Loading...
HomeMy WebLinkAboutMINUTES - 04222008 - C.9 TO: BOARD OF SUPERVISORS Contra • .. _\.s FROM: JULIA R. BUEREN, PUBLIC WORKS DIRECTOR = . Costa ......� DATE: April 22, 2005 � �"�'v Count r t-i�nii nT-C SUB,IECT: APPROVE plans and specifications, AWARD and AUTHORIZE the Public Works Director, or designee, to execute a contract to the lowest responsive and responsible bidder I'or the 2008 Slun-y Seal project, Morgan Territory, Clayton, Concord,Martinez, and Rodeo areas, (Districts 11, 111 and 1V) Project No.. 0672-602849-08. SPI'.(. FK REQUI_S I(S)OR RECONtN11:NDAIION(S l BACKGROUND AND JUS I IFICA"ZION RECOMMENDED ACTION: APPROVE plans and specifications; AWARD and AUTHORIZE the Public Works Director, or designee, to execute a contract in the amount of$824,660.21 to Graham Contractors, Inc., the lowest responsive and responsible bidder for the 2008 Slurry Seal project, Morgan Territory, Clayton, Concord, Martinez, and Rodeo areas. (100% Proposition 42 Funds) (Districts II, III and IV) Project No. 0672-6U2849-08. FISCAL IMPACT: Project will be funded by 100% Proposition 42 Funds. r Continued on Attachment: ® SIGNATURE: 121"COMMENDATION OF COUNTY ADMINISTRATOR ❑ RECONIN1 NDA 'ION F 130ARD COMMITTEE 51<,PI'ROVE ❑ OTHER i SIGNATURE(S): ACTION OF B t D ON_� APPROVED AS RECOMNIENDED O" ITER ❑ I hereby certify that this is a true and correct copy of an action V,O'1'I:OF SUPERVISORS taken and entered on the minutes of the Board of Supervisors on (�(y— L:NA\MOUS(ABSENT ) ��a�. AYES: NOES: , the date sho . ABSENT: ABSTAIN: ATTESTED: 22' O JOHN CU'LLEN,Clerk f the IR f Supervisors and County AWarJ 2008 Slurry°ScatdOc Administrator Orig.Dir:Public Works Construction Dit inion Contact: Kevin Enii,h(925;313 2233) c: Auditor-Cunuoller 13y Deputy li.KuO cvror.CA County COUn SCI Contractor SurctV 69 SUBJECT: Award of Contract for 2008 Slurry Seal project, Morgan Territory, Clayton, Concord, Martinez, and Rodeo areas. (Districts 11, 111 and IV)Project No.0672-6U2849-08 DATE: April 22, 2008 PAGE: 2 of 4 REASONS FOR RECOMMENDATIONS AND BACKGROUND: The Public Works Department received bids from the following contractors: BIDDER TOTAL AMOUNT BOND AMOUNTS Graham Contractors, inc. 5824,660.21 Payment: S824,660.21 P.O. Box 26770 Performance: $824,660.21 San Jose, CA 95159 Call form a Pavement Maintenance Co., Inc. Sacramento, CA 95829 Valley Slurry Scal, Inc. West Sacramento, CA 95798 Intermountain Slurry Seal, Inc. Watsonville, CA 95077 Sierra Nevada Construction, )sic. Sparks, NV 89435 The above-captioned project having been previously approved,and the plans and specifications having been prepared by, filed with, and approved by the Board of Supervisors,and bids having been duty invited and received by the Director of Public Works.on March 18, 2008; and The general prevailing rates of wages, which shall be the minimum rates paid on this project, having been filed with the Clerk of the Board, and copies to be made available to any party upon request; and The Board of Supervisors having adopted the Mitigated Negative Declaration and a mitigation monitoring program pUl"SLlallt to the Callforllla Environmental Quality Act, and a Notice of Determination having been filed with the County Clerk on February 5, 2008; and The Affirmative