HomeMy WebLinkAboutCC Resolution 13343 - Approving Construction Contract with American Ramp CompanyRESOLUTION NO. 13343
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CAMPBELL APPROVING AND
AWARDING A CONSTRUCTION CONTRACT WITH AMERICAN RAMP COMPANY, IN AN
AMOUNT OF $3701,057 TO PROVIDE EQUIPMENT AND INSTALLATION SERVICES FOR THE
COMMUNITY CENTER SKATE PARK RENOVATION (PROJECT NO. 25-00), AND ALLOW
THE CITY TO DISPENSE WITH ITS FORMAL BIDDING PROCEDURES AS SPECIFIED IN
CAMPBELL MUNICIPAL CODE (CMC) SECTION 3.20.030 (6) FOR THE PROCUREMENT OF
THESE SERVICES THROUGH THE CITY'S MEMBERSHIP WITH SOURCEWELL (A
COOPERATIVE PURCHASING FIRM) AND AMERICAN RAMP COMPANY'S (ARC)
PARTICIPATION AS A SOURCEWELL-CERTIFIED VENDOR; AND AUTHORIZING THE CITY
MANAGER TO EXECUTE SAID CONTRACT AS SPECIFIED IN CAMPBELL MUNICIPAL CODE
SECTION 3.20.100.
WHEREAS, the Campbell Community Center Skate Park, located at the Campbell Community
Center, was established as part of the 2005 Community Center Master Plan.
WHEREAS, for nearly two decades, its above -ground ramps have provided a valuable and
accessible space for local skateboarders to develop and showcase their skills; and
WHEREAS, in 2023, a member of the Parks and Recreation Commission recommended that the.
Community Center Skate Park be renovated; and
WHEREAS, as a heavily used amenity, the skate park has long exceeded its intended lifespan, and
its existing ramps no longer meet ASTM Safety Standards; and -
WHEREAS, at the July 2, 2024 meeting, City Council expressed desire to advance the schedule of
the Community Center Skate Park Renovation project which was previously approved under the
Parkland Fund and to be started in FY 2026 in the amount of $320,000; and
WHEREAS, at the November 19, 2024 City Council meeting, the City Council approved a budget
adjustment to allocate $100,000 of the remaining American Rescue Plan Act (ARPA) funds to the
Community Center Skate Park Renovation project; and
WHEREAS, ARPA funds were required to be under contract by December 31, 2024;
WHEREAS, due to the short turnaround time, the City would dispense with its formal bidding
procedures as specified in Campbell Municipal Code (CMC) Section 3.20.030(6) for the procurement
of these services through the City's membership with Sourcewell (a Cooperative Purchasing Firm)
and American Ramp Company's (ARC) participation as a Sourcewell-certified vendor; and
WHEREAS, in November 2024, the City entered into a formal agreement with American Ramp
Company (ARC), a nationally recognized firm specializing in skate park planning and construction,
to lead the design and related preliminary work for the renovation of the Community Center Skate
Park Renovation project; and
WHEREAS, the City and ARC collaborated to develop a community outreach plan to engage the
public in the design process; and
WHEREAS, at the May 7, 2025 Parks and Recreation Commission meeting, ARC presented the
findings from the community engagement process and collected final input from the Commission on
the proposed design; and
WHEREAS, with the approval of the FY 2026 CIP on June 17, 2025, Project No. 25-00 was fully
funded ($420,000) and ARC provided a quote for equipment and installation services in the amount
of $370,057; and
WHEREAS, staff recommends that the City Council approve and award a service contract to
American Ramp Company, in an amount of $370,057 to procure equipment, shipping and installation
services for the Campbell Community Center Skate Park Renovation project as sufficient funding is
available in the project's CIP budget to award the proposed contract, and implement additional
improvements, during FY 2025/26; and
NOW, THEREFORE, BE IT RESOLVED, that the City Council of the City of Campbell hereby: 1)
approves and awards a construction contract with American Ramp Company, in an amount of
$370,057 to provide equipment and installation services for the Community Center Skate Park
Renovation (Project No. 25-00), and allow the City to dispense with its formal bidding procedures
as specified in Campbell Municipal Code (CMC) Section 3.20.030(6) for the procurement of these
services through the City's membership with Sourcewell (a Cooperative Purchasing Firm) and
American Ramp Company's (ARC) participation as a Sou rcewel [-certified vendor; and 2) authorizing
the City Manager to execute said Construction Contract as specified in Campbell Municipal Code
Section 3.20.100.
PASSED AND ADOPTED this 4th day of November, 2025, by the following roll call vote:
AYES: Councilmembers: Bybee, Hines, Furtado, Lopez
NOES: Councilmembers: None
ABSENT: Councilmembers: Scozzola
APPROVED-
Serg' pez, r
ATTEST:
cz" aTe,&'as
Andrea Sa ers, City Clerk
CONSTRUCTION CONTRACT
This Construe-tion Contract ("C.ontracC-) is entered into and effective this day of
qhe " Effectl�,e Date % by and between the CITY OF C:AMPBELL.
( C:ivy�"), and :U-nerican Ramp Compa iv ("C=ontractor")referred to herein individually as a - arty -
and collectively as "die Parties."
t ER.EAS, The Cite hired American Ramp f `€ nipany to prow
the purpose of redesignitign the Canipbell Conum iLty¢ Center Park Slate. 9'
on Neon e ber 20, MIA-, and
WHEREAS,y City agrees to hire Contractor for
shipping and installation.- and
WHEREAS- C ntrac.ttxr represents. that it
ability to perform said work as outlined in the sd
is attached as Exhibit -A7-2 to this Contract.-
NOW.THEREFORE., in coals
the above Recitals. the Parties here; au
1. Term of Contract: Co&raci
promptly as practicable] � �t
c6111pletc Elie work- b Mp3,,1.
•V x'
stated, herein af& tote i
�.
C€►nrractor b %,4 L untess:t e
the. rsquirg' dI '.
t
f ryork pro vii
Ltlti1q, sier4'ices for
new Lnfrastructur'e.
portion of E]t C:acnpE�ell
to includ Flu pnhGtir
se, experEtse, means, and
gEhin the proposal, which
Loll of a&,,c�th�c � mutual promises, and incorp radng
sl &-mmtencv'ivFork within five ('5) working days [or as
apt df4a iitwn Notice, `1'o Proceed from the Cimr and
Lased on an. mareed upon work schedule. A]1 time limits
Contrict shall terminate upon the cohipletion, of
A. sooner pursuant to the Eernis of this Contract.
2. Scope of Work�rl. Schedule: Contractor wi11 perform Elie work consisteitt.with the
scope of work an'," �fflw1`61ule as defined and descrila4d in the: proposal attached hereto
as E.xhiLit A— Contraftor c�.�presenEs and warrants that C:ontracton () is fully experienced
and pro}tarl, qual lied`idperforin the class of work and service provided fir llereitt, (:ii) has
the financial capability required for the pterforniance of the work and services, and (iii ) is
pi-operly equipped and organized to perf'or n.the work and services ina. competent, timely,
and proper niw ner, iti accordance with the re4uirernents €►f this Contract. Contractor shall
supply all necessary labor, tools, matenals, supplies,.and equipment to perform the required
work.
1 Change in Slope of Work or ' %Iofk Schedule.
(a) Any change, in the scope of work to be done_ method of performance, nature of
materials or price thereof; 1-vork schedule changing, Elie. miniber cif ",orking, days, or
to any° other matter rataterially affecting the performance or nature of the services will
not be paid for or accepted unless such change.- addition or deletion is approved in
advance by the. C.ity in a i�Titten Contract Climmoe Order,
Construction Contract -
(b) `L' he cllan4 es ;vi[l be set forth it) written Contrast Ch ulze Cjrdc.ry which specify the
work to be done in conli-ection with rise. clian« ,. the basis of cotnpensanon for the
.and any adjustirients to the %vork schedule. or ivork completion date.. Such
Change Orders shall be approved by the City. Upon rec.eipt of ui approved
Contract C'.h.an-:: tJrter. or of a Written authorization froth the City 5etttlt forth a
deseription of the chatt_se. and a ee.��d upon clisyn_es in contractpr-- c. the. Ccatmetor
shall proceed with the. work so ordered:.
(e) 111 the absence of an approved Contract C'lia ige Order or t; rttten- authorization, the.
C.ontraetor.Shal! not be entitled to paytaie.:ilt for any cLl,-,ii dt r extra work or any
ad�justrnent to the work schedule or work
(d) When the changes hicrease or dve.rease. die cos �f:t, e work. atl'adjuitmeatt of the.
Contract price Nvill be made as set forth stt;�the Chaage Order. C-ci•it tot- shall
receive compensation at the fees and fau 'o ag,eced upon in writing.
(e) Contractor shall not be entitled toil adjusttt, tit,.Ltt.,-,die. conlpcllsat on or work
schedule for delay. disruption, or me er nce cad§edl, '�. oi- NviEhin the control of
C":onteactor_ Belay, disruption. aid J.ht,eYR�feMCe attr9l?;utable. to and within the
control ofa subcontractor or to be within die control of
contractor-
(ICI 9fthe. provisions 0 "require- notL,`.e, to lac gi ,sett to a sure.ts, of anv change
at ectitl the �c�uer� i'kcopc of';;rot; or tli ' ro{isiot� of the C;ontiaet :including
but not lin1ited: to onalai'�satao l Ens ti�ork sclieduls.'i, theL;i��itl� of and' such t7odee
;cr1L ire'ot3tLaztor's'rc�tuiLi[iE The at�lount of each a}tplicakjl bond ;E¢iIL lie
adJustd i:ref7e,:.tliett"of ailysucli c-lfat3g.
3. Authorized flle autlic lzed lEpre.sLiitati cs shall be individuals wUdl the
tstfic3sari, aut"1&&1 ,tL� det.l �,;r�rk 1� ttlltc] tl�a s`�114 of this.�sstFaet and sls:11 3sLFe. tlie:
principal point of � Altact,f6r ,the Project tsar etch respective party,
11 C.irv. cim, de,:sit613tes ilie- follo.vini, individuaks) as CITY's authorized
repr`-stintative(s)_ Amv Qlay. Public- Works Director_ Only C"ity's aittliorized
representative(s) is authorized to approve changes to this Contract on betralf of the
Uttar•
a
1.2
Contractor. Coatmetor de.sionate
s
Y. Hours. of Work. IL work will be per -formed duri g, regular );vorkana hours bete; een 8:00
a.m. and 5_00 p.m.: N'londay through Frid.a"r. No vnorlw %ill be done b tw-e-en the hones of
5:00 p.m.' and 8_00 a.nt., nor on Saturdays, SundayL or lezal lio[iAa,%,s except with the
pefmissi n of the City Engineer, air except cept iii case of an mer-grenc ,
Constmetion Contract -
Fal I ure to Complete Work On Time ( L iQu i daEed Darnaa es)
All three limits stated in tli� Contract Docunienrs are of the If the ;xoil Is 1140"t
com-ple-Le-d by Contractor in ihc tinle specifit led In the Concract. Or within any pelie'd of
ex-linision, audlorizIE7,d by CM;, it -is understood that City will suffer darnage., and it b'ehlg
ZI
1111pr-acticablea-rid to deLermilic the airioUnt Of Th C- actual darnage., It is agreed iliac
Conirmor w'lll pay City! as CL,-.cd and liquidated damages.,and not as a penalty, die sum of
-)It -Uld 0 Alars (S 1.100-00"i for each calendar d--xs. of delay unta Lhe
One TIC S3.11d L qle hUndred d;- L
work is completed and accepted. pirfovided, hug} ,evor. that Contractoj--Jt not bl- cha-r-,ed
liquidated damages because of ariv 62fays In the COMPkAi on of the w0k dde to unforeseeable
canses beyond the control and v.,1 hioul the ffaih or jlzg I ['Zetee of Cb'4111rdetor- The CiEv. au reti-s
that the Contractor shall not be assessed liquidated danlages, fol-delay iii,,cympletion of the.
llroiem. vhen such a delay was. caused by the. failure. of the't4'or die. "m fte'-f. o C a utility to
prove farre.moval or relocation oCsucli ut-011v facilities as-set,&tih in Califbmia Qoveranienr_
Code Section 42) 15-
6. Lic-Inses: Standard ofCare: Olmlivv Materials.
6.1 Conti-n-cior represents and agrees ihat by Contractor in
pe.rfornurig work and servioes are at�d slialt-b- fulLy quA ' fI&I and are authOrl.Zed Or
pernitued under state. arid local Law 1a'pe'Y1'Orm sllc�, Work and se:rvices. Compa-clor
ep rresents and %xarf ants to ill c- C'Ltv thaE"iL ila/s aff'r e.q'u'ked licenses and qualification
to perform di -I xork- and qmices ieqUl*.und,e�r this. Contract,- and 'will ffiraish
satisfactoty proof to Cif-V v
j.�on-requ
6.2 The. materials -and equipment luni.W- fed, mid used: shall be tie,;v and unused and of the,
hi-gliest, conupercial-qualiq ' r ockiently a �-in'jlable. The materials and equipiricni shall be
n ia I i u aw41 Euf harLdIc-1--and tased'in a Avork-maillike manner to ensue-e completed work ill
.' .'. - - I
aecordancz.,W-lfli file
6_3t Contractor .. stl.-Al p ei- L'C' I i in the -work and selrvice-s antler this. COLILI'aCt lit a skillful and
co 111pete al 111anii& Cc4tra-,Lior shall bel-esportsib le to dite Vicar for Lniveerorsororniss1011s
ill the p;-16mr.-ance of'A7,irk purs-mant to this Contract. Should any error, caused Liy
Contractor be. foulid-In such m.-ork- and senices. Conuactor shall correct at not
die work-anItag,,rceto fulfilt alivand all %varnanq-
obligations for the work- pfifsuant to Section L 7 of dils Conu-2-et.
-�gulati -'r Ic fleinnits. Permits ancUor reg _�ry -,pprov.als required by governmental autho i I S :.'ill be
L
obtailic-d by Ciry at C_ 's expease.
