the situation has been corrected.
2018 Pavement Maintenance Phase 2 TECHNICAL SPECIFICATIONS
Project No. 2019-102 Page 104
No excessive buildup, uncovered areas or unsightly appearances shall be permitted on
longitudinal or transverse joints. The contractor shall provide suitable width spreading
equipment to produce a minimum number of longitudinal joints throughout the
project. When possible, longitudinal joints shall be placed on lane lines. Half passes
and odd widths passes will be used only in minimum amounts. If half passes are used,
they shall not be the last pass of any paved areas.
The micro-surfacing mixture shall possess sufficient stability so that premature
breaking of the material in the spreader box does not occur. The mixture shall be
homogenous during and following mixing and spreading. It shall be free of excess
water or emulsion and free of segregation of the emulsion and aggregate fines from
the coarser aggregate.
Areas which cannot be reached with the mixing machine shall be surfaced using hand
squeegees to provide complete and uniform coverage. The area to be handworked
shall be lightly dampened prior to mix placement. Care shall be exercised to leave no
unsightly appearance from handwork.
The same type finish as applied by the spreader box shall be required. Handwork shall
be completed at the time of the machine applying process.
Care shall be taken to insure straight lines along curbs and shoulders. No runoff on
these areas will be permitted. Lines at intersections will be kept straight to provide a
good appearance.
Measurement and Payment: “MICROSURFACE” shall be paid for at the contract
price per square yard and shall be full compensation for furnishing all labor, materials,
tools, equipment, traffic control and incidentals for doing all the work involved.
3. ASPHALT STRIPING / MESSAGES & MARKERS (Bid Item Numbers 6-
48)
a. Item Requirement
The Contractor shall furnish and apply traffic stripes, characters, arrows,
pavement markers, and other delineations and markings. These shall be
reapplied in the original pattern on all roads except as directed by the Traffic
Engineer. Contractor shall install traffic striping and markers in accordance
with Sections 84 and 85, ‘Traffic Stripes and Pavement Markings’ and
‘Pavement Markers’, the most recent version of the California MUTCD,
and Caltrans Standard Details A20A through A24F, latest edition. .
Contractor is required to document existing striping and message types,
complete with dimensions, for each street receiving seal coat treatment.
Contractor is to submit this to the Engineer for review and approval a
minimum of five working days prior to removal of existing striping and/or
markings.
All pavement legends and traffic striping shall be applied in thermoplastic
unless otherwise noted.
2018 Pavement Maintenance Phase 2 TECHNICAL SPECIFICATIONS
Project No. 2019-102 Page 105
Temporary pavement marking materials must be on hand prior to the
covering or demolition of existing pavement markings.
b. Scope
MATERIALS
Pavement Delineation- Thermoplastic
Thermoplastic material shall be extruded thermoplastic meeting the
requirements of Section 84-2 and specifically Section 84-2.03B Extruded
Thermoplastic or City approved equivalent. Placement shall be performed
as directed by the manufacturer.
Legend, Shields and Arrows
Legends and arrows shall be preformed, thermoplastic pavement markings
and shall be Premark 20/20 Flex Plus or a City approved equivalent.
Placement shall be performed as directed by the manufacturer. Legends and
symbols for preformed green bike lanes shall be factory assembled.
Pavement Delineation- Pavement Markers
Raised and reflective pavement markers shall comply with Section 85 of the
Standard Specifications. The specific type to be used shall be consistent
with the type generally in use within the local jurisdiction unless directed
otherwise by the Engineer.
CONSTRUCTION
All construction shall conform to the respective provisions of the Standard
Specifications, manufacturer’s installation requirements, and these
Technical Specifications.
Existing Striping and Markings
In areas adjacent to the reconstructed surfacing where existing striping must
be changed to conform to a revised striping pattern, conflicting striping shall
be removed by sand blasting, grinding, or other methods as specified in the
Standard Specifications or by the Engineer.
The Contractor shall replace all striping which has been damaged or
obliterated by or during the work. This may include striping replacement
completely across the street even in the event that the Contractor’s work
may not extend that far. All lines of each crosswalk shall be completely
2018 Pavement Maintenance Phase 2 TECHNICAL SPECIFICATIONS
Project No. 2019-102 Page 106
replaced with thermoplastic even if only a portion of a line has been
obliterated.
Layout for Temporary and Permanent Striping
The alignment and layout of traffic stripes shall conform to the Standard
Specifications.
The Contractor shall perform all tie downs, layout, alignment, and spotting.
The Contractor shall submit a plan documenting locations, dimensions, and
Caltrans Standard Detail reference number or other applicable detail for all
existing pavement striping, markings, markers and legends. The plan shall
contain sufficient detail for installation of new thermoplastic and markers.
The plans shall be submitted five working days prior to any removal of
existing striping/markings, and shall be approved by the Engineer prior to
any removal activities. The Engineer or his/her designee shall review and
approve striping layout prior to final striping.
The Contractor shall physically tie down the location of the beginning and
ending of each paint or thermoplastic marking type in the adjacent curb top.
The marking location shall not exceed fifty square inches each. Any
locations exceeding this limit shall be removed by the Contractor prior to
acceptance of the work. The Contractor shall contact the City Traffic
Division for review of tie downs.
The Contractor shall be responsible for accurately referencing out and
replacing the lines and positions of all traffic lines, directional lines, arrows,
and other markings in accordance with either prior existing
striping/message layout or by revised striping plans provided by the
Engineer by cat tracking with painted marks. This shall occur no later than
two hours after the final surface course paving operation.
Cat tracking shall consist of stretching a rope on a straight line between
control points on tangent alignment and on a true arc through control points
on curved alignment and placing spots of paint along the rope. Temporary
tab markers shall be placed not more than twelve feet apart on curves nor
more than twenty-four feet apart on straight segments.
Temporary tab markers shall be the same color as the traffic stripe that
they are replacing, shall measure two inches tall by 3-1/2 inches wide, and
have a reflective lens across the width of the marker.
Application of cat tracking and/or placement of temporary markers are to
occur immediately upon completion of final compaction rolling and prior
to opening asphalt areas to traffic. All crosswalks, stop bars and directional
arrows, both yellow and white in color, shall be placed immediately upon
completion of final compaction rolling and prior to opening asphalt areas to
2018 Pavement Maintenance Phase 2 TECHNICAL SPECIFICATIONS
Project No. 2019-102 Page 107
traffic. Failure to comply with these requirements shall result in a liquidated
damage of $5000 per day for each street that has not received tempor ary
installation of the tab markers, traffic striping, and other markings. All
liquidated damages in this Contract are cumulative.
Prior to application of permanent striping and markers, the Contractor shall
call for review and approval of the proposed striping by the Engineer or
his/her designee. The City shall have the right to make changes in the
location and alignment of line stripes. Striping and traffic markings shall
not be applied until approval is granted by the Engineer or his/her designee.
The Contractor shall allow a minimum of seven working days for review of
the layout by the City.
Crosswalks
In some instances, portions of new crosswalks will extend beyond limit of
pavement rehabilitation work. In these instances, the existing 12 inch wide
lines outside the paving limit shall be removed by grinding or sandblasting
prior to placing new crosswalk striping.
At various locations in the project, crosswalks shall consist of a series of ten
(10) foot width by two (2) foot length bars, with no perpendicular lines at
the crosswalk sides, as shown in the ‘Miscellaneous Details & City Standard
Details’ of the Contract Documents.