Action Officer having reported that the lowest .monetary bidder, California Pavement Maintenance Co., Inc. (CPM), has failed to document an adequate good faith effort to comply with the requirements of the County's Outreach Program, as provided in the project specifications, and the Affirmative Action Officer recommend ijig,rejection of CPM's bid; and CPM having been notified in writing of the Affirmative Action Officer's determination, and having failed to appeal it, as provided in the project specifications; and The bidder listed first above, Graham Contractors, Inc., having submitted the lowest responsive and responsible bid, which is $19,151.93 less than the next lowest bid; and The Affirmative Action.Officer having reported that Graham Contractors, Inc., has documented an adequate good faith effort to comply with the requirements of the County's Outreach Program, and SUBJECT: Award of Contract for 2008 Slurry Seal project,Morgan Territory, Clayton, Concord, Martinez and Rodeo areas. (Districts 1I, III and 1V) Project No.0672-6U2849-08 DATE: April 22, 2008 PAGE: 3 of 4 The Director of Public Works recommending that the bid submitted by Graham Contractors, Inc., is the lowest responsive and responsible bid, and this Board concurring and so finding; NOW, THEREFORE, the Board finds, determines and orders as follows: The Board APPROVES the plans and specifications for the project; and The Board DETERMINES that the lowest monetary bidder, CPM, has failed to document an adequate good faith effort to comply with the requirements of the County's Outreach Program, as provided in the project specifications, and the Board FURTHER.DETERMINES that CPM's bids is non-responsive and .REJECTS said bids on that basis; and The Board DETERMINES that Graham Contractors, Inc., as the lowest responsive and responsible bidder, has demonstrated an adequate good faith effort, pursuant to the specifications for this project, to comply with the requirements of the County's Outreach Program and the Board WAIVES any irregularities in such compliance; and further determines that Graham Contractors, Inc., has complied with the Mandatory Subcontracting Minimum;and The Board ORDERS that the contract for the furnishing of labor and materials for said work is awarded to CPM at the listed amount and at the unit prices submitted in said bid, and that said contractor shall present two good and sufficient surety bonds as indicated above, and that the Director of Public Works shall prepare the contract therefore; and The Board FURTHER ORDERS that after the contractor has signed the contract and returned it,together with the . bonds as noted above and any required certificates of insurance or other required documents, and the Director of Public Works has reviewed and found.them to be sufficient,the Director of Public Works,,or designee,is authorized to sign the contract for this Board; and The Board FURTHER ORDERS that in accordance with the project specifications and/or upon signature of the contract by the Director of Public Works, or designee,any bid bonds posted by the bidders are to be exonerated .and any checks or cash submitted for security shall be returned; and The Board FURTHER ORDERS that the Director.of Public Works, or designee is