I ty
S. Coirinensatiot-liContracE Price.
8-1 Luni4) SunvBuduei Unlit. City will pay ContracLol,.. fbf actual and corrilAcEe
pe-rfol-mance of die- work and services at c[tc. rates and fees set forth in the flropoKsal
detailed -in Exhibit X attached to this Corivact- Contractor �vlll notb-e reimbursed for
any cost:, of expenses at ally' rates that exceed the rates sLt iemll. in Edilblt A- Unless
alyeed to by Ciiw thfough a Order. The, total fees for- the scone, of Svork
Consuuction Comi-aci
shall not exceed the followIM2 budget mrount., 290557.63. Suach bud.2t aniounE shall
be considered the full coinpeication for all personnel. materials. supplies. and ectulpilielit
used by ConEracEox in the scope of work.
8-2 Proc-mess Pavnietits= Except as other vise 3--feed to in the Proposal, Contractor shall
prepN3.re .2.nd sitbin3i to the Civy. deltalled on a i-notithly basi.& for fees and costs
incurre-d based on 'die percenmge of cojuplecion of the various portion-skasks of work
idendfieA in the scope. of work- durimg, the pre vious.3 0 day bilhiigpixiod. The flivoiee
shall dese vibe Elie proggrcss of work rendered and shall be lias-c-d"on,adl labor and direct
expense ehw�zes inade for work performed, Itereunden Laibor-cliargzs shall be in
aecoix4ance with Elie proposal- City shall pa-Y the undisputed affiQunt§-Aue within diif`Ey'
('10) days. after the receipt of Elie ituvoic.e. subject to muo-bilt's it is &'ontractually :entitled
to widittold or i--Italti. Tliet-nak-ing of progress }iaypert. shill Ili---,t be'eojdered: (1) as
- an � City havin inspected or approved ConEractor'SAVOrk," -ii) 'to -be accenee bv Citv
of anv defy-ixivc work or use of huproper City is entitled to
reduce Elie: pa.ynieni amount requested to account for de-kc-ii've work or if the esdmate of
Elie valueofthe- Ivor eligible l'orpaynient
S Retention. City niay retain out of any ,aNljieqt dice die, Contractor up to 5% of the value,
of Elie %vork done and of the valde of the: ind.te.,ii-iiis so es-E.iniate-d to have been
d" ' fUrnislied. mid delivered .and unused. Un ano ircuirisCances shall any pro %, is ion of this
section be canuitrued to I L'Olift the bb Elity oflciq10 wittiliold 1 -50 perce-iii of the ..ulue of
any, disputed 3niount ofAyoii die final pi'Ll4lineat, as proNrIded for Pulilic Contract
z 1 1. :ode secdem 7107(O. lEi:the eyint'of�4 good nick disputein diis seettio'n shall
, I I 7, _ 110111I
'11,,L
be COUSInled to reqiiir'e,�' _\ p - . I D R, rk- that is not "approvcd or accepted
in. zce.ocdatw-qivth-tIie proper labs or S'J*i iicadons.
�&Curiiie'sNis UJcu ifRtention. In accordancewith PublicContrzetCde
21.3 0ti 'cxctept Whepe federal regulations or polices -do not penaiii
L I the Contrac-tor inav substnute secullties for 311Y
'U kilution Lif �_
niqi;ys,vviflihdd by the City, to ensure petfornia-tw-e of Elie work. At the
cotitracto's` request and expense, securitles equivalent to thte aniount
widiIie.ld'A*V:'M be deposited wirli the City, or with a slate or federally Chartered
bank in California as the escrow agent, who will then IYAV, diOSe 111oneys to
Elie Contractor under the tenus of an Escrow f4Dr, Sze.Ufity DC.posjit ag mi�enE.
III a foral as approvod b-%, the City.. Upon salisfaetorF e-oniptetion of the. work -
the se-curi-ties 9,vill be re -turned. to the Contractor. Securities ellnible. for
itivestriien't in accordance With this provision inctude, those, listed iii
Governiineat Code Section 161 0., batik or saviti-s and loan Ce.11ificates of
deposit. Inteivst bearino demand deposit: a-c-c-owits, suandby letiers of erediE_
or, ativ outer security inucually agreed to by the Contractor mid Elie- City. The
Colittmetor will be- the beneficial wamer _4 any securides substituted R-ir
IV - Me nion, s wit -Id and will receive any 'interest thereon.
8.3-2 Escrow cur Security -Deposit . Alternatively- at the request and
expenie- the City will pay retentions, earned direerly Fe the lesefow 2-gent- At
Elie CorMuctor7s expens-e, die Contractor may direct lilwesullent of the
Colistructic-111 Contract
I O'.
pnmients into securities- Upon satisfactory completion of the wor]L the
Contractor will receive from the. escrow agent all securities, interest. and
payments recet'Ved by the escrom, agent from the City, pursuant to, this
provision and the terins of the Escrow for Security Deposk agreement. ill a.
form as.ap proved by the CiLy- The, Contractor will, xvithiri'20daysi of receipt
of liayineni, pay to each subcontractor the riespecme amount of interest
earned, leas costs of retention witlikeld from each subcontractor_ on monjes
withheld to ensure. die. Contractor's performance of._d*,,Nv.ork under this
Contract-
.8-4 Final Painuent. After completion of the work- the Cojitrd&W"'� ghfflxprovide the final
Invoice of the work done and all payrnents due ich show mi",
deductions or aluounts retained. if appticable- Th - t deterrnlAe, less my
V
retained amour -IL is, payable 30 days after the "' I" ' n andjaace_,ptancZZ�' e Work in
M'
.01
the manner provided by law and until after the C, -tor had misbeA die City a release
by all claims by the Contractor and its subc ist City arising by virtue of
the Contract". except such claims in definiteaniounB uslibe Contractor may, specifically
eWTnpt ffOl-n the OpeMiOn Of the Wle ggCitv shalf,'
retention amount to
TU
Conitactor within 0 days after compleffin Sf%,ffi&'IV"k pug to Public Contract Code
7107. Tllejnmdkgof afinal Cityofelaimsor
x
rights .ap -pin stContractor,
Ace"tabilm'' of NVork. 4u Rff6iized representathe shall decide ail4uesflons which
imay arise as ti7thequalityIDW .4lity "
acceptS of iufi� als furnishedand work p-erfornied and
-.n the authorized
to the matmer of pe-l"R t A f s of the,vork as 0
inade th A deterni- es that the Contract has been representative ha_s:"-A=- eCTL(Ift at in
4 ..P; , � -
. M
completed in allAk ff -3cco e with the specifications and require
i" p
, e- fors a anre
recommend., worklb" f iffilp ccepteA Acceptance of the work shall not w
City S fig 1, s rtd-rennedies reed to le t
During the course:',&PPex fornmg Elie sco me of cork under this Contra ct-the'. security and.
safew of ' the. -,vork. arealsite, and construction inaterials and equipment will be
ContmetoCs sale, fesponsibitity- Contractor ' shall at its sole cost and eparse, .ens-ure that
the arark- site is properly,maintained as to avoid ii�jury or darnk4e to any person or
property In ace ordancewith applicable legal and safety're * enients. that all necesspq
quir,
unauthorized entry and to proteeLthe pubLic are in place-,, such
the pAt1ic of any dangerous conditions on the
as no yi %.warnka, and pratectin, ,
property related to the work. Install.1111-1 a secure constru.c.El'on fene.c.- security sun eltialice
and pa-tral, and other reasonable ineasures, and as further requested by City, to protect
public health and safety during, die course of the work:
(b) No inn-terial or equipment shall Lv staged vdiere it uAl. I interfere with the safe pass age f
.3
public traffic or the traffic of City or any other adjacent Jurisdiction; and at the end of
,each days work and a.,other times wheat construction Operations. are suspended for any
manon, Contractor shall remove all equipt-ltent and other ab-structions from Amt: portion
Construc-tion Contract 5
of the roadway open for use by public miffic, the Civv� aitdother adjacent spill,2-ge. resulting from 11-nulifflo opeiwions along or across wiv public traveled wwjr --diall
C -:1 -4
be re.moved prompthv�
I
(c) Contractorshall nat unreasoriably Intertere with die- public's use of the public ri.-1111-of�
way to die extent the pubbe is usable and acc%:.ssibile during die. course, of
perforalin" the NVork-Vheri Contractor . 9, opelutions require or e-%vav traffic or creates
z condition hazardous to public traffic, Contractor shall provide a4mw-,statlon conlpelenr
flaggers whose sole duties shall consist of directing die, movement of public traffic
le-
thro-q-im or around the work. and as f-whier requiredio cornpjlVlkjflt applicable ti-affic
rules. of the Calitbrain Manual on Uniform Traffic ConErq,.,.,,1P, �i CA NIMD)
(d) Contractor shall exercise due cafe to avail dare
fheilities. wid adjacent property. The fact that at
shown on the dfawin��i �liall not relieve the Co!A
the : existence of any undeq-around -Ln1PI:1DVC1ne.ntS
ilarnage by reason of the work-
(q) In cartying out hswork,, C-ontramor sjljjl-,�
for the safety of employces appropriate 64
which the. work- is to be oerformed- and LK,
statutory and red Alatory
Safety (.Cal?,OSl W rev,
Transportation Ern16"�
sliall include histrue-tioi
as safe wal.kwaysf--scaffi
to
(f) Contr-act6it'-' ;)Pg,7 s to
,
neat and sartitaf
ifebris, and arLy
Ii. Itv irnilk elits- Utili
udereroand ,fa,eiLitv is not
orislLiHity or ascertaininn
which may be subject to
,excrci"[ necessary precautions
natu'r and the.conditions under
rid 6,1101atik e"With all federal. state. and log. j
lists Mate of California. Division of Industrial
-epartnient of Transportation Oninibus
1p Oi, k-able)- Safety precautions as applicable
Rition for :ill eniptoyee and the public.- such
ladders, bridges. gang plaul,-.s,- confined space
,nt and wearingapparel
Cpare[ as are necessary or
or injuries or damage to public or private propemy.
he constru.,4ion site and other areas related ro die- work in a
asreasona-bly PoSL:iible at all times. All write, rubbish, other
�avated material shall be removed f7min the work site in a
matmer thatconfan'lls to all apPLICalYJC state, fiedeial. and local laws and reg-ulations. If
dust probleins- should occur, dust control will be. pterridzd by the Conriactor In a iminner
nppa-,aved by the City at no additional expense to die- City- At die start of die. project- if
applicable- Contractor will place filter fabric in -all storm drain inlets, in the project area
so as to prevent soil particles front entering. If applicable, trench de-,,vate xuin must be-
conducteA so as to mini sediment Eong entering starm drains; in coinpliamice witth
stale la-ws.
Upon compl-lion,of the %Nvrk, Contractor shall leave the Ciky properly and public rigix-
V
of-vv ay in a clean and ordarly cond ition and -except for the work under this Contract, sh a] I
restore or replace inkind any iinjinyvei-Lients or huidscaping' damkized by Coatfa-ccor,
including any public property ji-apacted by the work.ifl tiros Contract- The cost of such
repairs shalt be home by the Contractor and may be deducted fforn any moides due or to
become due the Contractor under the C-ontiuct. In the event Contractor fails to carry out
Colistruetioll Contract 6
its obligations pursuant to this Section, the City shall, have the right to make any
corrections or repair any darnages caused by Contractor and Contractor shall be
0
responsible to, p;kv the City all costs, including City adininistrative staff Cume, arisilig
t-henefrom within thirty (30) days ofthe date of an in -voice there -for.
(h) :pity loss, or damage, to Contracto-r"s, materials and equipment in the mvork area is
Contractors sole responsibility, and dig City shall not have any liability for any iuch loss,
or darnkge_ - Colitractor is also solely responsilyle far any PersoliaPitijury or property
6niage related to Contractor's activities on or outside rty� on private
property, and iti'die public ripht=of -way under this Cont c e extent caused
L%v, City's press n4i niisoo
" ence or willful mn6et--
fla-zardous, Materials.
(a) Contractor shall not enga—c i in any activity on. 6`6
righvof-wave or work site thit violates airy F
rpVlatiions pertainihig, to hazardous toxic or
_ * rt
CHazardous Substances' or"Hazardo&Mterial:
exVense. take: all hiveAigatory -:Pnd,lor re-M-imLha'Fal
hiation of die CiE
21131. C� ontiiiii rtxN' Ablic ili
propel Y, PU
of the sanie'erIW40
For the purposes of
Ninteriats" shall inea
initiry to health,_ sa
gulation or policy. -
defined asAT
Califoriii de of R
from 961"b "', ti
ne.
me- or
local lay.�Z' Rdin nnce�
the
� or
the City property. . public
or Iocat laws, rules or
sulastances or materUs
proinativ. at Conly-actor"s
j,
or ordered for clean-up of
kt 6f;` ay, work site., or affected area
eadf or exacerbated by Contractor.
zardous Sub -stances" or Hazaixious
, .vI ilict i is cap -able of posin.-a risk- of
all those. alatpi'als and substances
k'L%'Qii4eral, state- or lecA law- ordiam-ice, rute.
'Ltt not limited toall of those inateriat s and substances
�!�*!UftSections 66680 throu Om 666,93 of Title 22 of the.
,n� 'K'Vb ision 4, Chapter 30. as the sate shall be amended
ier materials re-quirin'- remediation under federal. state or
regulations or policie-S.
(b) If Contractor en'c�quut uric*vers. or re-veals the presence of Hazardous Materials at the
work site or in any way related to the work, which rernoN-al or re'lliediation is not
expressIvidentified in the Contract as.b.eing. urithin the scope of the work, or if Contractor
or anyone for %,%,ILdni Cdtitraciof is re-Sponsible for the i-elcaset the presenc%�- Or
exace;W-ting-the: presence of Hamrdous Niaterials. then Contractor shall imraediately-
(1) secure or othenvise isolate such couditiom (2) stop all -work in connection with such
condition and in any area affected thereby; and (3) notify y City, ui7t[ 11n 4hoUr s of
Contractoes knowledge of the P" resence ofthe Hazardous N-fateril.