Schedule
Raised pavement markers (RPM’s) shall be placed to replace existing
RPM’s or as designated by City provided striping plans. When utilizing hot
melt bituminous adhesive, RPM’s shall be placed after the surface has been
open to traffic for at least seven days. When utilizing epoxy adhesive,
RPM’s shall be placed after the surface has been open to traffic for at least
fourteen days. Regardless of which adhesive is utilized, the RPM’s shall
not be placed more than twenty-one days after paving or surfacing.
Thermoplastic materials shall be placed to replace existing thermoplastic
materials or as designated by City provided striping plans. Where green
bike lanes are to be installed, the pre-formed green lanes shall be installed
prior to the installation of the 6” white stripe. Permanent traffic striping and
markings including legends and arrows shall be placed between eight (8)
and twelve (12) days after paving or surfacing, unless otherwise directed by
the Engineer. All permanent striping shall be complete in place by the 13th
day after completion of resurfacing work.
Failure to comply with these requirements shall result in a liquidated
damage of $150 per day for each street that has not been cat tracked or has
2018 Pavement Maintenance Phase 2 TECHNICAL SPECIFICATIONS
Project No. 2019-102 Page 108
not received permanent installation of the required raised pavement
markers, traffic striping, and markings. All liquidated damages in this
Contract are cumulative.
Reflective and Raised Pavement Markers
Installation of both reflective and raised pavement markers shall conform
to the provisions of Section 85 of the Standard Specifications. Pavement
markers shall be placed in the same pattern and locations as they were
previously, except as specified by the Engineer.
Reflective Pavement Markers at fire hydrants shall consist of placing a
single blue marker on the new pavement surface. Location of the new
marker shall be six (6) inches off of the lane striping nearest to and in line
with the existing fire hydrant.
Pavement Delineation- Thermoplastic
Pavement temperature shall be measured at the beginning of the shift on
each working day and this information shall be provided to the Traffic
Engineer.
No primer or thermoplastic shall be installed within forty-eight hours from
the last measurable rain report as provided by the City.
Thermoplastic traffic striping, legends, and arrows shall conform to the
provisions of Section 84-of the Standard Specifications and these Technical
Provisions.
c. Measurement & Payment
Payment for traffic striping layout and placement of temporary lane markers
will be included in the unit price bid for each striping detail as identified in
the Bid Schedule and no additional compensation will be allowed therefore.
Measurement and payment for pavement striping, characters, arrows,
pavement markers, raised pavement markers, and reflective pavement
markers shall be paid on a unit cost basis as identified in the Bid Schedule.
Payment for any striping removal as identified herein shall be included in
the unit price for the related striping item and no additional compensation
will be allowed therefore.
The above contract unit costs shall be considered full compensation for
furnishing all labor, materials, tools, equipment, transportation, and
2018 Pavement Maintenance Phase 2 TECHNICAL SPECIFICATIONS
Project No. 2019-102 Page 109
incidentals; and for performing all of the work involved as detailed in the
Standard Specifications, these Technical Specifications, and the plans and
typical sections. No additional compensation will be allowed therefore.
2018 Pavement Maintenance Phase 2 General Requirements
Project No. 2019-102 110
GENERAL REQUIREMENS
Section Title Page
100 General Requirements 2
101 Notification Requirements 4
102 Restrictions on Closure of Traffic Lanes 5
2018 Pavement Maintenance Phase 2 General Requirements
Project No. 2019-102 111
SECTION 100
GENERAL REQUIREMENTS
100-1 GENERAL
All work shall conform to the applicable provisions of the State of California, Department of
Transportation, Standard Specifications (Caltrans) Dated May 2010; Revised Standard Specifications
(Caltrans), these Technical Provisions; and the plans and typical sections.
100-2 ROADWAY PREPARATION
The work under this section consists of preparing the roadway prior to resurfacing or reconstruction
as specified in these Technical Provisions and as required by the Engineer. Such work shall include
controlling nuisance water; sweeping; watering; removal of all raised pavement markers; removal of
all thermoplastic pavement markings; removal of loose and broken concrete, asphalt concrete
pavement, and foreign material; and the spraying and removal of weed growth. Any roadway area
that contains existing weed growth shall be treated with an E.P.A. approved herbicide composed of
glyphosate and oryzaline, combined and applied according to label directions.
In addition, the Contractor shall implement their Water Pollution Control Program prior to the start
of construction, as specified in these Technical Provisions.
Note: Document 00850 Paragraph 6 requires contractor to document location, dimensions, and
Standard Detail reference number of all existing pavement markers, markings, and legends. Said
documentation is subject to the approval of the Engineer prior to removal of raised pavement
markers, pavement markings and legends.
100-3 PROJECT SITE MAINTENANCE
Throughout all phases of construction until final acceptance, including any periods of work
suspension, the site shall be kept clean and free from rubbish and debris. The Contractor shall
furnish and operate a self-loading motor sweeper with spray nozzles at least once each working day
or more frequently if determined by the engineer for the purpose of keeping paved areas acceptably
clean wherever construction, including restoration, is incomplete or in progress of being complete.
The Contractor shall abate dust by sprinkling water or other means as necessary, but the use of water
resulting in mud on public streets will not be permitted.
Excess excavated materials from any source shall be removed from the site immediately. Materials
and equipment shall be removed from the site as soon as they are no longer necessary.
2018 Pavement Maintenance Phase 2 General Requirements
Project No. 2019-102 112
As work progresses and before the final inspection, the site shall be cleared of equipment, unused
materials, and rubbish so as to present a satisfactory clean and neat appearance. All pavement areas
shall be swept with a street sweeper immediately prior to the final inspection. All concrete areas
shall be broom cleaned. All topsoil areas shall be raked. All cleanup costs shall be included in the
Contractor’s bid. In the event that the Contractor fails to perform this final cleanup, the Agency may
remove and/or dispose of the articles or materials at the Contractor’s expense.
Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed
immediately and the area cleaned.
100-4 SANITARY FACILITIES
The Contractor shall provide and maintain enclosed, portable restrooms for the use of personnel
engaged in the work. These accommodations shall be maintained in a neat and sanitary condition,
and shall comply with all applicable laws, ordinances, and regulations pertaining to public health and
sanitation.
100-5 STAGING & STORING
The Contractor shall store all equipment and materials in a manner which does not interfere with
public right of way. No equipment will be allowed to be parked overnight within the limits of the
public right-of-way. Contractor may make arrangements with Stevens Creek Quarry at 408-253-
2512 for temporary staging areas. All costs associated with securing a staging area is the
responsibility of the Contractor. Contractor will also be required to provide proof in writing from any
property owner that the Property is allowed for use as a temporary staging area.
Contractor shall take adequate measures to secure all equipment and materials at the staging area
after the completion of work each day. The City will not be responsible for any damage or loss
incurred on Contractor’s equipment or materials.
100-6 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS
The Contractor shall be responsible for the protection of public and private property adjacent to the
work and shall exercise due caution to avoid damage to such property.
Immediately preceding surface treatment, the contractor shall cover all grates, slotted
manholes and other appurtenances on and adjacent to the pavement that would allow entry of
the sealing materials. Mask with roofing paper or other approved material, all closed manhole
covers, water and gas valve box covers, monuments, monument boxes, etc. These locations
shall be referenced with a sufficient number of control points to relocate after the su rface
treatment is complete. As soon as the seal sets, drainage inlets shall be uncovered and cleaned.
All other surface utilities shall be uncovered within 5 working days after completion of the seal
2018 Pavement Maintenance Phase 2 General Requirements
Project No. 2019-102 113
at each location. All utility covers shall be cleaned of rubber chip, conventional chip, slurry or
micro seal material when uncovered.