authorized to sign any escrow agreements prepared for this project to permit the direct payment of retentions into escrow or the substitution of securities for moneys withheld.by the County to ensure performance under the contract, pursuant to Public Contract Code Section 22300;.and Pursuant to Public Contract Code Section 4114,the Board DELEGATES its functions under Public Contract Code Sections 4107 and 4110 to the Director of Public Works, or designee; and Pursuant to Labor Code Section 6705, the Board also DELEGATES to the Director of Public Works or to any registered civil or structural engineer employed by the County the authority to accept detailed plans showing the design of shoring,bracing, sloping or other provisions to be made for worker protection during trench excavation covered by that section; and The Board DECLARES that,should the award of the contract to Graham Contractors,Inc.,be invalidated for any reason,the Board would not in any event have awarded the contract to any other bidder,but instead,,vould have SUBJECT: Award of Contract for 2008 Slurry Seal project, Morgan Territory, Clayton, Concord, Martinez, and Rodeo areas. (Districts II;III and IV)Project No.0672-6U2849-08 DATE: April 22, 2005 PAGE: 4 of 4 exercised its discretion to reject all of the bids received.Nothing herein shall prevent the Board from re-awarding the contract to another bidder in cases where the successful bidder-establishes a mistake,rcfiises to sign the contract or Pails to furnish required bonds or insurance (sec Public Contract Code Sections 5100-5107). CONSEQUENCES OF NEGATIVE ACTION: The 2008 Slurry Seal project will not'be built. i �Co'unty.of Contra Costa OFFICE OF THE COUNTY ADMINISTRATOR F. : : MEMORANDUM DATE: April 10, 2008 TO: Board of Supervisors FROM: Emma KuevorG�1-4G-Pf-A Affirmative Action Officer SUBJECT: 2008 Slurry Seal Project Attached for your review and consideration is the documentation of good faith effort submitted by the 2nd lowest bidder Graham Contractors, Inc. for the 2008 Slurry Seal Proj ect. cc: John Cullen, County Administrator Silvano Marchesi, County Counsel Julie Bueren, Director, Public Works:Department }3DGI-'E2008SIurrvScalGr.,thamWaivcr08' Affirmative Action Office Board of Supervisors County Administration BuildingJohn M.Gioia 651 Pine Street, 11th Floor Contra 1st District Martinez, California 94553-1229 Costa Gayle B.Uilkema (925)335-1045 2nd District Fax(925)335-1098 County Ekuev@cao.cccounty.us Mary Piepho 3rd District John Cullen ,f . County Administrator .. Susan Bonilla 4th District Federal Glover 5th District `VT.0 CO' April 10, 2008 California Pavement Maintenance Co., Inc. 9390 Elder Creek Road. Sacramento, CA 95.829-9326 Re: 2008 Slurry Seal Project Our office has reviewed the bid submitted by your firm. Because you did not submit any"Good Faith Effort" documentation, you failed to.comply with the Board of Supervisor's Outreach Program as set forth in Section 3 of the Project Specification. Therefore,we plan to recommend that your bid be deemed non-responsive for failure to comply with the Outreach Program requirements and that the contract be awarded instead to the lowest responsive and responsible . bidder, Graham Contractors, Inc. Should you disagree with our determination,you