(c) if Contractor or anyone for whom Contractor is responsible for the release., die presence
or exacerbating- the presence of Hazardous Materials. Contractor is responsible for its
rethediation in compliance Nvith all app5cahle la%vs and rqgutations. If Contractor Ruils to
do so within a reasonable period of titne., then City may remove and remediate the
Hazardous Materials Condition, arid impose a set-off against payments to account for the
associated costs, inc-lud hin adi-iiirdstrative fees-
Constrtiction Contract 7
(d) To the fullest extent permitted by law- Contractorshall defend. indenuilfY. and hold
harmless the City- its officials. officers, employees, and agents front ajiv and Bit COSES.
claims. expenses, penalties and antorney*s fees and L-osLs arising ctut of a breach by
Contractor of the subsection (a) above- includhic-, but n-oE, Litnited to. the Ilivestigatioi-L
femediation and abatenient of anv contamination therein involved where the:
contamination was causc-d.released- or exacerbated by tile. acts or Milissions of
ContracEor. -its ernployces- subcontractors, suppliers, or kg:ents or, Ujvanyoiitz -wlio Was
actives, under Coamactor's autlioriw or control-
i. 'fhe obkznatitatis of the Conti -actor under diis
survive expLrauon or termination of
penuitted by law.
m
ii- Contrnetor is oiilv exempt front this"A"'Ad
Elie. Hazardous Materials were not crz:6i 6:1
Hazardous NlateriJns was not exacerbabMi'1
Contractor, Its ernDloyt•ee'sl-,uL ontr-'4CLOTS, sup
who was actiLig, under Conii 101,11ty of
Contract shall
W,%AuRest extent
to the extent iltam
isel or the presence of the,
the acts -of omissions of
tern, ajgems, or by airyone
12. Ace-e-s-si, for Insnection-
Calitractor S112.11 at all tj mesniamtam:;'p roper. kaf& and secure.- 'facilities and provid-e safiz
- i e-ss f'or [tispectioll Lty, 'Cif�'. Ice its eiiipl vie,, r a eats, to all parts of the work. as is
reasonably poss-Ible. LontracUisfAlitelided or shall be cur trued to fitnit in arv�f
N�my access by CirytheVbr;�Lrk_a at all-'re-asonable thlies, durin- the duration of this
,
Cojitract, or the --fi�lf'-of en'ux or higs"pec-tion that City . its eniplwyees, agents. or any other
govertinienta-F-,a 4'
MeV 1-11a, bx` erqtion of law. All work done and all materials -
furnished sl fbe subject tL j S;Cit�,Is iaspection and approval- The rightoTgencial supers isioll
Shall not Ilia merit y a -'e-lit c EN nd the liability of Elie Contractor for all
darnkizes to persoa";;'jq'P bile, of private property arising frconi the execution of the work -
shall not be. reducedbecause of such -eiieral. supervisicii. Tito day-to-dkv
hisspecdon performed th C various inspectors employed by the City shall 11-at constitute
approval or ratification. of -w-ork- improperly done by the Contractor-
13. Indeninification-
(al To the, fullest C_�:'tctit Peimicied by law, Contractor aarees to inderxitiiry� defend (with
counsel reasonably satisfacrory to the Ciq`), and hold harmless die Civy-I its offickds,
offixets.. acid en 'loyees fror�t and against any and at] claims- ac
tions -
dam actions
I3. 1
da-mm-es, orexponsets_ (Ifieludinc, attorneys fees and costs) arnsing in wa-v related
to Elie obligations or performance of this Contract by the Contractor, Coatractor"s
employees. subcontractors, ar merits. gentsv except where caused by flie s-ole of active
Ilegfinelice.of Willful miscorlduct of die, Cjtv-- Cojitractor,s obit'gaticii under this, Section
1 -3 of the Contract to defend shall ar-Ise ttiti=rrrdtzss of anv claim or assertion that citv and
i 04 -1 die 0 iit r its related pail -Les caused or contributed co any claL7111S -nl__ ob lig altJons C actor
Construction Contract 8
wider this SaLion 13 of the Contract shall, survive expiration or termination Of this,
Contra a to the ful le-st extent penuitted by ]a,,,%,.
(b) Contractor shall require its sub;omraclors to aggee to the indeniaification obligations
Q
stated in this Section 13 to the sai-ne extent and wider the same terms and conditions as:
Contractor is required to defend, i nd en'ini f yL and hold liarnil ess C I ty, -it:%- 0 ffl- ciaLs., o fri Ce rs
and employees. as stated herein.
14. Insurance. Corn laetoragrees to, p1locure and maintain the insuranee,covera!:res and limits, as
requirc-Aby City prior dthe coinniefteernelit ofivork-, as specifiediji;fthibit "B7. Contractor
aggrees to provide City with a certificate of iti-s-,urance.. duly afh1kfCtte&fed. eviden-cing, the
hiswunce required under this Agreement and such other eviki�t--'of insdt g�, including but
not limited to copies of policies, as may reasonably be rq qu_ir6411N,dieC- iftle to time.
SatisfactorN, evidence. of said era vemp ge sh-all be pro vidit.Ito , die. C1ty widiin t'&,t0) da).-; of
award of Contract.
15, Subcontractors.
(a) Except as provided in the seo". of wail'
City, Contractor slial I not enter into ally
prim ovid mix, Nvork orservieek
this public work project inds-tibe,ig - .1
5
gLste
sections 17 7 1.1 and t y,�;W&r, itra,
i Mth the -"g br-%Wineti approval of the
Wk'kFA&'anv odier-party for purposes. of
2ontid-eL Any subcontractor3 used on
ie DIR in compliance with Labor Code -
provide proof of registration thereof
(b) hi Elie eve -lit that- Con ontractor. sub -tier contractor. or any person
or difity t shall b,- the irrvoh,,,pd��Rtr- oil beffi-11,f of Contractor in the perforniance, of this
Contract Wride, fA -- "
-.- 4 J-D I or author'ty ("subcontractor"),L
AN X
Corttraqresponsib'iff
- i Wi &,, to 'r -ire and confirm that each subcontractor n-teets, the
vrany requneme ire rat speci.fkd in, Exhibit B-, Contractor shall rewire all
sul ontiaZ---t l. o certifteate of insurance mid the requireld endorseinients
, --l-N7
aftf,
to. nairle the.16i1, '1937tiollal hasured under the liability hisu'lunce polides prior to
commencing an will provide proof of compliance to the City.
I Y,
(e) Subcontractors are to be bowed to Contractor acid to City in the samie nnatiner and to the
same extent as. the Contradior is bound to City unAer this Contract- Contractor shall be
Pespor�sible to the City for the perforinance' of aria= mid all subcontractors who Oerfort-a
,work- under this Contract and any acts of negligenceon theirartContractor is solely
i le responsib for all payments due to any subcontractor.
16. Bondsse'Seeurity for %VorL- It is agreed that Cant ractorshall furnish, concurrently with the.
execution hereof, c,- W- L bond or other si' authorized by the 1e .plations of die City,
naming? the City as die beneficlan� or loss'payee, as set fords below-
16-1 Labor and Material Bond and Performance Bond.
City also requires:
ConsEfuction Cohti-act 9
1) a labor and material bond in the amount of 100% of diectstirnated cost of the work
to enswe paynient to all concractors, subcontmetors. laborers, suppliers, and
materiah-Lien performing work or supplying material s (attached hereto as Exhibit C)t
2) a performance bond in die amount of 100% of the -ostiniated cost of the- work to
ensure faldiful perform.-tanece of die 'work (attac-lied hereto as Exhibit Vt. If the
Perforniance Bond provides for a one-year 1.varranty to assure responsibility for the
repair- replacement or re-constiuction, of the work or facilities durujo r1l3 year
followin completion and acceptance by the Ci ity, a sep.-ffute.Mlihitcuance Bond is
not necessarv. V,
16.2 Forin ofSecurity. Bonds shall be duly executed by a! I Mkbfiitcorporale surety,
authorized to issue such bond.. -,in the State of Calffi7� to and dirak-gh an
authorize.d aggg-ritwith an office in Calif 6mica.
The surety on each of said a-biwe bonds &-
"Securay"). and the forms thereof shall be satisf
to replace any, Security instrualtent with another
shall. (1i comply ,vidi a] I the. rN, qqghems for
provided by.Contractor to City- ad&-,;@
& ejiN, ed a part ot f th is C o i i I ra et- U� PO rL`tlk4&_C'L
tire. -forine-.rSecurit},itia).-_ le-ased. AV L
I "'A tv (L I ot secun , zollect vel'x%
actor seeks T3111e, City. If CantrL
i��,jllStMrllcflt. the. reptancetnent
easy n this Contract, be
dr.acceptance by the City, be
Lace of a replacement Security -
Contractor's xvritten request.
t6.3 Release of julay,'witldio[d 'fitib any security' to be released pursuant to
this Section aii.wigff suffici' i-to eover)bifvs costs and reason6l, exkpenses and.
fees, including reas' attmu*�-'slos. incurred as a result of a breach or an event
of dtfatit —1 e ty s eR iePerfo m�ianc,,- Bond and Labor and Nfaterials
Bond anf&$ut'-,s- n n c'-4 I fkr, witlihotdina, if any, as follows:
i. -six (6) rirdiiflis fron'i the date of acceptance of the conliple-ted, work. and
act -all de# eteiicies haw- been corrected wd in the absence of a claim
a, Yams isuc 44:c uRty whichev er is later- City sl i -all release 1001,E o f the Labor
Bond attributable. to the accepted Nvork- 'If claims against the
Labor I jlateria.l Bond tiave livers filed. such Security shall bee reduced to
an amount equal to the total mount claimed by'a-11 cl.a-Itnanis for wlilolil Hells
have been filed and of which notice has been givea to City- The balance of
the Security. shall be released upon settlenient or release of all claims and
obligations for which the Seeuriq, wa-i given-
it- Upon acceptance by City of the completed work. the City Shall release. the
Performance Bond iti an amount equal Eo 9ff',"v of the. value. of the. accepted
work- The rernaijil ng, 1 68N, of the llerfannanee Bond shall re.aim-in in efflect to
ouaramee di-z, repair and replacement of defective equipfflefit. niaterials and
work, discovered "Mithin one. (I year after final p;kynietit has been accepted
by the Contractor and Contractor has paid to the City all damages sustained
by it on account of such de-fects- After one (1) year from the date., of
acceptance of the completed work- or after satisfaction of the- one, (1) year
Construction Contract 1O
,x-arra,11ty period., W11'eltever is later,,. arid after any deficiencies hxvc beert
corrected and In Elie zbsence, of -nv claim a.,2amsi Such security. ifte-0tv shaLl
release the rertiajain-2. oftlie Performance Bond.
California Alr Resources Board (CMW_S,)_ Contractor agrees as follo%vs�
a. Contractor arid SubcontracEors shall maintain ec'nipliance with CARB require-nietits for
ceriffle,ate. of reported evnipliatice reglarding iu.=Lise off -road djqs6[-,:fii4cd fleets regutalioll
as Stated in Califurnia Code of Regulations. TL-Ele I 3 5 2449 el vel-ticles
L -u,- n-L pertliitted OLLS, le Unless: and uni'l Contractor provj6,CAN, willva A"M'Jid CerEi.ficate
L -if Reporced coniplialli0e.
It. Colirracior jr.usL provide a statenient verifvjng carwhetiier they are
l Z"
exeir,pL from the r,—gulatiori concur-rettiLy with the executtori liereof. If iji-Lise off4oad
diesel-faeled fleets regulation Is applicable -to the projeeL the- Contractor shall subs -ail a
C,Aft.Ws Certificate of Reported atu- clied and Incorporated
herein as Exhiliii E. for vehicles subject te! 1'-1de" 12 )449 1 seLl'.
C. COILLraCtOr IS 5,01e[V hable for all costs eonipliance of al[ reggluladoi-121.
imposed 1v CARE, Arcludia,,,Withodt. limitation. T ide, 13 and all pendin" artictidnients., as
Nvell as A PenalLies, es_;or costs"assoclaEcd widi viola-itions or failures. to
ecallily Witli ffiese fegulddons C INholij harinless die,
ontractur shaH Aefend_ I .and
Cie.. its officials, ind audiorized volunteers free and harnAess
Pro;ii ativ ela'L nis. or interest arising frorn failure to compify wrEli
the afofenienfiaXicd re2g*aUctns',,,,
I Warrani�,! 6f W6rk- and Coriection Guanwltv. Corltra-c-tor p , iia-rantees arid: war rants the work
under this 06-jitr�et_� and agr-6es to correct alterdeficiencle-s and defects in n.it�terials_
equiptitent- supple esand ,vakh6arLs1:Lip1 and Cojitra'etof agrees, to reined,,,- any danialles aULS111f,
form. fa-u1tv or defee-tvve-Lia.atertals- zqiapnierit� or work at no cost to die City for a period of
completion, whicliever is later.
A larger wamajit:y period ra-ay apply where, Elie supplier- or nianufacturef offlie equipment or
6tne period- Coatnas.tor at its so -le- cost -arid expiense agrees to p.,oiryE1-,,,T maU alL rieedzd
reim-irs of replacernenis arising orit ot'defeetive materials. equipmeat, or xorkmaaship. CiEv
is here-11V authorized to niake Such repairs if. widen W busilie-ss days after deliver y- ofa notice
in wriiiag to the Commetor or its agent. the 03nuactor ne-lects to colt-anienec, OE iia&nInk-e-
istruction, Plo -ded, hoxeve-r.