The Contractor shall repair or replace all existing improvements within the right-of-way or on
adjacent private property which are not designated for removal, but that are damaged or removed as a
result of its operations. Repairs and replacements shall be at least equal to existing improvements
and shall match them in finish and dimension.
100-7 REFERENCES
All references to ‘State’ in any of the contract documents or referenced standards or publications
shall mean the City of Cupertino.
All references to ‘Engineer’ in any of the contract documents or referenced standards or publications
shall be the designated representative of the City of Cupertino. Unless otherwise indicated in writing
by the City, this shall be the Director of Public Works or his/her designee.
100-8 MEASUREMENT AND PAYMENT
Payment for work required under the General Requirements shall be included in the prices bid for the
individual items of work and no additional compensation will be allowed therefore unless
specifically noted otherwise.
2018 Pavement Maintenance Phase 2 General Requirements
Project No. 2019-102 114
SECTION 101
NOTIFICATION REQUIREMENTS
100-1 NOTIFICATION REQUIREMENTS
The contractor shall provide advanced notification to residents and businesses as follows:
Advanced Notification Doorhanger:
The Contractor shall submit a sample door hanger to the City of Cupertino for review and
approval. At a minimum, the doorhanger shall included the type of work to be completed,
location, scheduled dates of work, hours of work, access during construction and contractor
contact information. The door hanger shall be distributed to residents and business along
effected streets at least 48 hours but no more than 96 hours prior to commencement of work.
Notification will be necessary prior to Chip Seal or initial surface treatment and, when
applicable, a second time prior to slurry seal or micro surfacing.
Night Work Notification
The Contractor shall mail advanced notification of night work to residents located within 750’ of
the limits of night work. The notice shall include dates and times of work to be completed. The
Contractor shall submit a draft notification for review and approval prior to mailing.
Posting and Towing
Dated “No Parking Tow Away” signs shall be provided by the contractor and posted a minimum
of 72 hours in advance of all work requiring that cars not be parked on the street. The specific
dates and times of work shall be written on signs in two-inch-high letters with a ¼-inch felt black
marker. Signs shall be posted on Type II barricades, 50 feet on center and removed immediately
after the work is completed. These shall be supplied and paid for by the Contractor and updated
as necessary. The Contractor shall adhere diligently to said written schedule. The Contractor shall
update signs as necessary. The Contractor must notify Cupertino Code Enforcement Officers at
(408) 777-3182 with locations of posting to start and verify forty eight (48) hour notice.
2018 Pavement Maintenance Phase 2 General Requirements
Project No. 2019-102 115
SECTION 102
RESTRICTIONS ON CLOSURES OF TRAFFIC LANES
102-1 Restrictions on Closure of Traffic Lanes
The streets shall be open for use by public traffic on Saturday, Sunday, and any day designated by the
City as a legal holiday; before 8 a.m. and after 5 p.m., Monday thru Friday, or any day preceding a
designated legal holiday; and when construction operations are not actively in progress on working
days. During daily construction operations, there may be certain peak traffic hours that would
require the Contractor to alter the construction schedule in order to minimize the impact of the work
on the public’s convenience.
The following provisions shall apply on the listed street segments:
Street
Special Traffic Control Provision
Arterials:
One lane in each direction of traffic shall be maintained
at all times. The roadway shall be open for two-way
traffic at all times.
Collectors:
On four lane streets, one lane in each direction shall be
maintained at all times. On two lane streets, flagmen
shall be used to maintain traffic flow.
Streets Near Schools
See Attachment A
Traffic may be limited to only local traffic during the
period between 9:30 a.m. and 2:30 p.m or when school
is out of session. Flagman shall be used to control
traffic.
Residential
All other streets
Traffic may be limited to only local traffic during the
period between 8 a.m. and 4:30 p.m. Flagmen shall be
used to control traffic.
Refer to “Attachment A” – Work Hour Restrictions for working hour requirements for each
street or street category.
2018 Pavement Maintenance Project - Phase 2
Estimated Quantities
Area 1 Area 1 Area 1 Area 3 Area 3 Area 3 Area 3 Area 3 Area 3 Area 3
Castine Meteor Dr Amulet Dr Pumpkin Ct Pumpkin Dr Pennington
Ln Shannon Ct Cranberry Dr Elm Ct Holly Oak Dr
Rumford to
Gardena Castine to Mary Castine to
Nathanson
Pumpkin to
End
Cranberry Dr to
Bubb
Woodlark to
Pumpkin Bubb to End Holly Oak to
Woodlark Bubb to End Bubb to
Cranberry
Area (SF)72700 43546 37649 7000 24000 14600 16900 35,100 13,848 22042
1 Traffic Control LS ----------
2 Crack Treatment LS ----------
3 Micro Surfacing SY 8078 4838 4183 778 2667 1622 1878 3900 1539 2449
4 Install Blue RPM's @ Fire Hydrant EA 2 0 0 0 2 1 0 2 0 1
5 12" Yellow Crosswalk (Thermo)LF 0 0 0 0 100 0 0 0 0 0
6 12" White Crosswalk/Limit Line (Thermo)LF 20 40 25 0 0 0 25 0 20 25
7 24" White (Thermo)LF 0 0 120 0 0 0 0 0 0 0
8 24" Yellow (Thermo)LF 100 0 0 0 0 0 0 0 0 0
9 Striping Detail # 22 (Thermo & Markers)LF 365 0 0 0 0 0 0 0 0 0
10 "STOP" Legend (Preformed Thermo)EA 0 2 1 0 1 0 1 0 1 1
11 "SLOW" legend (Preformed Thermo)EA 2 0 0 0 0 0 0 0 0 0
12 SCHOOL" legend (Preformed Thermo)EA 2 0 0 0 0 0 0 0 0 0
13 "XING" Legend (Preformed Thermo)EA 2 0 0 0 0 0 0 0 0 0
14 "25" Legend (Preformed Thermo)EA 0 1 0 0 0 0 0 0 0 0
UNITBID
ITEM
NO.
BID ITEM
116
2018 Pavement Maintenance Project - Phase 2
Estimated Quantities
Area (SF)
1 Traffic Control LS
2 Crack Treatment LS
3 Micro Surfacing SY
4 Install Blue RPM's @ Fire Hydrant EA
5 12" Yellow Crosswalk (Thermo)LF
6 12" White Crosswalk/Limit Line (Thermo)LF
7 24" White (Thermo)LF
8 24" Yellow (Thermo)LF
9 Striping Detail # 22 (Thermo & Markers)LF
10 "STOP" Legend (Preformed Thermo)EA
11 "SLOW" legend (Preformed Thermo)EA
12 SCHOOL" legend (Preformed Thermo)EA
13 "XING" Legend (Preformed Thermo)EA
14 "25" Legend (Preformed Thermo)EA
UNITBID
ITEM
NO.