may appeal it in writing to the County Administrator, c/o County Administrator's Office, 651 Pine Street;Martinez, CA 94553. Your appeal must be received at that address no later than 5:00 p.m. on April 15, 2008, and must describe in detail all facts and arguments on which you rely. It is anticipated that the contract will be awarded at the Board of Supervisors meeting on Tuesday, April 22, 2008 which begins at 9:00'a.m. If you wish, you may appear at the Board meeting to comment on this matter. Any comments to the Board will be limited to the facts and arguments set forth in your appeal. Very truly yours, Emma Kuevor Affirmative Action Officer. cc: Julie Bueren, Director,Public Works Department Abigail Dye, Deputy, County Counsel Graham Contractors, Inc. 1xrCalPavc2008SlunyScalProj Award2ndBid08 I { COMPEE-rEMPHALT MAINTENANCE Ifll SINCE 1976 • r March 26, 2008 Emma Kueyor Affirmative Action Officer Contra Costa County VIA FAX ONLY; (925) 335-1098 RE: Follow up on Good Faith Items Contra Costa County 2008 Slurry Seal Project Dear Emma— To follow up on the items we discussed regarding the good faith documentation: 1: 'Summary Sheet of all received quotes attached 2: Follow-up calls were made by: Doug Eldridge Eldridge Bid Reporter Ph (916) 444-7618 Fx(916) 444-7731 3: No quote from Logan Marketing was ever received. This is likely due to the sole sourcing of the aggregate on this project. If I can get you anything else,please do not hesitate to call. Regards, Graham Contractors, Inc. Che Corlett GM POST OFFICE BOX 26770, SAN DOSE, CALIFORNIA 95159■ (408)293-9516 FAX(408)293-3633 CONTRACTCRS LICENSE#315789-C-12 C 19i:6 miN 0 ilv N \ , ,i CONTRA COSTA COUNTY 2008 SLURRY SEAL SUMMARY SHEET OF QUOTES RECEIVED AGGREGATE: GEORGE REED INCORPORATED $ 63,000.00 (VERBAL) (LISTED) ASPPTALT EMULSION:, REED & GRAHAM INCORPORATED S 290,000.00 (LISTED) STPJPING: C14RISP COMPANY S 106,000.00 (LISTED) CENTRAL STRIPING $ 121,000.00 &LOT LISTED-HIGH) SIERRA STRIPING S 143,000.00 (�'OT LISTED- HIGH) TRUCKING: LEHMAN TRUCKING $ 74,000.00 (VERBAL) (LISTED) TRAIFFIC CONTROL: THOMAS &PRATT S 1,200.00/DAY NOT LISTED -HIGH) NOTE: TEE AREPERFORMING TRAFFIC CONTROL WITH 0U OWN FORCES. OUR ESTIMATED COST FOR THIS IS S 1,000.0 0/DAY INCL UDI1VG L.4 B OR AND EO UIPMENT. Graham Contractors Inc. P. O. Box 26770, San Jose, Ca. 95159 Date: March 19,2008 Number of pages including cover sheet: TRANSMITTAL TO: JANET DOWLING From: Tony Gulbraa RE: CONTRA COSTA COUNTY 2008 SLURRY SEAL OUTREACH PROGRAM Phone: . Phone: (408)293 916 Fax phone: Fax phone: (408)293.3633 tonyg a,�rahanicontractors.com CC: REMARKS: ❑ Urgent ® For your review ❑ Reply ASAP ❑ Please comment Janet, Enclosed is Graham Contractors, Inc. "Good Faith Effort" for the above referenced project. Tony J "Good Faith Effort" Cover Letter Graham Contractors Inc PO Box 26770 San Jose, CA 95159 408.293.9516 Ph 408.293.3633 Fax Contact: Tony Gulbraa 18 March 2008 County of Contra Costa Public. Works Department 255 Glacier Drive Martinez, CA 94553 RE: Good Faith Effort for 2008 Slurry Seal Project Project #0672-6U2849-08 Bid Date: March 18, 2008 Exhibit I z:GFErn,Wei, CALIFORNIA BID REGISTER DAILY Issue#d1648t February 26,2008 Published by Eldridge Bid Reporter Page 3 ACC West Coast is