'th du diligence,
4-ligence, dic aforeiaid repairs- replacei-aents. or recoi vL
that I rt case of an enier-geticy where- In CiD.,Is reassonable discretion. dela-v- would cause
se-rious, loss Or dain-ay 3 ge:. rej�a vs rilay be. made Without notice beffig, sent to Elie Contractor. la
Elie ev ,CIL Lhal the. Cll:;! IS rCCIULred to perfonrdie repair work during, the Nvarrarin, pertiod-
Contractor, shall pay alLcosEs. Losses. and d,,aawges arls,111Z, - out oCor rcladng co Such repralf-
removat, replacement. or fe-Colistfucclorl plus die. Civv7s overhead 1111-e oCaii additional 15% of
all costs incurred by the City- Tliis wain nw provision does not affect or [Urnt the Cjtvi
Construction Contract I I
r-cmedies in law or equity. including but not limited w, applicable statutes of limitations
relatim, to defective, ,vork- and brea-ch of this Contracr-
19, Title to h-nof-averitents.
Title- to. and owriers'lip of. all iniprove.ments constructed hereunder by Contractor shall, vest
absolutely in the Chy, upon conip[e.tion and acceptance ofsucli improvements by the City.
2 D. State Labor Code.
I -
20- 1 Pre-aiding1,VaQg-s- This project is suLlect to compliance mollitaiina and eaforcenl,:-�.nt
by the Deparunent of Indus -a[ Relations
tri L CoContfaqt& xvill be responsible, far
went riti coniWiance- widi all pr&ailing NvafI-kvs, - ge- a A-iYd,,&guladons for all
subcotitracEors. Pursuant to Section 1774 of the L-2-b9t,"'CLide. tliz�.-Cofilmactor and any
subcontractors shall pay not less than the. specified previi ing rates ofvvajo workens,
performing work and services under di -Is Contrp�i-..11- e Contract is fed- th-funded-
"V lc�ss dlibn file, higher or these races or
Eli Contractor and any subcontractors shall tiot�N) , � - x C,
di -I rates d-e[erni-Ined by the United States Depari li[,Jb%f ofLab-or- Pursua-m iG Section
177-1 of di-- Labor Code, the Contractor and any sub,66ritm,"otors. shall, as a penalmy to the
City. k-n-&-it the p rescribed a 3 11 o in its p ef al darday. or kfio n'dl i c-re. o f. fat each m.- or k- er
paid less dian die prevailingivige ratei:k6ponsiblefor posting job
site notices as preserl'bed by regulation ti4rsbant -i6' 'Cade See�tJon 177L 1-4(a).(2)- Tile
Contractor and ea-clisubcontractur- if ie6kered with the DIR pursuant to
L a b o r Co, d e s e-c t 1, o t, i 1715.,:and.sb et i on 17 7. L 1 1' The Contractor and ea c li subcontractor_
if any, niust subtalk Joict m-'nic" -certified tm�.r6li records at repplar intev.,als (wveekjv�
bl-Urce-Mv. or nio to tlle'Lt� Colimussioner pursuant, to Labor Code 17 7 1
Payroll records will c6n,� required pursuant to Labor Code. Section
1776 and be. sic-med-under,pe by of p&jui-.,-
i to &&be employed on the work un&r th s ConEract -0-2 AnMITice I s. pr I - -13 N In
"00 1 it eir, �
- %, . - 1777-5- 1'he Contractor responsible for
, -ab ode Lieco an h
- `,.
complian&.'ctl Labor tbdz. Section 1777.5 for all appretiti6e able occupations xhe�ffi&r
emplqved di=--ikN pr, 1) subcontractor,.
I
-70-3 Contractors' Tildes Concernine Labor Code. Comr�liance- As required by Labor
Code 1775(li)(1), Labor Code Sections 1777 1 - 1775", 1176, 17117-1, 1813 and 1815 are
required to be included in the contract -between the Conmactor and subcontractors_ The
Contractor kvrems to comply %vidi these sections -and all yeti provisions of the
Labor Code.
20.4 HoursofLabor. Pursuant to Section IM of the Labor Code, 8 hours oFlater stiall
constitute ale 2.31 day's work. Pursuant to Section IS 13 of the Labor Code- die. Contractor
and ally subcolaraetors, -;hall. as,.- penalty to dic, Cityr forfeit the prescribed amount per
calendar day for each worker required or pernibued to %vork- more than 9 hours its any I
calendar dad- and 40 hours in anv I calendar week without behi4g conipsensate-d -in
accordance- with Section IS B. Contrac-ior sliall include terns in its subconmacts as
required to makre Ellis paraggraph effecti-ve as to each Subcontractor- Up�n ivritten reApest:
Contractor sliall withhold penalties forfeited by a Subcontractor pursuam to Labor Code
Construction Colitmot 1i
si-7--etion IS 13 and this parauva 1i -oin paydue rn-Ints dto such Subcontractor and renik
,P fi
such p- nal[ ies 4vjihlielA to the C i[y.
20-5 FailLffC. to C-011,101V With PN�Vaill,m,_ Wn-u)-l. Any failure of Contractor and,'Or its
subcoasultaul to comply vvlth the above requirements relatiji-g to a public work pn�jccc
I x1cf=1 that excuses the cily"s 1yerformatice. of dils
Aiall consdiule a breach of Ill s C"L
Contract at the City's soLeamd absolute option arid shall beat die idle riskofCoits cEor.
C-oritractorcm behalfofitself and any subcom:t-actor, agree to ijidcjiu&ydefend and hold
harmle,Ls the (--L-t*m-! and its officials. �afficer;;, eniployees- and, ageats k6ni and apainst arty
Luid all clainis- Ciabibitics, tossmes. cosis, expenses, 3.EijDrnev,,s.*e damages, cxpellses,
fines- finaticial consequenees, Lnierest -and penalties- of ar;'kdtCd or damure, aris [Re, front
or rela-tim, to amfailitre (or al leg:cd fbifure) of the Confiaitor arid 1-my -i'ubcontractor it.
�f L7; pVeVn. Wa A-- ei 0 C t 0 0 t I I C I Arise C0 M f) v;i t Aim, iNuue, law rolmitig Eo a public vork_
1. Business Ueense Tax- Cotimaictor a0rees that Conn actor, agents, (-f
any) will conipty with all applicable. fedtall-state, anj1pe;i[dwensing require-metits and
avrZes, to Providt- (roofof a curre.jit City qftbell -Bustitles - s Ta�x Ccmficate if-
m Cotimactor. its sukontractur(s) 4alagZntf�) -or-JuN-business k`iire located Iti the CIEV
of Campbell, ti
1 11 -11 f(3� 6 or move days aralUal ly�.- Or-
Vfll perlonli, actual u,,ock�uiljhe CiLyof C&L-riol,
use, company velliic'lesjo`.liver witli'M die City of'Campbell for 6 or more, day-s
arinuallv.
For additional infor-ruatIMI aid liceilsiho-requir nitnts, vte-xv the City's, Business Liecilses
vvebpage or call
22. Corn fiance: w1thILay.--_-,_ 'ik1l,acii'vi ti,o CContraclorwill be em—ried. out �i comwithallance idi
- allI)Iic;ibl�fL-d"eral.state.i d local laws arid M.-Rdad0JI.S. ffic luditig. appt icable o rdi ticuices
and i-esolufii ns-it ot officials. ffitceri. and, ernplo-vees, shall not be liable at 1.-,w or
o2C.ity,aid in equity by re-ason'of the-, fa-Ause. o f the C-OnEraclor to COL1101v Nvith Ellis para�grrapll.
23. Storill. Water kcqu iremen6_ To the exte-at applicable to the Scope. of WANA under to art
- this-
-11sultalCusu Itant �s emp-1 oyees- ubcontracters. all d kgems e fl-qui ved
A, z . I reem licit_ C L1l' I',o-
Amde by the applicable City of Campbell7s Storniwater Treatine-lit Requirements for the
duratiot-L of itic vvorL he Citys i-na-tidamov, Stomiw2Eer, Treau-nent Requiremeaus. which -are.
listed according, to the type ofwork- operai I ions, Or business. are located 4-xi the City website.
at� L'ItRequirenletIts-
E L al EnIRICT-vilielit Qj�2 ,ottunitv_ C-orm-act-or agrees to refraiii from disenniihiaLory
elliplaynneiii practices on the basis of race.. religious. creed (hicluding religious di-ess and
ggrexmilIill practies. color. national o6gn ("llicludhiglaigualfl: u se re me jo as 1ancesmy-
rICIL01011- di Mity Ori-ental and physicals_ nic-di a[ conditI011- seq.. gender OaChtdhie i,,eiider
� tsa I Uc - . . . -
ideadEy arid ,ender expvosslioi�i. physical e1mracieviscies- mantal stamus. age sexual
hi �etlme test re
or-ictuat -ne-tic itif6miation (Lineludlng -41-di istotv and, o sulls'l-
I011- ge g firt-nih., thea
-L
Org'atiLzational affil-latioli. arid nv lijicax-or veteran status. or, ativ oilier consi der at'on made
unl2mvU by local. state or federal fegarding any emloyee of- or ap Licant Cor
- - p
I I I - P Li
cant
C01IStAiCti,311 C0111.1'aCt
26.
employttieru With. such Contm- cior.
"Event of cfauIt and'Notice- If Contractor (1) re- fbses or faits: to proceed Nv ith die Nvork IVitlt
such diliLgencc as will Linsure its completion widen the tillie, spilt feed. inc[uding any
e-- tensiotis. (il) falls to obtain Cot9il: IC60ll of said ,�vock- or 1111proh=eliictit within. such Eini .
(iii) if the Cotmactor should be adjudicated as baakrupE. (1 :) ifC:oniractor should make a
General assi-nment for ilia benefit of CConuactor's' creditors, if a receiver should be
appointed in the event of C'-ontractor's insolvency, or ( i) if C ont4tior. or any of its
s bcontraetois,. agents. or --niployees should violate any of the prt�visiods of ills C'oniract,
such occurrence or action shall constitute a "Default" under the C`-6iitr'act. and consiitute.
cause ALE' termination- City may serve written notice upon Cpriit aec'dr`d7 it's surety of die
event of Default under this Cojitract. City shall the dghft." subje-Zt tei h s Section, t
draw- upon: or use: the appropriate security to do or, �a . to be of
Contractor dial Contractor has Failed to pe forni ate City}s damages
in the. event of D1fault Liar Contract-tr. City s or use the Sec-to°icy' is In
addition to any other reinedy avuilable to City- he 1.1iu :I.es a�,;kiowled ti that the esdniated
cysts and surety amounts may not reflect the actual cos tsfc-oilstruetion of the ark- ace(µ
Eli ;cforc fit;='s drit��a `�. c _il�� iursa �Le k Coc tractor for b" hira�.tor's Default sli:all be all
of the actbal Costs of completing Elie -Gr see ale iii:.pro ement thereof.
reglardless of xvIie:tlle-r the City's costa � ``or il�L�tiai� e�� s the amount Of Elie surety
amounts. City also is entitled to recover all, Lsd CosC§ ofenforein- the terms of this
Contract Including City ai[c inkstt crve costs for staff time. Consultant fc s, court fees, and
attorna s' fees and costs.
`feralinatton
(a) City ilia%- term mate -Ellis 0try L at any Eiie. x=ith or x%idiaut cause, in its sole. disk.-ctioii,.
L Y ory tn4l Writte tibtice to Cd tractOr at least ten (10) calendar days prior to such
tei i iliatro :l!'v i �aa, at tts o tto�i al,lo = C:onuscEar to cure its tailure_to erforni
_ � - « itliiti
10 Irusllle'SS ` � o, s f o r l period audiorized iii wriEing hit C ty fron tlic date of the
clv s te-1'31ii]7 lttn ti lie . Tlie- teffli iation sliall bl- beconce effective 13 Contm etor has
not cured wh - z '" Je -
5p e, tied tirn PC ioil to ilia C=it,- s satisfaction.
b) Contractor nlay te:rilf-iate this 'Contract for came by Providing written notice. of intent to
terminate not less than thirty } errlsndar days prior to are effective teriiiination date:.
Contractor nia), to-n iinate for came if Elie City fails to cL-Lre a material default iii
pertamance within a period ofthirt- (0) calendar days (or such longer period ag#reed to
by CToniractor), front tile date o3 the Coritractor s. vvrAteu tee° rahiation notice speci&311
the- default in performance- r
(C) Uj-011 11,06Ce of Ee-rriiitiatiotl by either El1e CitE ,' 4tr=oettract+ r. C`otitractor ��;ill it ant-edat 3 r
act t� r3ot ii1c13r ac��. additional oL�li: ,�tio�s; costs or e:�pLtis e�. e�:c.�::pt as r7ta�° Lie lasoii;�Lyl��
n .csssary to terminate its activities. Cites= s oiiLy obtii�.ation to Contractor wLll bei �vnieiit
for vvork audiorized by and received to the: satisfaction of Elie. C'. t�y rap _to and Including
the effecEvve date of tei-mitiation less any .urtotints Wid field her the. City for and= expensets
or damages sustained by C'iny related to C.-ontrvctor s acts or olltission's under the
Contract.
Construction Contract
14
(d) In the event- of Contractor's failure to, petfoirin pursuant to the Contract, the: City
reseree,_s the fi2jiE to obtain services ctsewhere and Contractor will IQ liable for the
difference between, the Contract costs set fortli in the terniinated, Contract and the actual
I I
full eDst to' the City to complete- the P 'ect. Ulien exercisim, aiiv riallits of ieffiedies
NJ 0
under this paragraph, the City shall notbe required to obtain the lowest price for the work
performed.