BID ITEM
Area 3 Area 3 Area 8 Area 8 Area 8 Area 8 Area 11 Area 21 Area 21
Woodlark Way Cranberry Cir Leeds Ave Galway Dr Donegal Dr Jamestown Dr Linda Vista Dr Craft Dr Sorenson Ave
Cranberry to
Pennington
Cranberry to
End
Primrose to
Donegal
Barnhart to
Prospect
Leeds to
Primrose
Prospect to
Plum Blossom
Dr
McClellan to
Hyannisport
Finch to
Sorenson Craft to Finch
20166 11440 21000 10020 26300 51,500 34,500 26,100 14,800
---------
---------
2241 1271 2333 1113 2922 5722 3833 2900 1644
1 0 2 1 1 2 0 1 1
0 0 0 0 0 0 0 110 0
0 0 0 100 0 100 200 0 0
0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 120
0 0 0 0 0 0 450 40 40
0 0 0 1 0 1 2 1 1
0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0
0 0 0 1 0 1 0 0 0
117
2018 Pavement Maintenance Project - Phase 2
Estimated Quantities
Area (SF)
1 Traffic Control LS
2 Crack Treatment LS
3 Micro Surfacing SY
4 Install Blue RPM's @ Fire Hydrant EA
5 12" Yellow Crosswalk (Thermo)LF
6 12" White Crosswalk/Limit Line (Thermo)LF
7 24" White (Thermo)LF
8 24" Yellow (Thermo)LF
9 Striping Detail # 22 (Thermo & Markers)LF
10 "STOP" Legend (Preformed Thermo)EA
11 "SLOW" legend (Preformed Thermo)EA
12 SCHOOL" legend (Preformed Thermo)EA
13 "XING" Legend (Preformed Thermo)EA
14 "25" Legend (Preformed Thermo)EA
UNITBID
ITEM
NO.
BID ITEM
Area 22 Area 8 Area 22 Area 22 Area 22 Area 22 Area 22 Area 40
Pendergast Ave Barnhart Pl Carver Dr Tuggle Tuggle Pl Johansen Dr Meiggs McClellan Pl
Johnson to E
End
Galway to
Jamestown
Newsome to
Tuggle
Tuggle Pl to
Wunderlich Tuggle to End Meiggs to
Pendergast
Tantau to
Morengo
McClellan to
End
68,000 20,800 45,200 35,700 8,000 36,000 26600 8717
--------1
--------1
7556 2311 5022 3967 889 4000 2956 969 83581
0 1 0 0 0 1 2 0 21
0 0 0 0 0 0 0 0 210
130 0 0 25 0 0 0 20 730
0 0 0 0 0 0 0 0 120
0 0 0 0 0 0 0 0 220
0 0 0 0 0 0 0 0 895
4 0 0 1 0 0 1 1 20
0 0 0 0 0 0 0 0 2
0 0 0 0 0 0 0 0 2
0 0 0 0 0 0 0 0 2
0 0 0 0 0 0 1 0 4
TOTAL ESTIMATED
QUANTITY
118
Attachment A - Work Hour Restrictions
STREET NAME FROM TO Working Hours
Castine Ave Rumford Dr Gardena Dr M-F 9:30 AM - 2:30 PM or when school is out of session
Metero Dr Castine Ave Mary Ave M-F 9:30 AM - 2:30 PM or when school is out of session
Amulet Dr Castine Ave Nathanson Ave M-F 9:30 AM - 2:30 PM or when school is out of session
Pumpkin Ct Pumpkin Dr End M-F 9:30 AM - 2:30 PM or when school is out of session
Pumpkin Dr Cranberry Dr Bubb Rd M-F 9:30 AM - 2:30 PM or when school is out of session
Pennington Ln Woodlark Way Pumpkin Dr M-F 9:30 AM - 2:30 PM or when school is out of session
Shannon Ct Bubb Rd End M-F 9:30 AM - 2:30 PM or when school is out of session
Cranberry Dr Holly Oak Dr Woodlark Way M-F 9:30 AM - 2:30 PM or when school is out of session
Elm Ct Bubb Rd End M-F 9:30 AM - 2:30 PM or when school is out of session
Hooly Oak Dr Bubb Rd Cranberry Dr M-F 9:30 AM - 2:30 PM or when school is out of session
Woodlark Way Cranberry Dr Pennington Ln M-F 9:30 AM - 2:30 PM or when school is out of session
Cranberry Cir Cranberry Dr End
Leeds Ave Primrose Way Donegal Dr M-F 8:00 AM - 4:30 PM
Galway Dr Barnhart Pl Prospect Rd M-F 8:00 AM - 4:30 PM
Donegal Dr Leeds Ave Primrose Way M-F 8:00 AM - 4:30 PM
Jamestown Dr Prospect Rd Plum Blossom Dr M-F 8:00 AM - 4:30 PM
Linda Vista Dr McClellan Rd Hyannisport Dr M-F 8:00 AM - 4:30 PM
Craft Dr Finch Ave Sorenson Ave M-F 9:30 AM - 2:30 PM or when school is out of session
Sorenson Ave Craft Dr Finch Ave M-F 8:00 AM - 4:30 PM
Pendergast Ave Johansen Dr E End M-F 8:00 AM - 4:30 PM
Barnhart Pl Galway Dr Jamestown Dr M-F 8:00 AM - 4:30 PM
Carver Dr Newsome Ave Tuggle Ave M-F 8:00 AM - 4:30 PM
Tuggle Ave Tuggle Pl Wunderlich Dr M-F 8:00 AM - 4:30 PM
Tuggle Pl Tuggle Dr End M-F 8:00 AM - 4:30 PM
Johansen Dr Meiggs Ln Pendergast Ave M-F 8:00 AM - 4:30 PM
Meiggs Ln Tantau Ave Morengo Dr M-F 8:00 AM - 4:30 PM
McClellan Pl McClellan Rd End M-F 8:00 AM - 4:30 PM
2018 Pavement Maintenance Phase 2
Project 2019-102 119
DR
HOLLY OAK DR
SHANNON CT SEPT
EMBERAVEORANGEIMPERIALBEARDON DRN STELLING RDLAVINA CT
VISTABYRNE AVERDMcCLELLAN RD
DOLORES AVE N PORTAL AVECT
BOLLINGER RD
STEVENS CREEK BLVD GREENLEAF CTMINE CT
STEVENS CREEK BLVD
S TANTAU AVEN STELLING RDTAMARIND CTAVE
E ESTATES DRJOLLYMAN LN
SQUIREWOOD WAY
ALVES DR
SPRING CTSPRING CTLOMITADR
PLJANICE AVECTWAY
C TUNITED ALVES DRMARCY CTDR
TULITA CT
STEVENS CREEK BLVD
WEYBURN LNBEARDON DRFT BAKER DRWILKINSON AVEMADRID RDDA VISTA PLDR
AINSWORTH
CRESTON
VENTANA DRGROVELANDDR
RD ROSESAGES STELLING RDPEPPER TREEFLORA
CARRIAGE CIR
COUNTRY
LIN
D
YLINDY LN DRCHADWICK PLSTVISTA DRD R
CLIFF
CIR
F A L L C T
O C T O B E R
A U G U S T LN
F IE S T ACRA
NBERRYFESTIVAL CT
BUBB RDELM CT
OAK MEADOW CT LNMORNINGEVENINGFALL CREEKCOPPERRAINTREEFOREST SPRING CT SEVENSUNSETMARIANI AVE