soliciting for sub quotes from ACC West Coast is soliciting for sub quotes from ACC West Coast is soliciting for sub quotes from qualified DVBE and SBE subcontractors/suppliers. qualified DVBE and SBE subcontractors/suppliers. qualified DVBE and SBE subcontractors/suppliers. CA Dept.of Transportation CA Dept.of Transportation CA Dept.of Transportation Contract#07-3Y0604 Contract#07-453804 Contract#02-2C7514 Bids 3/13/08 Bids 3113/08 at 2:00PM Bids 3118/08 at 2:00PM Seal Deck with Methacrylate,Repair Replace Concrete Pavement and AC Surfacing Place Rubberized HMA&Polyester Concrete Spall and Replace Joint Seal Los Angeles County in Los Angeles Overlay on Bridge Decks Los Angeles County in Monterey Park, 07-LA-101-0.9/8.1 Tehama County at and near Corning Montebello,South EI Monte and City of Industry 02-Teh-5-R0.0/R22.2 07-LA-60-R5.0/12.0 Plans/Specs maybe reviewed at ACC's office between 8am-5pm.ACC will also provide a list of Pians/Specs may be reviewed at ACC's office Plans/Specs maybe reviewed at ACC's office plan rooms upon request.Call to request help between 8am-5pm.ACC will also provide a list of between 8am-5pm.ACC will also provide a list of with bonding/insurance needs. plan rooms upon request.Call to request help plan rooms upon request.Call to request help wwith bonding/insurance needs. with bondingCnsurance needs. Sub Trades needed,but not limited to: Striping,Construction Site Management, Sub Trades needed,but not limited to: Sub Trades needed,but not limited to: Prepare WPCP,Construction Area Signs, Striping,Construction Site Management, Striping,Construction Site Management, Temporary Concrete Washouts,Traffic Prepare WPCP,Construction Area Signs, Prepare WPCP,Construction Area Signs, Control,Construction Supplies,Construction Temporary Concrete Washouts,Traffic Temporary Concrete Washouts,Traffic Equipment Rentals and Asphalt Control,Construction Supplies,Construction Control,Construction Supplies,Construction Equipment Rentals,Asphalt,Guard Rail Equipment Rentals ACC WEST COAST, INC. ACC WEST COAST, INC. 3701 Mallard Drive 3701 Mallard Drive ACC WEST COAST, INC. Benicia,CA 94510 Benicia,CA 94510 3701 Mallard Drive Sheila Cherry Benicia,CA 94510 Sheila Cherry 707-742-6451 Phone Sheila Cherry' 707-742-6451 Phone 707-747-0593 Fax 707-742-6451 Phone 707-747-0593 Fax 707-747-0593 Fax Ad#70471(d1648t) Ad#70471(d1648t) Ad#70471(d1648t). AEOE Requesting sub-bids from qualified DVBE AEOE Requesting sub-bids from qualified MBE/ AEOE Requesting sub-bids from qualified Subcontractors/Suppliers for: WBE/LBE/SBE/OBEIDVBE subcontractors/ DBE subcontractors/suppliers for: suppliers for: State of California State of California City of Fresno Department of Corrections Contra Coast County Whitesbridge Road Construction 9800 Old Placerville Road,Sacramento CA Department of Public Works Project Bid Due 3/7/08 2008 Slurry Seal Project Interior Tenant Improvement Bid#0672-6112849-08 Bid File No.2769-10825 Contact Diane at(916)771-3738 for plans. Bid Due Date:March 18,2008 @ 3 PM Fresno, CA Bids Due: March 6, 2008 @ 3 PM Seeking:Concrete,Electrical,Fire Sprinklers, Seeking:Traffic control/message sign boards/ Insulation,Paint,Toilet Accessories,Audio construction area signs,water pollution Visual,Security System,Glass,Window