661 d. as (e) Subject to the terms, and operation of 2ny e-ifo&&� 11 � if the City happlicable pifnaR
tcrininaired die' Contract. for cause. it may exclude Contractof,,iffi& the work site, take
xm�, �,
possession of the work-, incorporate in the work all stared at the
-7
I A.e Se�.%rl
site or for which die City has paid Contractor b di are- sto I i,re. and
I j�
complete the work, as die City may deem, expedient, 1TV
xn
(f) Termination of the Contract pursuant to this Sect 6—ws�haill' f4elieve Contiactor of an,,,
I- ili My to the Ckv for additional costs iab L, V—penses, sustained by the City due
a,
to faitufe of Contructor to perform pursuant to the CAi6a.. City resenes all reniedies
' Mr�
available to it at. law or in equity fqrj:O .4g,la_of Con r.'s obligations under this
QV
Contract- or failure to pay the CttV an%? -th-11 the tiftlC
a.-ISSCSSed IVI I
prescribed. City n4ay )vidihold any p us tw,Wd tor for the purpose of set off
'd the, City kai
Until such tlm� ;as the exMICE: - aniOunt tA ' " * dui I gpia�&�&,s d" 11 Contractor is
dl-terniinel After the effifoWW'date of termbiation- Contractor will have no further
claims - against the Ciqu"d& the -contract. dvshall not 11e. liable- for costs iticuffed by
, Contractor or its. subc agam�Wafter mcei�f of a notice of cerniination No other
0
cohipmn sdtiowill bNe. b! Q,
Va bhiliimr for any loss of :.anticipated profits on
I uunperformedoc,% r C-1conall M c toss arising out of or resulting from such
bmplying Tali t provisions off alifornia
27,, Tvenghihs.,Nj fb r co
Public. Contra j",_Mbde S eciia`1Cif regarding trenching and excavations that extend deeper
than four (10 feel IQW_ tlliiw�f ac-e-
�;QN_ 7,
& Dispute Resolution. y KT Parties agree Eo attempt in good faith co resolve through
negotiation any dispute., el.aim or controversy ansing out of or relating to this Contract.
Either party inky initiate-- negotiations by p rovidikgwritten notice in letter form to the other
party, setting forth the subject of the dispute, - and the relief requested- Promptly upon such
I
notification. the -Parties slial , E nice[ at a inutualIv agreeable time. mid place in order to
excliange relevant information and perspecti'Ve-, and Ea attempt to res-olve.1he dispute. In
the- event that no resolution is achieved, and if. but only{ if- the parties 1-nutualk, agree- then
6 formal acti0n.. the vartiess shall make a
prior to put's Hill good faith etTGrt to resolve -
die dispute by noti-bindinf) Lnedia-tion or ne- vke� n i-e.pressentative-s with
I _,otiations bet, , e
decision-6:maki u- power. who. to the extent, possible.. shall not have had substantiVe
involvement. in the matters of the dispute_ If the dispute is not resolved by these.
negotiations,, the matter will be handled as the parties may are or, other-kvise as allawed
by applicable law- Notwithstanding die. foreg-pingi Provisions. nothin, contained in this
Contract shall iinpair the parties" right -to immediately pursue :any and all legal retnedies
construction Contract 15
which knay be available should there ke a default in the terms of dits Contraet. w-id a failure
to cure said default after notice. as required under this Contract- If required by statute (N.C.
applicable statute of limitation) to perfect or preserve a claini. either party may file dic
required notice ofela-ira an&or conimence litigation. To the extent that the Project involves
or qualifies as a public worL-9 projIC-CL the Particiat,gree Ip to con ty 'vitli Public Contract.
Code sections, 9204( e) and .20104L20104-6. but Nvithout waivilw, 7 tlie reiauiremetics of the
C a-tu lifora 'fort Claims Act, GoVE Code section 800 et seq- unLess odierwise agre.eA to by the
Parties-
29. Contractor's Records- City shall die a
right to access Ild re:'View-r,ecords of Contractor
jee "I
and subcontractors rew related to Elie ok- oil rthli Pro- t for at t6a�S6'-dir6'e,'Y'cars (or lon.,zer as
.
othenvise specified) after issuance of final paymeni tied lliC's' Con'ir t!E-AIen state or
federal funds w-e involved in the P -ect'i fundint, iiiLne' — the -,state., or federal
f0i
-D 'e'Y this
gaverimient. shall have die same. rights of access and.,exatilinatian as the Cit\fUftd
PrOWSIon-
M-
Indeendent Contractor. Contractor represents that h8,qr:�,kVill sectirc at its own expense
-3 -
v
all personnel, materials, and related sere cep !"required to *tooth the-serkrice-s under this
Contract- Contractor (;and its employees, 'age-11155 representatives and subcontractortsl . in
the Performance Of this CGIAracE. --,hall act pa-cityand not as offli"Y'S or
employeas or agents of the Cit�y. Cpatractor. ti+�.tW&Cifty -14--3-dih have, exclusive -and comple-te-
control aver its shall determine the ire-thad 'of
Perforaling the services liefeuhder.�City. howevee4 retains the right. to require that work
in -
71
perfored bv Contracto(iiieet with the requiretne.nts of this
-CO-Ii.tract Without regard of accompl shmenE thereof
&Jtlalf of tlt, -i ", in any
I have no authofitv, express or implied, to act on
to this Contract to bind the City to any obligation
327. Conflict cif 131t&CS agrees. to coniply With conflict of interest laws, III
Vices under this Conuaet= Contractor covenants that it presently
has no interest and shaft-iiot acquire awv intere-st, direct or IndireCE, Which would conflict in
-� d to be. perforined under this
wixy. manner or de-gree, I'vi-111 the performance of services require
Contract- Contractor acknowledza-zts that it is aware. of acid aggrees to comply with the
provisions of the Political Re-fbriii ACL- SC-CM011 1090 of the Govein-orient Code-- and the Citys
111te -�st code. Contractor will ininted-ately advise the City Contracetor teartis of
conflict of re I. I
a conflictin!! finaricial iiiierest of Conti -actor's during the term of dit's Contract-
L alRemedies. E-AherPartysball die all reniedies afforded or
Leal 11
No Flot or reniedy, In this Contract are
intended to be exclusive of arey other right or remedy, but every such rigirt or reme-der -.;hall
be cumuladve mid shall be in addition to and not a hi -citation of any duties, oblig-a-tions, fighis
and fieniediLs offierwise iniposed or available by laver, in equity or -in the Contract.
34. Assl2rinienc and Successors. Contractor shall not ass'-.-tn wiN, portion of the work required by
Construction Contract 16
this Contract nor tither x1s1C asslL11 or transfer any interests in it Withoutprior wriaen appm-val
of City, -vOuch jua,,y be writhheld or delayed in City's sole and absolute discretion. This
CojitrLt Will b.-- building on the heirs- le -gal rearesentatives, successors and assigns of the
Parties named bercifl�
�5. Amendment. Except as othen%rise provided in this ContracL neither this Contract nor any
provision he reof may be waived. modified- amended, or discharged. or tenAinated except by
an insumunent in wntinix Cned ste, bv the Parties- and then orjlv to the extent set fbith in such
mn
Writinge
36. Force Nlajeme. 'neither party hereto shalt be considered in
obligation hereunder to the extent that the, performance of
-N
paymentof 111oney, is prevented or delayed by, an act of Gbi-
.of terrorism, war., by a sEfike, lock -out or other labor d-
the reasonable control of the affected pates and t
Parties_ Each party hereto shalt give notice -'pro E
. Iajeure claimed to delay. hinder or v4n
any Force N f 11__� nt I
this Contract- Each Party will. however itikgARtreasoma
such a cause of delay or default: and will. d7p@#&d,,cessatic
peetonnance of its obli-Ations, in this ContIn �4V'l
delayed in die, perforniance of its-yespecEivIASSAi nis
there may be an equitable'adjimmefitV the s e
Y_
ance Of its
except the
letnk,_ acts
�qthff peril, v.,hReh is beyond.
Wigence of the respective
Sr of the nature and extent of
Trance of Elie sefvices under
Tbrts to reanow, or eliminate
the cause, diligently pursue
either Party is pre -vented or
.son of such Force Mqjeure.
37, (1-overnin!R Law and C161figg. stall`bi governed and construed in accordatrie.
NOW,
State,,`U�04 � nua-w"'f-fli-e Parties hereby that any action or
Wtth the law's of the Ofb"
k�z VM,
proce-edid.12 co enforce.-W), prOWdii of this. U�tract shalt be broulit oral ict icapprop appr
opriate
Wlv" T'N 11 a -arty a CL state or federaI4 6�� 6X-1 x. unty,. Californiia-
3 Notices. W, otice, app`&Wal_ c6lisellt� waiver or other Communication required or
peril, fitted
i o a
to zgiven of toj, sened upon either Party in connection wi this is C n, tr-ct
MW
shall be in %%fitiite 0111h, adififion'to providing a courtesy tion . via email. such notice shall
be personally servWl,�l t by reputable overnigjit delivery service, such as federal
I lk,'c d -
E.x-pres:s, or -sent by prb U-S., mait, and notice shall be deemed given- (a) if personally
serv,A kyhen deLixe-re,d to the Pariy to whom Such notice is addressed; (b) if sent by
re-putable. o,.,erinig t delbreny service. such as Federal. Express, nilien delivered. (c) if sent
by priority U.S_ trail, notice shall be deenied delivered on the fifth business days after
deposited 1writh the U_S_ Posml Service. Such notices, shalt he addressed to the Party to
whom such notice is to be given at the .Par ty's address set forth below or as such par ty shall
othenwise , direct fill w-thing to the other Party detivered or sent in accordance with this,
Section.
If to city., City of Caiplibell
Attentl -oft,
Telephone-- (408)
%Email-
consumetion Contract 17
If E0 Contractor
Attention.,
Address
Ciftw- Staiz Zip CGdz
Tetzphonc:
Email:
A Party must provide Nvritten notice- to the Other of any chan.-e-s uythe Odbove infortilatioll.
39. Cumulative tkigghts: Waive The rir,ltts created under this. Qdftthat- r In -; law or tquity--.,
"T
shall be cumulative and may L-.-- exe-iTised at any time anal ,fro -in tini-e to failure by
either Party to exercise. and no delay in exercisin an;,rb hts shalt be corisitt&or deemed
to be -a wa-l-ver thereof, nor shall ativsm-le, or par1iaV6'Rdkcise bv''either Part5``pkeclude any
other Or future exex se di reef or the exercise 0 -r of any. ght Any waive
provision or of any breach of ;any provision of this C ilust b-C fil XWLUD-t and any
v.,aiver by either Party of any breach of anyprovision o -Contract shall not operate as
N
c r of an breach of any or be construed to be awaiNer of an '16 c r that r 'vision of y
t IhsisE upon strict adherence'
other provision of this Contract- TI 1 ed r
W -iytL 31 M Of EIAS Contract on one or more opeast i be considered or construed
or deemed a waiver Of any pra-visjoa or anNk,ibte-62f any provision of this Contract or
deprive that Party Of the fi4hvjh&6fter to h 'I'S upon strict adherence to dia[ term or
pfaN,isioncar ati.yartier te-ritilorlpiloNristolli0fditsC7tit ,tract. o delay or omission on the part
of either ParEv in exer6si6&'aji,%, 6 fitiander-diis Contract shall operate as a waiver of any
such, right or, any other riah,ut d flds- Gbnfrat-
40- Inicraretation q,ltit Tl'pdges that it has ev e%veA this Contracc and diat the
no-t -L rmal nit q lucti tie efTi t that a ambiguities are. to be res;al ve A agjins the
draffing party,',Mfll not sae c iip oyed in the inteipretation of this. Cantract.
41- Severabifily- If anyr p f this Contract is invalid, illegal or uactiforeelable such
TO-Kigon o I in I
provision shaLl be &6 d to be served or deleted fmin this Contract aild the balwice of
this Contractshall reins m in full force and effect n6tw, -111istanding such invAlidity, illegality
or uneielorceability.
4l1 - Time. Time, is ofthe essence, for each provision of this Contract.
I Exhibits n&or atta-clunenis and any
.3. Entire Conti -i- This Contract, together with Exhibits a
at,xeements provided for herein. constitute the entire understanding- beetwe-en the Parties -
with respect to the matters set forth herein. and they supersede all prior or conternporant-Ous
undersmIndin,as or aare-Mients between the 'Parties With NS�-ICCE EC-1 the sulijiec-tMatter hereof.
whether oral of written. In the case of anv conflict, the terms of dais. Contract slinll control_
A I -
Countee2arts- This Coatiact may, be executed III Counterparts, which, tog -'ether, shall
Catistinite 011e, Witt the swile instrument. Electronic, facsinii le and scanned pdj- signatures
and, copies of this Contract shall be accepted as orininals.
Construction Contract I S
45- -Wamantw of A-uthoritv- The sinnatories to this Contraeuwarrantacid represent tI-
echat each S
authorized to execute' Con
trast ntract and that their respective signatures ierke to leg.3-fly
olAiggate their respective representatives,, kgemts, su c-cessors and assigm to comply NVIth the
provisiops of this Contfact-
Construction Conti -act 19
rNI WITNESS WHEREOF, the parties have executed this Contmet of the date. first above
re-fereliced-
Construction Conriact 20
EXHIBIT"A"
PimposaVScope of WorkAFee Schedule
1. Scope of Work
I Fee Schedule
I Work Schedule
Colistfuctioll Commit 21
EXR I BIT - 8 11
Insurance and Bond Requirements
Conti -actor ailA its Subconitactor(s) shall proclife and maimain m-sumlice 2agaiast elairtis fir tr(pries
to persons or daniages to propeity and other%vis:U which may aillse from or In connectioa with the
p -erf6rtrmnee of the %vork wider ails Contract and then SL[ItS OJthat work by Contma�ctof. ltselupkavees.
subec,tirmccors- and aloents.
A. CEUCTIFICA'FEItEOL.lif�L-.�1,L-.,\I-r-q
Colltmetor Will issue the City a Certificate of Insurance (aN1elnor,&1dLL61 of-Undcrstanding will
not be 2-ecopted; �vithla te-ii (W) days of wxard of contract- wiat tlie 0imillifIluni
req u if C-111le ut NI:
A Cernficate(st will show currelit policy aumber(s) aljid�ffL,-,;,�-;ti,,,e-,d,hte--q,
.., I ' / I
4 Coverage ail�d palley limits will meet, or cxcced, j-eq'u'__1 -belmv.
• The Ceruffleate Holder Nvill be City of C.qLupWt. 170 N. First Stem- et,
Campbelilt CA 93004S.
• Certificate will be sigued by an
proou�, the C itv. its o ffilce-rs afficial"s.