YONHERON AVEDE PALMA LN
DR FINCH AVESUISUN DR
PACIFICA DR FARALLONE DRNILE DRINFINITE LOOPLINDY LNCTREGNARTPLMTCREST DRMERRIMAN RDRIVERSIDE
SANTA LUCIA RD
STEVENS CANYON RDSILVER OAK CT
SILVER OAK LN
LONG OAK LNQUEENS OAK CT
LAZANEO VIRGINIADR VILLA DEANZAAVEKENT
W
O
O
D AVEDUMAS DRVISTADRHUNTERSTONPLS STELLING RDMI
LKYWAY
ROBI
NDELLWAYDRDRYORKSHIREDR
BELKNAP CTBELKNAP
DRDR DRGLENCOEGLENCOEDRBIANCHI WAYORLINE CTHILLS LNTUSCANY PLLOCKFORD CT
HOLLANDERRY PL
CRESTLINE DRCANDLELIGHTWAYKINGSBURY PL
MOLTZEN DR
SC
OTLAND SPRING CTSPRING CTSEVEND R
EATON PL
KINST CT CLOVERLY CTRIVERCREST CT
TOMKI CT
UPLAND CT
LA PALOMA DR
DR
VISTA
LOMITA AVECARMONA CTRIFREDI CT
BYRNE CT
ALCALDE RDCRISTOREYPL
TILSON
LNTWIG
JUDY AVELOREE AVE
LOREE AVE STERLING BLVDAV E
LN
BRET AVESTERN AVEDRMORETTIMENHARTWUNDERLICH DRCALVERTDRJOHNSON AVEAVE
BUCKTHORNEWAYLONGFELLOWWAYCALABAWRIGHT AVEKIMBERLYPOCATELLO A V E LAURENTIANSHATTUCK
HYANNISPORT DR
HYANNISPORT DRCRESCENT CTCENT AMELIA CTSTONYDALE DRSTRDAINSWORTHCTRD
D E A N C TCTALDERNEY CTCTVIA
ST
CAROLINE DR
MADERA
DR
DEXTER DR
ANSONEMPI
REAVETOWN
STATE H
W
Y 85
CENTER LN
McCLELLAN RD
ESTATESLN PHIL
PINNTAGE PKWYPARISH PLOAKDELL PL
WOODBURY DR
CT
CORTE MADERA LN
MONTE CT
HERMOSA AVE
SEVEN SPRINGS DR
RUNO CT
RALYA CT
AVELOREE
COZETTE LN
ANNE LN
ORANGE BLOSSOM DR WAYWAYMI
L
L
ER AVEMILLER AVEN TANTAU AVEALLEY ALLEYMcCLELLAN PLFOUNTAIN BLUE APTSAVE
TILSONN WOLFE RDPRUNERIDGE AVE
N TANTAU AVEFINCH AVESHADYGROVE CTWAYONDA
SLASWAY
NANCY CT
CHERYL DR TERRY WAYPARADISE DRTONITAWAYWESTACRESDRBONNY DRBONNY DRLN
S DE ANZA BLVDBROOKVALEC
R
E
S
T
O
N
DR
BERKELEY CTFITZGERALD DR
S
T
O
K
E
S A
V
E
UNIVERSITY WAY
SANTA CL
ARAHOOSHANG CTC TBUBB RDBUBB RDLAWRENCE EXPWYINTERSTATE 280
WEST
V
AL
L
EY WEST
VALLEY W
EST F
W
Y
VALLEY W
EST F
W
Y
W
E
S
T V
A
L
E
Y F
W
Y
ORANGEWOOD ST
VALLEY
CIRCT
AVE
MEDICUS CT
STARRETT CT
STERLING BLVDBARNHART
AVE
AVEPENDERGASTDR
S
P
RIN
G
S
P
K
WY HOWARDDRHANCOCK DR
BALDWIN DR MACKENZIEDRDAWSONDRGRINELL CTSTRAYER DRWUNDERLICH DRLOWELLDRLAHERRANDRDR
DR
DR
DR BANDLEYDRVALLEY GREEN
DR
PENI
NSUL
A AVES
OU
T
H
S
H
O
R
E
C
T ASTERSEEBER CT
STAU
DR
PEACH BLOSSOM
MELODY LN
SHASTA
WESTMOOR WAYLOCKWOOD DRLOCKWOODJUAN
REGNARTREGNART
WAYUPLANDRAINBOW
LNDOROTHY ANNE WAY
LILY CTANN ARBORAVED RPEBBLE PLAMULET PLA M U L E T GRAPNEL PLCASTINEESQUIRE PLDR
D R
METEORPLMcCLELLAN RD
PARK
PARKMELLO
PLRICHWOOD CT
WHITNEYWAYCLIFDENWAY
GILLICK
MARTINWOODWAYLYNTON CTFARALLONE DRFARALLONE DRLA RODALARODADAVISO NAVERAM PART AVECLIFFORD DR AVEBETTEBETLINAVECTBRENTDISNEY LN
BROOKGROVELNFERNGROVEDRWILLOWGROVELNHYDEAVE W A Y
ARATALOREES TANTAU AVETILSON
JOHANSENCT
MURIEL LN
JOHNSON AVEJOHNSON AVEPROUTYWAYBOLLINGER RD
KIMBERLY ST
HUNTINGTONGLENVIEW AVEWAY
HUNTER
CARVERAVE
NEWSOM GASCOIGNE DRDRAVE
NEWSOM
DRHANNASTEVENS CREEK FWYMARIANI AVE
LAZANEO DR SWANW A Y S BLANEY AVEN BLANEY AVELUBEC ST
DRWESTERNDR
SOLA STTULA LNCALI AVE BILICH PLTONI CTMYER PLWHEATON DR
MILFORDMARY AVEAVENATHANSONMETEOR
MILLARD LN
AVE
HART CTOAK
GREEN DR
ANN CT
AVE COLUMBUS ANN ARBOR CTGARDENSIDE
DR
FARMINGHAM WAY CHELMSFORDDR
FALLENLEAF LN
FALLENLEAF LN
LN
STANFORD PL
ROLLINGDELL ANNETTE WAYROLLINGDELL CTKENTWOOD AVECHASELNCOLONY MERRITT DRORANGETREE CTJUNIPERO SERRA FWY
OLIVEWOOD ST
DRAKE
DR
GARDENSIDE CIR
CANDLEWOOD
COTTONWOODCTPERIMETER RDPERIMETER RDRDPERIMETERSPRING CTVISTAPALOWOODRIDGE CTCAMINO VISTADUBON AVE S FOOTHILL BLVDRDSAN
NORMANDY
NEWCASTLE
WAY ENGLISHOAKWAYPOPPY DRPLHENEYC
R
E
E
K
WUNDERLICHCASSBAHL STALPINE
STARLING
FOOTHILL BLVDHARTMAN DR
CHACE DRPL
DR
C R A N B E R R Y
MARIA ROSA WAYSANTA TERESA DRDR
AVOCADO PLCOLD HARBORAVERICHWOODDRE ESTATES DRVICKSBURGDRVICKSBURG
DR
HALL CT
EDWARD
ATHERWOOD AVEATES DRLA MAR CT
MILLER AVECANDLEWOODDRCT
WAY
LN
DR
STENDHAL LNCHELMSFORDDRBARRINGTON BRIDGE LNCT
ASHBOURNE CT
MACADAM LNANN PLBRENDA CT PORTAL PLZ
BYRNE AVELINDENBROOK
WILLOWBROOK WAYW ESTATESE ESTATES DRBROOKWELLD R
ALDERBROOKBLAZINGWOOD AVECOTTONWOODDRLNMY R T L E W O O D D R
BLUE HILL DR BLUE HILL
VIA VICO
GOLDEN GATE
DRCHIALA
LNDR
WEYBURN LNDRDR
JOHN
LN
JANICE AVE
RIVIERA RDCIRSCENICSCENIC
LN
RAE
CLEARWOOD
M cC LELLAN
COLUMBUS
RUCKER DR
AVE
CASTLETON
WAY
EVULICH CT
BAXLEY CT ROSARIODRYDEN AVEVISTALEAVESLEYAVE
CIR
V IE WSPANISH OAK CTLAZY OAK CT CARTA BLANCACARNOUSTIE CT
BALUSTROL CT
McCLELLAN
PALM
SOUTH IN T E R S T A T E 2 8 0INTERSTATE 2 8 0
TRESSLER CT
ECHO HILL CT
CLASSIC CT
ST ANDREWS AVECORDOVA RDA L P IN E
ORCHARD CT
DR
H U B B A R D A V E HUBBARD AVEG I A N N I N I D R GIANNINI DRMEADOWAVECARLYSLE AVE
HUDSONDR
HILLSDALE CT
S U L L I V A N
DR
HYDE
AVEHYDE
AVEHARLANDR
TOMPKINS
DR
AMAPOLA
CASTANO DRNARCISO CTOLMO CTLARKLINNETKILLDEER CTSHETLAND
PL
LUCILLE AVE
S BLANEY AVEWEYBURN LNFARG O
HAN FORD
GAR DE N GATE
DRMAXINE AVEDR