control plan,freight,aggregate,striping and Coverings,Signage,Fire Extinguisher, striping removal,street sweeping Seeking:Grinding concrete,traffic Janitorial control,concrete work,electrical, Payment&Performance Bonds may be required. signage and striping,SWPP Plan, Bonding assistance is available. Subcontractors fugitive dust control plan are encouraged to contact Graham Estimating for WHITE STAR insurance requirements,or if any other assistance CONSTRUCTION, INC. is needed. BUSH ENGINEERING INC 5098 Foothills Bouelvard,Suite 3 GRAHAM 518 N. Redington Street Roseville,California 95747 Hanford, CA 93230 Diane Koellen CONTRACTORS, INC. (916)771-3738 tel P O Box 26770,San Jose,CA 95159 Contact:Jeff Farris (916)771-8478 fax Contact:Tony Gulbraa 559-584-1575 whitestar@resis.com 408-293-9516 FAX: 559-584-1591 FAX 408-293-3633 Ad#54032(d1648t) Ad#53475(d 1 648t) ad#7630(d1648m) N\A1/W/]D)\V1R)]E SlU113-BUDS R EQUIESTIEID► O v r v (o g m c V a ^ y v m0 a w c F Z`c c� m o F-co E, ° ` y °c u E: c-° n ° c c omn o0 c) w U`O ca oo ' ` mom`� yQ ti u v M �o O r `O co E t d N ;d) d O w_O m a) O m._ Q N N 2 ,C y " O E Y ° c y o m U-).rn ay Q D a 3t o_� `o ° a I moo°.o J V.01 N a o a �m m E2=-c, z� Q °mr �m Nc) a'z atci�H��tme � Zcn' E2 m 00 O W` Z Q) m c_ O N C N a Lu �O v) % C O E > @ X j O T Lo(D m O do o p FQ A a w� 3aaC � .omw zUinv N E � vm ¢mo� `°�� �� c Z � 3MX pN m p u �a Cn u w o c c Z Im ao 0_j c o��C y� m o a�.Q) m o ° o° W � Y rn li E a D ° O M J a a "tin v y a_ca �("i N > >,m� O W y m o o 4= e �_ g y m ami E E O o.coi V O a Q 'N m N N r O C to = D a L y Q O O E E O` y n Q aD Q 'O X 3 C a y`°- U c in 2LL _" E -�...0 _C7 f- U WN .o p 6c7 N Z N a " mc) a)Z a 0 g' U^.y o t x o a o ni N .. co cD ('o t. m G w °a G >.N y 0 y W Q N 5 N O Q m mom o v `m ° 2Qm2o m t � maooc? Ga c c N m 3 coLO E O O Q a)m N U a) p O y C m G �,C m m ° to 'C 3 G = a) V Om E co 0 ovm �W°)U poua `cam o_ Uo Om O-N c G a)C m 3 m C C M °)NN m to .8 i�� U a7 n y N =N V7 >,� o�L k¢ OQr Li m0 O m p o m s � O m Ecu ao 3 c o- o Q cmmocm mco W >>L�U LL EU am y 20 n �•pcm 0 26)- a)'0U = m o3@ Zm pa ` QQ m?.2 o.y °� y3 �-- Z a) � O W w ;;:° r` o v >._c m a t Lo ,c C! = U)od m e a m E c a v Z Y N Co a) �C = m O N a a A O m ID M O)y C m a) a) L_ o d. p y a U W o U m z U N CO OD c N V.. O. cn voy-W oy ~ Q Er ti w03a WT -Qyomoa rnm¢¢�oaoD N c co > oo y ZVi E dom oommcE � UO� w �C� 'n�cn ° xryo ° o N r p I-LO pV o- um.; u cmi�m=F� Z cu- >1 _o Q W ¢.; h m m my CL a) m `mr g o W a) r. Ec o� comcQ O EcX c � :� cc d �, c 022 p nrn ya) m PU io d M w a) m cm m (n C O y .a LL a) N 'E d o t In Z y�- °= O m cOi m U t c d@ O p E c m o) tn �E Mm 5 E ca) E ,I- ccmop W R ° ;oao m omLE G� Qo ON m CrL t>� z o �m�m wm-, 9! wE � `m °ao� m C,C) O La F N c °o c Em > uo mco 6_ N d O� Lu v o'er oo aa) a) a�`p awoom � a o E a a N 0)N O a� � J m N 0 = ,: > o o �vo�.� = m r` 0 3 (, W� �'L W M 7 O,c W Mc _c w�'ac o f@myOc O rn ` coy0 U C �_ U) .2 SMO ap " .umf°z yo " a oU � cyoyU ° �5 00ocn O aYj c Q' j R -0 H g m U C � "O O N N m CAN C d7 N �o m p m 0 °) z n m y- a) O O O V R 0 Q U C O) y N m m a)C) ° F- " i c winc.EcaN ° E2 T;5' 0Ln Zi 0 Q V 2< �N� Ln Q o u. U c M ca 9 m Z y c a) C= L O •- () Z m U Z iD LL Q op M w ai c Ll'�-) m O C p J 0 0 3 L .. Ln m m o w M rn �_ o o T o�l c O O m U N �v ti Q O W c a w Z u m °_N c'�'OC .N C V r d Q O r� X LL O w m a0 Z) G w�c p O � C 7 m C a) " a) •� � Q co C0 L¢L Q Q V vvi m v a C75 E Q�Luo Nm O UD d•> Q) 0_m t3U U W m '" 2....