• An endorsernear, if required:required:bet low. w'LIL be, vld,� 7
-N--, and volutiEcersa, dit-1611, L nisur6ds,atld
employee -ad a,
• Covef-a—e-s must be. i-naintainitddui ;L11C teffli 6-fthe ,kgreenlent kvith the Cltxy�. unless a
Ionger duration is
H. MINI-muM
Contractor ackllo� ess that. ch- ills6ramec CLIV eraVe all d policy I inlitS Sc[ forth 'LEI 111175, Section
I I I C,rtiurn aI b o d
constitute the' di kpim6unt',ol coverag.e. requirod- If Contractor mailltaLlis r a er
mce illsura er thnits than. die, ininifflums shmm below- the ClEy ofCanipbell
H,
requires andishall bef.entil ed to(t le koati-er 111,311fallce C-Overa p aLii'or h L If tLlher lim'ts Elm* itained
lb-y Contractor- Any avadabk hlurartc.e procez&s in excess of the speelfied niiii-Inium 11mits of
tasurance and c. vcra e 3 3i F c available Eo di c City of Campbell.
Contim. cior shall procure. -and inaitit-2111. hisuralle-e Covemue and surety bond-s dur-iit., [lie. term of
tile Contract as follows-
L. Commercial Genel-A Lab I L itv Insuraltee. (CC, L) - S-1.000 _000 PER OCCURRENNCE, $ 5,000,000
AGGREGATE- Proof of CoVemg for Sil Million per occurre-nee and $6 Million 11-1 the
al gate, ineluding, products and coinpleied ope-raclolls, property datiraege, bodily ulluty-
pen;onal, amd advertisirto injury will be provided oil Insurance Services Office 11k)) Form
CG 010 01 coveria-C CGL.
Auto molii le L'abi hN filsiumice- I Injo f o C cov eran e for not I izsss titan S I t0014)00 Per accidem
for bodily it-ufv, arLd property dajnagc provided on ISO Form Number CA 00 01 covering
aii,v auto (code 1), or if Contractor liar no mxned autos. hired. ("Code 8) and non -owned aulus
(Code 91
Cemlstf-uetioil contract 1i
3. Workers' Compensation and Employers. Liability Insurance. Worker's Compensation as
required by the Labor Coile of the Sta-t-, of Califort.11-a with statutory limits, and Employer's
Liability Insurance for all emplay-ces in workplaces invo lved Ill this Conti -act in the amount
of, at least- S 1 ,000.000 per accident for bodily Injury, or discase- The CertiFicate of Insurance
shall hic I hide %v aN, e r of sub rkg at i o it endorsement 111 favor of the City, for all Nvo rk, p -I- rfo im ed
b y thee Contractor and its employce-s-
(N'ot required if Cojitfiktor proxides m-ritten verification it hi' -'rib' employeei) - If
Contra. etor has no employees, Contractor shall complete,-�'d6dk sign a. wofkej'-.��
EXe�jj' D 17 t
ampensailori i c-cla*i-dr-ion and -Relemse tm-Liabilkil
C
"�k
4. Contfactors' Pollution I-labilirvandlor Asbestos Polblfink-1 't -b'1' (M) .1th linhits no
4*
less, than. 27000.000 per occurrence or elainhand $2.00k-66Hctil-V1�'-'W"Vk
a po-.%? a
a. If the services LinvoIN're head -based paint or as-11L
Pollution Lialyffity shall not contain lead-basefl paint
involve, mold identific-2tion it remediation-,the-Pottul
e-kc1usion and the definition 6f-Pollutiotil'71 1-jac-1
b. The Autonhobilei Liability poliev
- f
Pollution Liabilitv m-suranceg,:cut erm
Contractor pursuant to the § 'o NEC,; -his A
Pollution Liabilit-V pofi
ication I rank-diation., the
e.xclusjons- If t1he semices
shall not contain a mold
matter including nia[d.
I
140 to 111clule Transportation
materials to be transported by
also lie proavlt-dt-dotiti)e-Contractors
S. :Suretv Bond.. -0
aConti Sh-�, A"
-actor! a Land Alaterial (Payment�)-Road hia suni equal to the
� e ah-6k
zqt o - 'g'
conic act,pnjZe- untesN>�6' 'hvIse '4 ppeor,ed by City-.
b- Contra ffiRball provide',` Per Bond 1-11 asuin equal to the conlimet price. urtless
other wLse apf�byed by City. If die Perforimance Bond provides for a one-year war rasty,
a separate N-Ia1At&qjuice'8b'nd is not necessary
c. If the, wa-rrant%7'peh66'dW,s& -fi d Vei ie ith the contract is for longer than one tear. a AWntenance
Wat, --ae nke,i Rond.equa-1 to 1 M b it - cbntmei p , is riNU'r�d7
d- Bond(s) shall be duly epcecuted by a j esponsib le co rporate suic-lyduthorized to issue ssuch
bonds in the Stale of California ag-d secured through m *authorized kwmit widi an office
in California. Bonds must also be notarized by both Coniraccof and Surety-
6. Other Requirements-
a- Aildt'Lional Insured Endorsement_ The City, its officers- bfficial§, employces, and
N�olurtteers are to be covered as additiaital insureds on the C-CiL, C111, and automobile
a - bility arising
(if tir-ahisporrin.-, hazardous materials). policies with respect to ha L ilia,
out Of Waflk or operations perfornted by or on -behalf ofC.ontractor including materink
parts, or equipment I'arnisbed in connection mrith such work or operations- General
liabil-LE1,1 COWWOe Will be proVided in dic. forni of an -endorsement to ContiactoCs,
insuraticeatleast asbrand as ISOForraCG20 10 It 85,,orif not a-vailable, througji the
additiati of both CG 10 10 CG 20 26. CG 20 33- or CG 20 38-. acid CG 10 3: )7 (if n later
2-N
Construction Contr-1
act
edition is used).
b. Prim w,! Insunwice. For any claims. related to this Contract. Contractor"i insurance shall
IN.-: prirawy and non-contributory' as resp-ects City, LES OffiCial-S, officers, and
individually and collectively. Any in-surance. self-itism-ance. or other co%,cm—e
ma twined by the City, y. its officials, officers.. or employees shall Lie in excess of
ContraetvCs insurancearid, sliall not contribute to iL
e,. Waiver of Subr02atiqji. Contractor hereby grnnts to the City •amaiver of any right tc
subrp-
gation, except as otherwise not applicabLe, which any, -tifer of said Contractor
ma, e. jist the Oty by vine, uof the payni--eiit of y acquire r aga L
fees under such -insurance. contractor agrces to obtaiif-� -.11dor, E diat may, be
necessary to eff-ectuate this waiver of subro0ation. bift",- is provisi n •- Les regardless
-Q,
--ini the.
of whether- or not the City has received a waiverdtjkudbro- 1. i
7' 11 endors fic
7%7��
insurer.
d- Notice of Cance-flation.
e. Self -Insured Retentions. Any to and approved
7
by the City- City may require. C-ontraztklo pr6Vid1w-'-.-Gf of abiliq, to pay Losses and
R
related expenses-
f- AcceptabillwofInsurg&
Bust rating of no lessrih A—VIN valetft,,& as otherwise appro'k-,,ed by City.
-p—
D Er
-N that all subcontractors maintain
Subcontract It requil and ver
inlwre-n- and Contractor shalt enstire that.
surance S I
city s
NNN41NIN
adclitjottal d on insurance required from subcontractors. Subcontractors
an
are to !'fi&md by ccur. ctcr and to Ctm, in the same rnanner and to I ie sai-ne extent as
`b.unJ,.&,,'C"-itv under this Agreement The Consultant shaJ] require -all
subcontractors�,
,gprovidi 'k,,alid certificate of insurance and the req4imd ciidol'Sefflet)ts
Ul�
in Elie Agree lnehqfio'c to, cortimenchiat any work-, and will provide proof of compliance,
to the. OiNVV��
h. . Excess LiabilitvIJbibrella Insurance Policies.
Contractor may use excess 11-abititylunibretla poLicies to meet the required liability
Hanits on the- condition that provide all of the insurance coverage , ts required herein.
including, but not limited to, primary and noti-contributory,. additional insured. Sett-
Insured Retentions (Sllks). indemnity, and defense- re-quirellients- The exi6qss
fiabiliv,;/urabrella insurance policies slialt be provided on a "c "following font," or
broader coverage basis, with covertge at lest as broad as provided on the underlying
CGL insurance- No insurance policies maintained by the additional insureds-, whether
primary or excess, and which also apply, to a loss cove -red, hereunder. shall be called
upon to contribute to a loss until The Cantractofs primary- and excess liability policies
are exhausted -
Construction Contract 24
J. Claims Made Policies, If ativ of the required policies provide coverage on a cJninns-
made bailS,
L The Re.ti-ci,2etive Dar-t- niusr b-- shownand must be before the date -of the
contract Or the be'g-im.aing orcoinraici work.
Insurance i ust be Enaittta5ned. .and evidence of hisuratice must k
ided f pro"'t�c1'r a least ri've yea:rs after complenion of the contract of
w-lork.
If N -erag- 15 eled or 11oll-rea-%ve cd. mid not s-,op1qced %%�Wi anosher
COc -ailc elahns-m 'ack pG1icj'jLj1-m I'villf a Ren-Oactfueat D ie pf--e. co ]%)r to Elie
c-ficective- date,, dic Contractor must purchase -emended repoicum,"
co,;4-Lrkg,c for a mimil um. of five 0) of contract:
j \"erificallum tit coverauc. C0111172C.Dar wd[ Curni-skilie' mith ori-inalts M-�'ftea-Ees of
Insurance lacludl.kg aH'required aniffidarory cndcrrzeniei6 (oi coples of the. applicable
policy langpage cCfevin!2 CuVeTalll re: quir-ed Jcla'-usc') and a cop' of Elie
Re I
Declaiations and Endors-eni-Int Page of lie COL CVL.and., automobile Policies 1,isn'th)
zill policy end orsennerics to lie. approve4biffie-C-av However,
failure ici i-,,6taiti Elie required docunierit s pijor tea,Iihc` W i-_%rkr' n iav, \vill ii-ot v;a3ve the
Contract-or's oblipailon to prca,idi-- ' City die niphi to acquire
complete. certified Copies of -all required- ini's-linmice polities_ Alcludime endor-seme-tiLs
recluti-ed by die -se spec-Eficatups.at any Liiiip-
k. S pecial Risks, or, Cireimmajice-s. C'E�y 'd L L -kes-c6eL< lie right to modify these requ Ire-111c Ills_
includhig limits. prig exp—criencc. hisurer. cove age. or
offi,er special dreugnitatices-
Collsu-ltctiorl
EM 4191T "C'
LABOR AND MAIFEMAL BOND
WHERE-416, die City of Cainpb-cli, a municipal corporation in the. County of z'!-)Euita Clara,;State of
California. and he-rcinafter designaied as the "Principal," enEered into'a
contract identified as Cbristruction. Contract dated for work on the
project described in the contraret doculuent hereby.,r0crenced and inade
'.fdl
a part 1wreoL,
'WHEREAS.. said Principal is required under the terins of said
Nlace-rial Bond, Elie surety, of this bond will pay the sarne to the e
NOW. THEREFORE, we the Principal, -and
or-wuzed and ey.1-sung under and by virtue . of the laws oftrid'Si�
and firinly bound unto the City of
nionev of the United States of Anierien. to be paid 'v6-the
which suni- well and timly to bbe"Enade. we, hef6""_
y-)bitid
exe-ciftors- successors and asst_�-11 ioibt1v and severativ_,'
�t!1o.'Ttlkllish a Labor and
Z-feiliatkr-ki forth: and
1&irnia., as surety, are held
In die SUM of
such -suill
Vt cost of the work, Iaw'jW
ipb-elll for, die paynie-jit of
our heirs, adininistrators.
THE CONVIDITION OF THIS 0BLtG-A4!I0'tV,8 SUCH-diak ifsaid Principal or its heirs, executors.
Ail't 77,
admin.LSEMEOM SUCCCSSOES Or EISCi�iAq slW11;Lil to any materials. provisioiis.. velidor
477777Xp-
"c '6 supplies. or equipitient as provt Je, upon- for, or a5out die perforn-tance
of the work contracted rG be--�doiie. drf -:an- %vork- oru.-a-iA.-er thei-e.on of an%, kind, or for aniounts
Or due under the Uticniploy work orl,§borpe-rfarnie.dbv,-uivsue-li
A
-7
hori x c, L I claffnant. or fail t o�lhe'Persons�'Aut d under C_Q Code SeC6011 91 to assert a
S 9-TaN %"�;A
claini ze-Fainst a pa'V'Aii' t bond, or fib'ids., to pay for atky aniounts; required to be deducted. withlield..
and paid oV_r to il 'Nr thewages. of eniployces of the Principal or hI&I-Eer
et F _11ise Tax,' arA k
Subcontractor pursuant I&I'56taian't016 of the Revenue and Taxation. Ccade- or fails to My for atky,
aniowits required to be slit ted witlikeld, mid paid over to the Eniployn-ienE Developine-tit
Deparnrient ff-orn the ?,ages
-s J °eniplwsxcs of the principal 3-nd all subcontractors with respect to
such work -and labor that chic surcty or sureties will vay for the sar-ne, in =--i aniount not excee-ding
the suni specified 3711 this bond,.andalso-in case suit is brou-titupon die- bond, v,,-111 pay, in addition
to the face aniount bereol'. a reasonable. attorney's fee.. to be fixed by the Court -
The of this o bl PLEitioti is such that its ternis inure to the benefit of any of the persons and
entities audiorized in Civil Code Section 9100 to assert a claini ai-,ainst a payinent bond so as to
give a eialit ofaccion to such persons or entities or their assigns in any suit brounI-LE upon or action
to enfoPce- lialiillty on the bond.
Thesurety; for v.-due received- he-reby stipulates mid k�lrecns that no change, exte-lision of tithe,
alteration, or, addition to the terms of the contract or to the work- to be perforined diereunder shall
in miv nianyter EiMet its obligation upon this bond- and it does hereby explicitlYw-alve notice of
an,,,, such change, extension of cirri -1, alteration or addition to the terins of the contract of to die
Construction Contract 1 26
-work to be performed diere.under. and further explicidy hereby waives its rights under- Civil Code:
Sectioa 24S 19.