AVONDALESTWINDSORSTARLINGTONMELVIN
DRCYNTHIA LNJACQUELINE WAYAVONDALEWINDSORLNSTLINDY
INTERSTATE 280
IN T E R S T A T E 2 8 0
INTERSTATE 280
INTERSTATE 280
PRING CT
PARKWOOD DR
PRUNERIDGE AVE
ACCESS VALLEY
A V EA
V
E MARY AVERUMFORD
G R A N D
BUBB RDALHAMBRAA
V
E
N
O
E
L A
V
E
LAWRENCE EXPWYROSEMARIE PL CRAFTDR
SORENSON AVE
GREENWOOD DR
SILVERADO AVE
CLAY ST
REGNART RDCANYONKESTER DRMIR
A
M
O
N
TE R
D
RICARDO RD
REGNART RDDRPLMCKLINTOCK LNMcCLELLAN RDMcCLELLAN RDDEEPDRRD
CLUB HOUSE LNSAN LEANDRO AVESANTA
P
A
R T
H
R
E
E D
R SCENIC CTPLPACIFICA DRSAN FERNANDO AVESANFERNANDO
L N
RAINBOW DR
FOLKESTONE
WELLSPRING CTGREEN DR
ACCESS VALLEY
DR
MERRITT DRCT
AVEN WOLFE RDN WOLFE RDAMHERST
INTERSTATE 280
INTERSTATE 280
LAWRENCE EXPWYAPPLE TREE
CHERRYTREE LNLNHOWARD
MILLER AVEPHIL
CALLE DE BARCELONA
ZAS CIR JOHNSON AVETUGGLE PLMORENGOS TANTAU AVELAWRENCE EXPWYL O N G F E L L O WSTATE HWY 85PENINSULAR AVE
S P R IN G
SPRING CTCTDE A N Z A
STEV
E
N
S C
R
E
EK F
W
Y
CIR
SNDREA RDDE ANZA
CLARKSTON AVEPALOS WILKINSON AVELINDALA PALOMA DRCOLUMBUS
FLINTSHIRE ST
L
N BUBB RDBUBB RDSTMONROVIALA P L A Y A C T
R D
R E G N A R TTERRA BELLA DRPARISH PLDRRANDYLNCHAVOYA DR
CAROL LEE DRJOSEPH CIR
RANCHRDCRABTREE
J U N IP E R O S E R R A F W Y
CYNTHIA AVEJOHNSON AVEAVETUGGLE
MINETTEDRDRDR
CHELMSFORD DREDMINTONPHIL PLD
R
BIANCHINI LNBAXTER AVEBOLLINGER RD
BOL LIN GE R RDN FOOTHILL BLVDN FOOTHILL BLVDN FOOTHILL BLVDS FOOTHILL BLVDSTEVENS CANYON RDLOZANO LN
M IS S IO N W A YDUCKETT WAY
SHARON DRTRIUMPHPROSPECT RD LOCH LOMOND WAYDEVON WAY
DR
CORONADO DR
BARK LN DRDRBECKER LNS DE ANZA BLVDN DE ANZA BLVDN DE ANZA BLVDFINCH AVERODRIGUES
AVEDANUBE DRAVETORRELAS ONDAS
RD
CHANTEL CT
W
EST VALEY F
W
YGREENGREENLEAF
DUN BA R
ACADIA CT
DR
PLINTERSTATE 280INTERSTATE 280
JUNIPERO SERRA FWY
PLN DE ANZA BLVDINFINITE LOOPRANDYWAYLNVISTA DRN BLANEY AVEBAYWOOD
DRPEAR TREE LNBAYWOOD DRCTDEODARA DRAUBURN
TWILIGHT CT
AVEFOREST
DENISONCOLBYMCLAREN PLSCOFIELD
DR
SUNRISE DR
RODRIGUES AVE
SHELLY
WHEATON DR
N BLANEY AVEN PORTAL AVESTEVENS CREEK BLVD
ELENDA DR
JUNIPERO SERRA FWY
INTERSTATE 280
SAICHWAYBANDLEYDRPARLETTWILL CTWOODHILL CT SIERRASEVENPINEBROOK LNWE
S
T
S
HOR
E
CT
RIDGE CREEK CTWALNUTPALMOLIVEVINEYARDOAKBIRCHSPRING CTINTERSTATE 280
SPRING CTPARKCTSPRI
NGSDRSPRING CTSPRING CTSPRING CTJUNIPERO SERRA FWY
INTERSTATE 280
INTERSTATE 280
DANIEL WAY
MONTCLAIRDRHILLSDALE AVEHILLSDALE AVEFULTON CTRAINBOW DR
RANDOLPH AVE
CODY CT
DE SOTO AVE
MAGELLAN AVE LASALLEAVEVALLCO PKWYLARRYWAY
CT
FRIARSL N
PALOMA RD
C
A
N
Y
O
N
R A I N B O W C T
SEVEN
SE V E N S P R IN G DR
McGREGOR WAYDARTMOOR
E
D
DIN
G
T
O
N P
L
S BLANEY AVEWINDSOR WAYKINTYREWAY
PAULA AVE
AVE
SARATOGA VILLA PLWILDFLOWER
PLUMLNDR
WAY
DR
CTWATERFORD DR
L E E D S AVE
LNBARNHART PRIMROSEDRD O N E G A L DR
P L
GALWAY DRPROSPECT RD
SARATOGA SUNNYVALE RDWO OD
FFER
LN
STEVENS CREEK BLVD
SPRING CT CTSPRING CTBELLA PLVERDEOREPL CTGLENTREE DR
BOLLINGER RDMILLER AVES DE ANZA BLVDMANN DRMANN DRKIRWIN LNCTWILSONDRAVEAVEGRANADA AVE
IMPERIALPASADENAAVEOLIVE AVE
MURANO CIR
STEVENS CREEK BLVD
BYRNE AVEALMADEN AVE
OAKVIEW LN
DR DRAVEWINSTON WAYV I L L A CIRCIR
VILLAPARK V I L L A CIR
RANCHO
LILAC
AVELILY
L IL A C C T
CTF
E
S
TIV
A
L
DR ROSE BLOSSOM DRRESULTS WAY
DRDRL
E
O
N
G
C
T
DR
GARDENA DR
GARDENA CTHALE PLDR
AVEGRENOLA DR
HAZELBROOK DR
LAURETTA
CTDRFENWAY
WAYALVES DR
ANTONLILY AVE
DR
WEYMOTH DRLN
SQUIREHILL CT
MANITA
CTELMSFORD DRWEST
HILL CTWEST HILL LN
HOLLYHEAD LNPLBERLAND CT
SHADOWHILLCREEKLINEDRPENNINGTON LNWOODLARK WAY
K R Z IC H
AVE DRPUMPKIN
C IR
ORION LN
LUNAR CT
DERBYSHIREADELHEID CTB LVDHILLCREST BREWER AVECHISHOLM AVED
E
M
P
E
S
TE
R
GREENLEAF
CHRISTENSEN
McCLELLAN RDADRIANAPLDRLAP PHAR CREEK CT AVEDRSANTA TERESA DRTERRACE DRCARMEN RDPLRAMONA CTGLE N
PL DRROCK SPRING SPRING CTSPRINGS LNSUNRISE DR
LN
RAINBOW DRRUPPELL PLGARDENSIDEKIM STLONNAWAYFELTONWAYBLOSSOM LN
ERIN WAY
KIRWIN
RAINBOW
DR
GALLI CT GALLI
PHYLLIS AVE
LINDY LNSTW RIVERSIDE
WAY
MASON
WAY
S BLANEY AVECLARENDON ST
S DE ANZA BLVDBOLLINGER RD
S BLANEY AVEBELVEDERELN
EDSEL DR MILLER AVECRAIGLANCERDRDRLNCORVETTEDR
DANBURYDR JUDY AVEBRET AVEDROAKTREEDRWHITEOAKDRGREENOAK DR
BIGOAK DR
BIGOAK CTKIM STVERNIE CTDE FOE DR
DUMAS DR WESTLYNNDE LA FARGE DR
HEATHERWOOD DR
BOLLINGER RDLN JOHNGLENVIEW AVE
GLENVIEW AVELANDSDALEAVELINDSAYAVEOAKVILLE AVEOAKVILLE AVEPINEVILLEAVEAVE
SUTTON PARK PL
MEIGGS LN
PRICE AVE
BIXBY
AVE WINTERGREEN DRS PORTALAVELA MAR DR
LA MAR DR
CT
DRS BLANEY AVEJOHN
DRPINOLE CTS DE ANZA BLVDCIR
WAY
YOSHINO
PHIL CTWUNDERLICHDRLN
BENTOAKRAINTREE CTLAWRENCE EXPWYRAINTREE DRDR
BOL LIN GE R RD
MANOR CTSHARONINTERSTATE 280
CIVIC PARK LN PARK GREEN LNMARY AVEPARK
CONGRESS PLPATRIOT WAY SENATE WAYFREEDOM DR PLPARKWOOD DR
MARY AVETULA CT
FAIRWOODS
CORY
RIDGE LN
B
L
OS
S
OMDR
McCLELLAN RD
KENMJOLLYMAN DRS STELLING RDH U N TW ALLIN CTCATALANO CT
STEEPLE
CLEO AVE
GARDEN MANOR CT
PLACE CT
GARDEN TERRACEDRGARDEN CREST CT
SPRINGS
SILVERSPRING CTCEDARSPRING CTCTSPRINGBRI
DGELAKE SPRING CTORCHARD SPRI NG L NORCHARD SPRING CTSPRING CTTIMBERVILLA MARIA CT
SUNDERLAND DR
ASTER CT
SPRINGCTSHASTAPLACERCLIFFORD DR
E E S T A T E S D R EESTSHADYGROVE BARNSTENDHAL LNSEVILLECORTE DEMADRIDCORTE DEDRMINETTEPL
D
RSTERN AVEVALLCO PKWY
PARKVIEW CT
MAPLEWOOD RDROSEWOOD RDGREENLEAF DR
CARTWRIGHT WAY
REINELLPLS DE ANZA BLVDCUPERTINO CITY CENTERCOMPLEX
VOSS AVE
MERRIMAN RDROYAL OAK WAY
SALEM AVE
AMADOR OAK CTWEEPING OAK CTSWAN OAK LNLIBERTY OAK LNBYERLY CTQUINTERNO STOCKLMEIRCT
CARMEN RDBELLEVUE AVE
NORTH
S FOOTHILL BLVDMARIANIST WAYMEADOW PLLEOLA CTPLSAKURA
CT
GREENWOODLINDA ANN CT
BENNETTI CT CTMEYERHOLTZRODRIGUES
PARKSIDE LNLINDA
DEEPROSE PLBRITTANY CTLAS ONDAS CT
MALVERNCTNORMANDY CTSOMERSET CTSOMERSET
OLD TOWN CTNEW HAVEN CTPROVIDENCE CTLIBERTY CTPRESIDIO
CTMICHAELANTOINETTE DRW A Y
PATRIC CT
LA RODA CT
BLA C K W O O D D R
HARLANCTCAPRIWAY
DE VILLEWAYCTCHARLENE
ALDERBROOKIMPERIAL WAY
CATALINA CTPALOS VERDES CTREDONDO CTMONTEREY CTLA JOLLA CTADDINGTONCTCREMTSTSANTA CANYON VISTADRCANGARDEN
CT
CTJAMESTOWNS
S
T
E
L
L
I
NG RDLN
C R E S
CLEARS BLANEY AVECT
CAMARDA
HOGUE
CT
VISTA CT
GASCOIGNE DRCULBERTSONLINROSE GARDENDE FOE DRCLIFFELEBANON DR
VISTAMIRAAVEVISTAMIRARDBLANEY CTPRADO VISTA DRWAYJAMES TOWNVAL
L
EY WEST
FWYUPLAND WAYWOOLEY WAY
CRAIG CT
RD
C
A
R
M
E
N CYPRESS DRPLUMTREE LNJUNIPERO SERRA FWY
PRUNERIDGE AVE
JUNIPERO SERRA FWY
STEVENS CREEK BLVDSTEVENS CREEK BLVDN PORTAL AVERIEDEL PLPLWHITEFIRNOBLE FIR
RED FIR
ERLAND AVESUTHCOLLINGSWORTH ST SEPTEMBER DRNOVEMBERNOONAN CT
SAN FERNANDO AVE
ALCAZAR AVE
ELDER
W
O
O
D CTSILVEROAK WAY
RANCHOVEN T UR A ST
CUPERTINO RD
SALE M AVE
VICEROY CT
D
R
VISTA KN
OLL BLVD
O A S IS C T KENDLERONALD WAYTERRACE DRBEL AIRE CT CONRADIA CT
ACCESS VALLEYGREEN DR
PARK CIR EBEEKMAN PL (PVT)
CEDAR TREE LN
PEACH TREE LNPRUNETREE LNPEARTREE CTFIG TREE CTMERRITT DR DRAKE CTCOLBY AVEDENISON AVENORWICHBARBARA LNBEARDON DRPARK CIR WMINERT
R
I
N
I
T
Y
S
P
R
I
N
G
C
T
PINEBROOK CTCTM
E
DIN
A CT
DRWALNUT CRRANCHO
ASTERWILDFLOWER CTWAY
FLOWER CT
BLOSSOM DR
POPPYVOSS AVE
RENCEDRFLO STOKES
CAMINO
DRA
V
EVIEW LNCTM E A D O WCREEKSIDE CT
OAKNOLL
M
A
NN DR
GARDEN VIEW LN
AVEMINAKER CTOROGRANDEJEANETTE CT
CHARRAINBOW DRELMSFORD DRC T OBSIDIAN CTN O VEM BER
VAI AVE
VARIAN WAY
LIN
DA VISTA DR BEAVEN DRDOS PALOSBERKSHIRECTWESTMINISTER ANTHONYPLOAKCREST CTOAKLEAF OAKLEAF CT PUMP
K
I
N CT
STAFFORDGRANADA AVE
TIPTOE
RAINBOW DR
LN
PERIMETER
APRICOT CT
BERRY CTSTEVENS CREEK BLVD BLANEY AVEALCAZAR AVE
¯
Location Map2018 Pavement Maintenance Phase 2
Project Area
City Boundary
City of Cupertino
I 0300 Torre Avenu e
Inspector's Document: CIPF09-07 I Cupertino, CA 95014-3202
T elepho ne:408-777-3354 , Fa x :40 8-777-333 3 CONTRACT CHANGE
ORDER FORM w/ CM
Change Order#: 2
TO: Graham Contractors
PROJECT:
2018 Pavement Maintenance Project -Phase 2 (City Project No. 2018-102)
Change Requested By: City of Cupertino
You are hereby directed to make the here in described changes from the plans and specifications or do the following described work
not included in the plans and specifications on this contract: Adjust to final quantities. Add striping items
Item No. Description Unit Quantity Unit Cost Total Cost
3 Micro Surfacina SF 1 ,014 $2 .09 $2,119 .26
4 Install Blue RPM's @, Fire Hydrant EA 22 $25.00 $550 .00
5 12" Yellow Crosswalk (Thermo) LF -210 $5.00 -$1,050 .00
6 12" White Crosswalk/Limit Line LF 114 $5.00 $570 .00
7 24" White (Thermo) LF -1 $10.00 -$10.00
8 24" Yellow (Thermo) LF 6 $10 .00 $60.00
9 Striping Detail# 22 (Thermo & Markers) LF -62 $3.60 -$223.20
10 "STOP" Legend (Preformed Thermo) EA -1 $995 .00 -$995.00
16 CCO 1 -6" White Thermo LF -203 $2.75 -$558.25
21 CCO 2 -Striping Detail # 25A LF 50 $3 .00 $150.00
22 CCO 2 -4" Blue Thermo LF 144 $5.00 $720.00
this change order total: $1,332 .81
Previous Change Order Amount: $ 17,645.25 -----------Tot a I Cost This Change Order: $1,332 .81 -----------Tot a I Changes To Date Including This Change Order: $18,978.06 -----------0 rig in a I Contract Amount: $ 290,769 .29 ----------..... Revised Contract Amount: $309,747.35 1------...-------
Contract Ti me Adjustment: L.. ____ o:J..,_W.,_o=r"'"'k"'"'in .. q-=Dc..aa""y""'s
We, the undersigned Contractor , ha ve gi ven ca reful consideration to the change proposed and hereby agree , if this proposal is approved , that we will
provide all equipment , furnish all mater ia ls , except as otherwise be noted herein , and perform all services necessary for the work above specified, and
will accept as full payment therefore the prices shown herein.