[N WITNESS WHEREOF, the above. partics have executed this instrument under their seals
this day of �"[ _, and duly sinned by its undersigned
representation, pursu3tzt to authority of its Lug; ernin body.
Firm iimmie:
Printed name: � ....
Title.:
SUR!
Firm i
Prints
Sid tta
Title:
Nobs
Addr-c
Costa
Enmil.
Phone ND ---
I here -by approve the f€ nii of the withiii L-ond_-
Otfice of the City Attorney
Date.
(Note, Signatures of those etecudng for the Pririclpal and Surety must hi .ludo a Notaq
Ack;nowledgemeat.
Construction Conti -act 27
ACKNOWLEDGMENT
A ninary public. or other officer completing this cerlificale
"C'n'C I ae-s only the id individual w�ej --,rxd lhie
document to %vhich this cerfificaLe is attarhed,and not Ov..
intilifulacs,,accum-c.y. or valid--fty of that document
State of California j >
COullt)y Of
Oil before ni-,
plersonally appeared
vvho proved to me oil the basis ofs:acisfactory evidence to Lv`jge persbOss) whose imme(s) is,oare
subscribed to the VII-Ithin itistiument. and aekno,%,Iei`ged to ni-�,h&.,4,fieaIthey executed the sailie
in hi&,li-e-ritheir authorize-d capaeity(ies). and that by his lien' h .1 rej.'s On the t-115ttuilient
the. person(s or theen'ttiv upon behalf of led the itistrutillent.
I certift, under PEN.ALTY OF PERJURY under i -of. le of -ali ornin that the
Fore-goiii,n pa-
rkgraph is true and correet
WITNESS my haildand offietal se61,11,
SionaEure (Seal)
V
:--v
C-Ionstluctioll colitlact 218-1
ACKNOWLEDGMENT
A no,ary public or other officer compkLing this cerii6cale
- n'F mly flid-ml-Ly of Ll%� individual wha signed c- i es L I I E
cluoumeni to nhich ih;.,s cellilicnLc B LAL2,:.hed. 2nd nil IJ-.0
irwhfuirii:s-s, accum-z-v. or validilLNof dial. document
State. L -�f Califoinia
Coul-1tv of
e
011
before tote..
pei-s-vii.-Ily. al: pleared west
-who proved to nie oji the basis ofsailsfactory evildence to be"the pmcm(sl) whose name(s)
subsci-lbed Eo the within histimmentaiiA acknoLe-
wdeed to nic [Fiat h6'1'.slicAllhey executed the swiie
- in his,li-Cri'die- v author zedcapnelty6es'), and lhat�that;hi*---� -r!ffielf SL-naruref's'� On theillsttulilelit
the persoa(s). of Elie enf-Uy upon behalf of whichthe oerspn� the 111SIrIlIlleill.
I certify wider PEINALTY OF PEWURY under the laws-o''f the
Smt,e of Catifornia that tlie
fbre-
gem -w, paragraph true aad cor-r-ect %
WtTNESS my liatid and official-kal'
(Seal")
collsLruelloll colitimet 29
C•AITHFU'L PLR1'O131%-LVXCE BSIS+iD
M HEREA , the City of Campbell, a municipal corporation in Elie County of Santa Clara. Stare. of
California. and hereinafter d::siTcjiated as "Principal— have entered into a
contract identified as Contractor .idated whereby Principal kgtee-s to
install. and complete the work oii the project described in the. -,contract. doe-unietn
hereby referenced and made a part hereof.
WHMEASS, said Principal is required wider the terms of said con act kviili th.e "City of C:anipbell to
f rnisli secur-itv for die faithful petTormance of said contraCE' d
NCB , T1-IF�I�.EF1:]f�E; z�c.. the Principal. auld � a r �-or-poration
or�,aiiiZed wad existing under and by virwe of the laws of the ' te. of-.: ��f as.
31trtt}', -are-held and firmlybound unto the City ofC.aiiipl3clJ. n;tlatuiri of
0 such swig blein�,, not less dian 6he hu'Odfed percent (Iof the
estimated contract c*�st �i iJte ;.,ark, lay{rfitl lt7one_��o f tli�'�1,7ited Staies of �' mertea, to Lac paid tcs the
City of Catilllb:;ll, for payment of which sml. we7f dad troll --to be"p4td, we. hereby Jointly and
sevemlh., Bind ourselves. our heir-s, administratorsy &eculeae_ suir-ce-ssors and assims, by these
prese-nt3; {
NOW. THEREFORE. THE Coil\TDl 6\S1 pp THIS tIBi;•1GA`fION' 1S SUCR, that if the above
bowed Principal, its heirs, e_�e�ut€►es adtlllni�tl iL+]r�t successors,_ or assions, will rat :ill things wide by
and well a.nd traily keep and perfu�ri t ik,c�4'eti nis conditions and pray- s oily in the"said Lyra clietlt
and an%' alteration the.reo 43ade_as tlip id provide& :in his or her part, to he kept and performed at
the time and in the tYln iiti�-tl�r�.�t���p;� fi��l;, quid in all iekpects according to tile true intent and
meaning, and kvidt icidcmiuA, and:sa`V, hauniless the CA%, of Campbell. its officers and noents, rnd
employees' as tlleMO.stil3ulated, th&a- dais oL}lugatioa will become bull and void,, othemist it will be
and Tema- fn in ffill fbr� a_d,effe .t_ �
As a part ofthc. and it addition to tlte face. amount specified theeeaare.
there will he 'included costs and,i'easortak le expenses and fares. hicluding raasona- ble attorne-%y s' fens,
incurred by the. City of Campbell.
As a condition precedent to the satisfactory completion of the said contract_ an obli�alion in the
amowit of $: F, being not less than ten percent (; LW?b) of the
estimated contuact cost, will rennaitl in force for a period of one (t) year alter the official a— cceptance
of said work, durin-4 w-hicli tiniL if die Principal, its heirs, executors. administmtons. successor;-; or
assi�_las -dill fail to Make full, catllplete: and satisfactory repairs and repineenients or totally, protecL
the. City ofCampbell Ckti l loss or dania�_►; made evident duringsaid period of one (l) year from the:
data of o itcial acceptance � �f said work and resultinaa from or caused by defective. materials or faulixy
wo.rk muisliip in the prosecution of the vvor°k done*; the Avve a bligga on in the sum of( ' S
3 sliall remain in full fierce Need effect, otlicii ise the. obligation slial be-- diselia d. H.a«vever,
utot4z•itlistandim .:any other priavisions of this paragraph, dies oliligAtion for the su ear hereunder mill
9
continue. so long as ,ate)' obli ration ofdie 11rincipal ferna Ills-
(_ emistruction Cantiact 3)0
The surety i+JC value Tsceivc..A. hereby, stipulmes and agrees that no chatt",c. extension of tiilte.
alttiraticul, or addition to die icrnii of the contract or, to the work to lte performed thercunder or. the
in an), manner afficet diis obb-ZE.ion upon this boad. and it does lls_eeby e-VIII:idY
s}eyil cations shall
vvaive notice tip# any :shell c-halin�e-s. extellsIoils o f tolls:, ak rations. cw additions to the t'ernu of the,
conuact or to dtI -work to be lierfirnied thereunder. of to the specifications. and it further- explicitly
hcreb v 4t-imv,--s'its rihEs under Cab torilia C'MI COO §2 S 19.
lir- WITNESS W HERLE012, the }parties ba.V le e.:a ecutCd this illstrU310111 Wldet ltheir seals this
day of _ 0 _ and duiv si+�,ltl-d by its ulnd rst(Ined t ppr Aki=ve. pllrsUai'it lid the
audicin y of its L,pvlrniag bald, f'
r'
Firm jimmie-
P iated
i�nita Lli4-.
T itte:
Firm name-
- v
Printed name:
r
IiT;ttatL[i r D at` -
Title:
. Mice co surctti
Coniact Pe sun:
Emit:
l lle-reby approve.- the form of the within bond-
0 ffice cif the CAN _ uvracy
Dace.
Construction Contiact _3l
SI-nntures- 01, those exec-Uliti- for the Prin-zlpal and Surety i-nust include. a Notwy
jkeknowledg�emeiit.)
ACKNOWLEDGMENT
A nutiny Public or offitx officer compiding fl-lis c.crilif-waic
% 'em :c 'F t, OTIIV 111C i&M-RIV of L�r� indiVidU31 who siume-d documcm W, which cemiflicale is altazlied- and nul uhc
imilifulnz-as, arc.uracy, or valid-fl:y, oCdm- I do-cumml-
kate of California
County of
Oil
before. nic.
(Lasedjiai&&=d Lid- i: dfuhc oflicer)
rr�ersonafl a eared
rr
who proved to me. oil the basis of
rN, e%,j&.jI-C-eAo be the xhose tiame(s) ls,'are
subscribed to the iVithin in-sLi-wilent 3-11d 6thqt he. phi jfhey executed the,swne.
In hisi-henklie-Ir authorized capacity(io-S). and that bon the 111SItumellt
q,�
the person(s). or th-o emity upoii behalf of %Vhich the pers6a( adte;d,executed. tjie.iiistru.iiienr-
certify raider PENALTY OF PERUTURY-L61din- the lazvs,6f the Staw of Califbrnia that the
fore-01110-1 paragraph's true an-U6"
�%ITNESS imy hand and official sed'[,,
Signature
Construction Conti -act 32
ACKNOWLEDGMENT
A nuiwv pblic. or ether officer completing this certificate
N ws only the ick-n6o., of tho individual who s�-_��d ffiv
I
document to vviiii-ch this cent IGGAIC iS ZLILIZhed, end nolmho
Irulffifulimcss, accum-cy. orvalidiv of ELal document
-State of C.ahfomia
County of
Oil
before nw,
(instn name
Ivemnally appeared .4v
who - proved tome -onthe basis of sat-Lsfac.toryevid--.iiee-to-°Ie7tI
subscribed to the IVIthin Instmiment and ackfioulled-eA to tYtes
in hi&lievlheir. authorized capacity hisaierfth,; (ie�), and thaE lad
the, Person(s)2 or thic.entity upon behaff of which, (s)
t certify under PE.N..Ad--TY OF PHOURY under
fore-e-ohia, t) a-marwift is true axid correct-
WITNIES'
Signature
C
,whose name(s) ivare
icy executed the same
on thehistrument
ited the instrumetIL
of California that the
Constrwian Cojin-act
EXHIBIT "E"
CALWORNIA A1R RESOURCES BOARD (CARB) fa, QUIREMENT FOR
MPLIAINCE, CERTIFICATE OF REPMUM) COI
Re-- In -Use Off -Road Dicsel=FueleA Fleets Rei.;-ulatioll
(Cal Code Regi, Title ]31 § 1449 et seq.) eflecdve 1/111-11024
La) Check below if coaLfactor or sub -contractor will use on the project. �ie followin off-
ro6d heavy duLv diesek-imered vehiclessmbjject to Cat Code R_Title 13 2449 e-t seq,
L: Wo-rk- Over as defined in Cal Code Regs, Title 13
o Engines with nvo-engine cranes- which contain an
Cat Co4ie Rqp-, Ticle 13 S2449(c.)(66),
-vo engine %vater-well drillino-0
fi,,15, which captain an
in Cat Co&Rcttis.. Title 133 §24-49(c) 6
30 bh} .,,4s`deffiaed in
me > 50 Wip, as defined,
mVoff road and contain an
-Enu e 4)Ln tle I ikd tcj�eb"d_ r in s of two -en ' e. vela' les that are. des si en i -yqn L
C� IM-77 ,17.
m ian� �r, . -�,`� iA -3 � 1449(e),(67) - Bc xd eneine > 30 bhp, as defined in Cat Cjdwk L Titf,:-� .3 oni
g
Trucks. Concrete ML'Xer& Conef6t6t'Amw True acuum Pump Trucks. Guardrail Fence
Installers)
OR
b) o 'No vehicles szubjpq`f6'-Q�fCbde ftim's,, Title 13 24-19 et seq- apply to the project -
[Proceed to the,'8is and Sri- tfi�, Vei-riftc-&ton below-]
2;a) Ifany box �'s fa) did you. or �*oursubcontmetor fe�gister any vehicles that
quatiAl as fn-Useb,"i eHueted Fleeu;. with the Califonnia Air Resources Berard
(CARB)2
mYES 6-No
hrb If Nrou. cheeked ' WNe to number 2. then explain rzaisotu
E-xerapt c:,'Enieq_geney Openarions
u Rejie�vable Diesel Exemptions
(1based on. Met engine type or weacllzr resmetions)
.71
E; Uftavailability of Renewable Diesel
0 Other-
Consauction Contract 34
3-3) if you cli-zckeJ "Yes7` to number 2, then submit. a CAR13% Certificate of Reported
canipffiInce (certificate) for the applicable vehicles owned or operated by yo�u or your
subcotimactor to show compliance with Cal Code Regs.r Title 13 § 2449 ct Seq.
[Vi.Sit E11C. CARD we site. to -et a CAkB Certificate online.
CARD, CorEfflicate, Attached- EA'ES 0
3b) If you clice-ked -No - I a number .3, Lilt It rL
4)
a_ c1liless otherwise exempt. or not applicable a-q nidictted'aboJe. contractor niust provide a
CARB's Certificate of Reported. Complialice (CeAlricalte),f6r, veldeless Sul�iee-1 to Cal.
Co & Regs, Title 13 _1149 et seq.
b . Unless othe.tAvise. Exempt: or [lot zop hcabl&,ps Indic'-fted- 3bQW",.CQ1i1F-aCl0V C111 FJIZr ;.1,1, CCES to
` comply with the requiretilents of CaL Code; i.-- -Title A -.3 _k i4lc)(J) Regi ;. includLni L, bui noi
Linnitied 10.
a Allowing. only off -=duty 'willi.Aulld Celifficaws Lo be used at the
conivacter.s job sitesY.