Note: This Change Order is not effective until approved by the Town Manager.
Accepted, December 7th '2018' Contractor: Graham Contractors
Date: ______ _
By : John Waiters , Title: Project Manager
If the Contractor does not sign acceptance of this Change Order, hi s attention is dire cted to the requirements of the specifications as to proceeding
with ordered work and filing a written protest with in the time therein specified.
Recommended By: Date: November 30 , 2018 , 2018
Construction Manager:
Approval
Recommended : n:oa ~ Sf\f2_; (/ 0~
--~-......_P.._r .... oj'""ec'""t """M""an"""a-;cit+-r""'s""'(g-'n""'at""ur.a...eaa....a"---=--
Date: , 2018
Approval ~
Recommended: _,
P-uhliorksW?c tor/City Engineer Signature
12 /r f/r 'i Date: , 2018
~
Approved : ~ (~ Date:\ , 2018
\ \ Cit y Manager Signa tur e
18-250 CITY OF Cupertino
2018 -October PROGRESS BILLING -PP #2
BASE BID
ITEM
NO. DESCRIPTION UOM
1 TRAFFIC CONTROL LS
2 CRACK TREATMENT LS
3 MICRO-SURFACING SY
4 INSTALL BLUE RPMs@ FIRE HYDRANTS EA
5 12" YELLOW CROSSWALK (THERMO) LF
12" WHITE CROSSWALK/LIMIT LINE
6 (THERMO) LF
7 24" WHITE (THERMO) LF
8 24" YELLOW (THERMO) LF
STRIPING DETAIL #22
9 (THERMO/MARKERS) LF
10 "STOP" LEGEND (PREFORMED THERMO) EA
11 "SLOW" LEGEND (PREFORMED THERMO) EA
"SCHOOL" LEGEND (PREFORMED
12 THERMO) EA
13 "XING" LEGEND (PREFORMED) EA
14 "25" LEGENGD (PREFORMED) EA
15 CC01 -YIELD SYMBOL EA
16 CC01 6" WHITE (THERMO) LF
17 "HANDICAP" (PREFORMED) EA
18 "NO PARKING" (PREFORMED THERMO) EA
19 ADDITIONAL TRAFFIC CONTROL DY
20 5% MARK UP LS
21 CC02 -STRIPING DETAIL #25A LS
22 CC02 -4" BLUE THERMO LS
CONT.
AMT
1
1
83,581
21
210
730
120
220
900
20
2
2
2
4
1
1,100
2
2
4
1
50
144
UNIT PRICE
$50,000.00
$24,900.00
$2 .09
$25 .00
$5.00
$5.00
$10 .00
$10.00
$3.60
$995.00
$1,025.00
$1,565.00
$1,040.00
$540.00
$1,224.00
$2.75
$588 .00
$630.00
$1,307.50
$840.25
$3.00
$5 .00
TOTAL
5% LESS
RET:
TOTAL:
AMT
$50,000.00
$24,900.00
$174,684 .29
$525.00
$1,050.00
$3,650 .00
$1,200.00
$2,200.00
$3,240.00
$19,900.00
$2,050.00
$3,130.00
$2,080.00
$2,160.00
$1,224.00
$3,025.00
$1,176.00
$1,260.00
$5,230.00
$840.25
$150.00
$720.00
$304,394.54
$15,219.73
$289,174.81
Billing to Date
QTY Unit Price Totals
1.00 $50,000 .00 $50,000.00
1.00 $24,900.00 $24,900.00
84,595.00 $2.09 $176,803.55
43.00 $25.00 $1,075.00
0.00 $5.00 $0 .00
862.00 $5.00 $4,310.00
119.00 $10.00 $1,190.00
706.00 $10.00 $7 ,060.00
838.00 $3.60 $3,016.80
19.00 $995.00 $18,905.00
2.00 $1,025.00 $2,050.00
2.00 $1,565 .00 $3,130.00
2.00 $1,040 .00 $2,080.00
4.00 $540 .00 $2,160.00
1.00 $1,224.00 $1,224.00
897.00 $2.75 $2,466.75
2.00 $588.00 $1,176.00
2.00 $630.00 $1,260.00
4.00 $1,307.50 $5,230.00
1.00 $840.25 $840.25
1.00 $3.00 $3.00
1.00 $5.00 $5.00
TOTAL: $308,885.35
5% LESS RET: $15,444.27
TOTAL: $293,441.08
OCT
QTY Unit Price
0.50 $50,000 .00
0.00 $24,900.00
589.00 $2.09
43.00 $25.00
$5.00
862.00 $5.00
119.00 $10.00
706.00 $10.00
838 .00 $3 .60
19.00 $995.00
2.00 $1,025.00
2.00 $1,565 .00
2.00 $1,040.00
4.00 $540.00
1.00 $1,224.00
897.00 $2.75
2.00 $588.00
2.00 $630.00
4.00 $1,307.50
1.00 $840.25
1.00 $3.00
1.00 $5.00
OCT SUB-TOTAL:
5% LESS RET:
Total due this
invoice:
Totals
$25,000.00
$0.00
$1,231.01
$1,075.00
$0.00
$4,310.00
$1,190.00
$7,060.00
$3,016.80
$18,905.00
$2,050.00
$3,130.00
$2,080.00
$2,160 .00
$1,224.00
$2,466.75
$1,176.00
$1,260.00
$5,230.00
$840.25
$3.00
$5.00
$83,412.81
$4,170.64
$79,242.17