-
a Rcportiti,:� to CARcW'Jth1f'l five b "(
'mess &vs'of such discaverv- if the contfactor
discovers a regulation at the job sittedoc-sixothave:
a valid thets or vehic] es 0 atinci oil t1le"U. job Site,
Rer
lit tps�F'/ealep4cVhi ltnt�_:scure, ree.com.Iconipl, irasc oirPlal.or entail
dic-SeJeoillPh— ,imGi'a:,alb - 7
Displavifig that, pidoxides kze, hiformatijun abou ilic reffulation and how it) report
it licompliilpel."Tlie- si-ii, . must Lie, post-ed -whz-�.re 'veliicle-s subjca to ibB rllatioli wiLl
C, I C,
opel-ate. foe ell'61,11t O'll"l-111DE-e . Calendar days- di:c; siLpi niusc be posted by fliet ciclith calendar
the Firk Vehicle operates.
day from wliCil
Verification
L The undmiClined states that the- Statements made hereitr uc tme aild correct and rnade, under
C
lKnl-alw 01 peguiryl-
I
hl mdersiCned ackiawled-es that the unden;iQIied is wathorized to si-n oil behalfof Elie
4=1
bid responder and the.sta-cenient(s) rnade herein jsii'ai-e lega-liv biudilit the hid respolider,
their repre-selitat Ives- w4ents, and
A -scanned. electrome, or cither copy of a par—tv-S Si" IlatUile slial [ be Legpilymlid as an orin Inal.
(Prilit NTamic ofContracior)
(Sl 0 llatUre) (Busiiizss Name) (Date--)
. C,
Coasts iction
EXHMIT -'F"
DAS Fomi 1 -40 (Frum Rem, b"04)
PUBLIC WORKS CONTRACTAIVARD, INFORNLATION
Coar-acr wvrard filron-natio'n must b,-,: sent to your ApprevatCeship Conumittez if you arc' appyco,,ed to LM-111. If','OU Ere
not zppmove-d to main. you rout �.-nd the intbanadon N.J-Hch may b-- LMs fm) zo ALL applicable App-remlietship
CcmamiaeC in }purr craft or tf--dc in the area Of the site o: public wark- Go ice:
for iLfianriatia-n about UVOur and tr--de- You may
--Lso cansult your local Division ol'Appiren1jec-ship Szpda-rds (D.4-S) o-fJ!c;—,ATo-s;- Mcphoacmu!mm may bc7 found in
r
vour local difcetory under C21ifornia, Et;atc of In dusiri;21 Relaziom-, Divisioq 0-1-Apm6L eahip Sta-qd�afdis.
Do not send Lhis form to the Division of Aprtreafieansh"Its
NA I E OF V0 UR CCA i P�M%,-f
CO3MYPm.C'1-w-tR'5
MUELING ADD'R ES'- NUMBER ,I(, STREEET. CM;-. ZIP CODE
NAME ADDRESS OF PUBLIC WORKS PROJECT
6.k-!Y- -VOUR C C, N=E RACT. T—D-7: C L-a C-j;-
DxTE OV L,,tftc: rraD 0 R A U-ru,,, L --CT.a 110F,
Nil,
�4,
I fOURS
7.12S F 0 :-L!, f I S M N G S WE- TO: f.Nj'kM E j1dD D kE, S S! 01, W, P R E NIM CESM"
13 C C UNIM 0-N' 0- F AP P R F-NT IC r--
RROGRAM11 Sk d
Av
iROFATP ZNTCE
%URS
N
APPROXMAYM, DATES TO FIE D
Cu?„mm a! s I -.s: k 0 5fpx W, i 1,4 ,..fit (' L- B 17. a A� L7 fc. 2, i -e a.: c 0 1 -rh Si L c. x,. i i 2 G, I (i) C--Ic 'D j 2 1 L CcZ,- q i R i ffL xi ilon g
R T, "gaxes RZ.111, f L
i We are alre-ady alyproved to tjy ih--
AppreadL—cs"111p, CommmcL- We will cmi ploy and main under their S-I.221da-rZE.
2 of
L-n--r =-z oFG=njr-Lte--
Anpictitle--ship Comnihwe Ndf the durazianof this job anlvC
E-1 W". Nwill employ and Main ap ntiec Pre -s in Whit the CalifamM Epp: cmice-ship CGumd I
fzaulad,ans- jad u dzi gr ;% 230.1 (c) whL:4 req i t h e� that 2 p pf Etbees, ci n p loved on pu;3ii Q a,: ects Can Q.q]v be
assignicd to peribrra -wcirk oft e emall or trade to LhC;2PpfZ,1tiCC iS rcgistzf,:!d and thai theapgentices
muss as all tin-=s warzrl- wish w, undtr the direct supa-viszion i0urPevm-:jaimLU-
sk-ri-alure Date
TvV,:d Norte
Title
C-011-smuctiall C01-muct 36
`''Slate of l.al%flirmb - MloartoLktt of IndLLstrial KelatimiB DIVISION fit' .ti'i'I#1•±STICE-Sii11' S.`t:ti�.Ir�kL�llS
Cilistluct[wt-11 contluct 37
E"*%—H [BIT "C"
DAS Form 142 (Fran-,, Reu. 9/03)
REQUEST FOR DISPATCH OF AN APPRENTFICE
(Do neat send this, form to DAS)
YOU Ma,%f USC, this form Lo request dispalch of anapprenLice from lbo Apprenticeship
or trade in, the a'Tca of public work- Go Lo:
infonna-Lion, about progmMy in wour = and trail, .-. You m aiso consulf-"ilil,,
ay
Apprenticeship Standards (DAS) office whose lelephon-z number m3v be fb�
I e��
under Califbmia,,Staw of, Indusuial Relations, Division of Aoprentice-shiW,� 7tsr
2'r-'
Dale:
To Applicable Apprenticeship Cummilwe:
Tr llephnne:
Comracw-r Requesting, Dispai-zk
Address�
AA
TeEephane-'
ilZ
Person -Nxtakin,i Requp_u.
a.
NUMbc-7 of .4,v-;)renLicCMN=8§"iL
Dale AppTenliCcCs) to Etcport:
zy 'f77"t,
Nl,arneotPemontea kepoata-1
Is-
-A:dd.-,ums to Repoa
Time to Repon:
ar Trade:
imillee in. the. c ra-ft
for
local Division of
,UT local direclory
(48 hour notice zvquirud)
You may use this Corm, ar m2ke, a verbal or written reqUeSL ',,a ask- for !he dispatch of an
apprentice. Please lake note ofCaliforma CodAz of Rquplations. TRIe S, § 230-1 (4) whidi s,-,Lys in
part: if ip, newpanse ta a 4-jlagn reazig-vi an 4ppi-eirfice-phi -S t disluErydiany Comminfee daL no
appl-ClIfice 10 el Crab-aclar II'll'o has ag-reedla emrpkv awdii-airr qjqps-vWc&,irr acwn-Jante -willi
ddw,r the :fpp-wWc-c.ylJp Coijuniffee's Sandards w- dress reg-211faia-as lvitfrin 72hojerw qfxzsch
raga (awladii Sa!zwdqi-s, Sundayss and hafidin the cayiD-Lrvar -wiff of be can,.shie?wd in
1-:01adorr qrth& secibun as a resuk qffadjaw I-D ampky appi-ervice-s—
Construction Conti -act .39
AMERICAN RAM PCOMPANY.CONI
ANY
'9263 - CA, CAM PSELL
0.
AMERICAN'RAMPCOMPANY-COM
Allw.
L - &
ilk
I OW
I
. \ \ � � � \� /� ^
\\� ./
�
Al
9263 - CA, CAMPRELL
,AMERICAN RAM1 PCOMPANY-OOM1
?a �
.e.
i � uill�q MW' T, •n� '7��IP�i- � i�r :�+� ��Inl►''+'+ . �f�s "'' �f� �r1�1 � r�RwR� P ''v^l' �;�
,, FF
9253 - CA, C,AMPBELL
AMERICAN RAM PCOMPAMY_COM
-*-�. P' -{'A AI�1* r r t��N ,�k ;�' i «�• .� ram►{� T��
9253 - CA, CA MPBELL
f
0 or
AMERICAN RAM PCOMPANY-COM
show—.—
lp!o 44a
NY
- - , .11,000010
a* aka.,
9253 - CA, CAMPBELL
APA�RICANRAMPCOMPANY.COM
qvA
�253 - CA, C.AMPSELL
11 T TV'
11Ga 611t
1; r, I I
-4-44$4
—44446
It
114 1 1 '1
4"IUV
1 IA F
11 rl", t .
....
13
C-
UO
t19
r44
35
mm
m
064 A
&21 S. hitovir-'ey Ave
15plin, LIO E-48111
Tdf-!Iet_ EDDI-MdRq78
Left 417-20-69511B
Fax: 41 720-E,6MB
Quote # -
Desion 9
Customer
Date
Designer
02888.10
5253 3
MY of Car]-ION211
07-05-25
Julia fkutckfor
Item
Obstacle
Holah
Width
Lgnoth Pre Series
I
Half Pi
5.01
4-0'
30-9,
L,
Half Pipe
5.01
4.0'
30-T
3
�faff Pipf.,
4.0'
4.0'
30-01
4
Pips
4.0'
4-0'
30-01
5
Half Pipe
4.0'
4-0'
30.101,
is
Half Pige
4.0'
4-0'
30-1T
7
Bank Ramp
4.0'
4-0'
9-V
8
Bank Ramp
4.0'
4-0'
9-V
0
Safik Ramp
4.0'
4-0`
9-c'
10
Bank Ramp
4.0'
4-0'
9-01
11
Sailk Ramp
4.0'
4-0'
9-V
1-2
San k amp
4.0'
4-D'
9-V
13
%illodgo, Flat Wodga.
1.51
4-0'
20-T
14
Grind Rail, Kinked, (Roundj
15"
T
i 4-T
15
Wodge, Flai. Stair
11.51
4-0'
17-01
'16
'400"odgo'. F-Lat 16'Vedge
1.51i
4.0'
200'
17
Plante f (2'wilde)
z
15.91
19
Sam, Rarrip (WedgeI 2'V-CJda
2-01
6-04
'i �,
VVedgo, Rat 'Nodge
4-G,'
20-01
20
Pyramid Section (Wedge)
1.5'
6-01
20-T
21
Quafwr Pipe
4-0'
1120,
22
0 - Ual�,Le�r Pipe
4-0'
11-0,
23
Pyrrarriirj Com-er fRadiu!.) [-`O Dogi`Co
4.0'
is-91
61.7
24
0 u wto r P I p o
4.0'
4.0
7-V
25
Quartor PIPL,
4.01
4-0'
15-fl,
26
EXtra NeK
4.0'
14-U
6-1-u
27
Sorwred Comer 90 Dogrec,
4.0'
1 Ij.v
I 1-0"
29
�vEra Dock
4.0'
'2-04
12-0'
29
QuWfor Pipe
4.01
4-G'
18-T
AD
Quafter Pipe
4.0'
4-0'
123-0`
81
Qual"or pipe
4.0'
4-0'
1 5.v*
3 2;
Qualoor 2-:"Ipo
13. a
33
QuaTler Pipo.
1.0,
4-0'
13-131
84
Quarlor Pipe
3.01
4.0'
13-01
3 S!
Quarters Pipe
:3. 0
4-0'
18-04
86
Bank Ram p
3.45,
4-0'
i 8-01
37
Sank Ramp
3.01
4-0'
13-01
39
Pyramid Comer (Sank Ramp) 45 -Dogru�
3.0*
5-21
7--T
3 9
Bank Rarriv,,
lo,
4-0'
1-3-014
40
Sank Ramp
3.01
4-0'
13-T
41
Julia's Curb
6"
104
12-91
42
Grindboy
81,
4-0'
8-(Y
43
Grimd Rail (Rourid)
1.43,
21
20ff
44
Bank Ramp
4.o,
4.0'
13-0'
45
Sank Ramp
4.0'
4.0'
1101
46
Bank Ramp
3. 0 1
4-0'
13-01
47
Sank Rarrtp
3.0'
4-0'
1 3-0�
48
Pyramid Section (INefigo),
�01
8-01
16ff
49
&arik Ramp (Wedga)
2.01
6.01
8-(Y
50
Bank Ramp (y,,ledge)
2.0'
6.01
8Z
:51
6ind kml'Kinked I (Rounri'li
1.v
27
18.01,
52
Spirte
4-o'
92 -0
54
Quarter Pipe
2.01
4-0'
0-ry
55
Quiajter Pipe
2.01
4-0'
0-0'
56
Pyramid Comer (Radius) 50 Dev ,e grL
2.01
5.3*
5-S
57
Quarter Pipe.
2.01
4-4'
5-0�
58
Quarter Pipe
2.01
4L'
9Z
Grif."dbox
1.01
4.0'
12-0'
60
Grind Rail (Round)
Z'
20-01
61
Grindbox
8"
4.0'
16-T
6-2
Grindbox (2-0;ide)
811
2-01
16-01
63
Skate Sench
1.10,
1-01
6-V
64
Skate. Seneh
1.01
1-01
6-ry
TOTAL
Smu.; Tax Ott Material Crely
GRAND TOTS
A
ridd. A-ft — Cals(mm F?,3rtko OR Eodbsure Cafor
=2'390-30
$23,734-M
$370,057.63
$21'95119.03
Notes:
• This turnkey quota fneludes Equiprment SHpp' g, anJ Installagan-
• This quote Includea, a SourrmnVud discoura (if procured Mfough Sou scowell PWcha.sing Ca-0p)-
• Thi£. quote Lneludc% provailing wage. If not appli, b[e, Cali for fat)iscd quote'-
• This quow includes salo�- tay On friartef"- bi-ily at 9-875-%- if not applitabW, can for quoto-
• Design contract was for M�400-00 and S20,00-00 way used for design's( -rvices.
• OU010 IS good for 190 EfayS-
Purchase through our competitively bid goveril ment Sourcewell contract.