� maO � LO !Y > w C� H O N " ° g � ryo w � m >,m a " M t M O 0� ZD ° O� 2 Q O a w m m h Q Q O to m (_ o U N °' o O f4 L 0 Z a) Q m a r H E m U V D N l6 C M ^ cr - m U op o r O O x W E � ta = dQ O 0 N c Ems' vca) OOoc tU O ov (nm +• a0 O ° d aS m C Op O 4) -m CO LO o LL OL •` (D Lo /MU •a-m.. l�C cM � _dr- C~� �- N� O NN E d 16 � � O ° c N v)� O ar ELO OI�J IV C I� 0- C14 _ � y w cUn �� f6 LL > O W y E O Q) �' OLO co N (6 V [0 fA O t` co Q M (° .a O °a C>(0 M O y J -U an d M U .V. to c) d V 2 O •p .O a) o Z a) c N Cl) � >V O^O d ° " En C W e >� N r d OL N w O N O 7 N C O O 0 O MCO (n ` •C j C m m Y =L N d `° LO tm� O �+� #kms �.0 R O m y ' 0) o)c E ° #U y 0 O aa0i aa) m -i LO o � O y � � p o� t � m � Q S O a3 E U):2 NOF- � U)> UL` Q ° `+ E Omm v oa. Z a c`o c � X �� .m 0 cu o m� mo o 0c) _ 6� V) r 0 O W O O L¢i 6 w y m o j p ~c O m p 0 ww m � m m U a)LU c mU mU) = U L)Lo am O- d O �m a)3 It O C) Q a,,, @Q@ Q 0 ¢ J v Q U) G Q V La c 3 o o 2 co 4a m LO 1E m M ° M C co Y Ua rn y rn E o o M z rn c) m o a rn „ E - Lad Z u ° $ Mom yCM�p yy � L Qmm Qo CE o -R« " cE o o C R.N O-p W. Lm.:> C N a) y N U N N F N M ;w "° O.>L C a) u O N LO co co E 7 o G O V)= O p a1 Ol U aD E i M M >(c N co Q " E 3 V 6) U a) O p y Y� U) " y 7 F" (o N p °. aaN EM�E mG `oc � " �v m cc Baa � u Cm '� 7Q Qr` c )n ym° wV6 co co pi0oIm 'DoL2D° c Q0p(7 n "a pmQ"o � Mv ° EMa° d Vcm3v oCl > " a u oM o <a HO. mO� Mw �c �yo ��o � >. v ao_ wcL)�o•° Mu E'R. = ?Q vr�i coo mod Um.-U-` ccdcaa) m ° c'N = moLlv()i din Ov° mmNo cmgLa "ca) �.0 pUam)co�Lo a W a w 0 0 `+N u a a) E m � y Q U U~ � � ` V r m� O O G p).y 3 aj 4i E•6 y � 0 E c m(°Xk 7m D• oU N �0-.- 3oa)TOm .. ° �.-« EB M= p)o o ¢ -o y c�cog u +% " cm Qpm " o o " > mu amEa « Se ° ma } o� w Y `� a'tnoai ? cam ma `c)t r—w �)o z%1 m� 0 ` i� ;:Zo— ZNowcii C c E w `m�: a G co CLO .N " U m °- d►. dm .- M U O N N 2 L LL 0 'N m N O O._ m F c o M �a 02 m 0 N O Q) in c c .° M ._ M O °•C O �* d Q U Vmomma o m� E � �- xum alp `mM " In a« aoda v :3 LU QcN m or� u'o) `c m - c o rn ou �Cc cj a)M � m m c °�-r cu� E (� c a E m ow ro Z 0 co c » a °m ° E °i" o)o)m L) Omw a) c`o 'c -.'� ° F 0 o U ac E wO1cSm p wm m M ° y a ° me ° Va v w0 a°') m°um.0�cc > O� u�aa mUE W Mw Mc a Q (7 Q ua" QQ V L Exhibit VI (Sample Letter w/Fax Log) z.GEE Dividers Exhibit VI Graham Contractors Inc -. Box 0 San Jose,CA 95159 Fac To: LANGLEY TRAFFIC SERVICE,INC. MM//DBE Contract Mgr 2777 U.S.ROUTE#1 TREVOSE,PA 19053 From: Tony Gulbraa Ph:215-638-9770 Fax:215-638-9255 Phone: 408.293.9516 Pages: 1 Fax: 408.293.3633 Date: 2129/08 Re: MBE WBE DBE SBE LBE DVBE OBE Bid Opportunity Note: Please Respond by ASAP ❑Urgent ❑ For Review ❑Please Comment X Please Reply ❑Please Recycle In order to satisfy the Contra Costa Counties MBE/WBE/DBE/SBE/LBE/DVBE/OBE vendor requirements,our company is inviting your participation in our bidding process. Your business has come to our attention as being a MBE1WBE/DBE/SBE/LBE/DVBE or OBE-owned businesses. ' We are currently bidding on various bids including: Contra Costa County,Dept of Public Works,2008 Slurry Seal Project, Due 3/18/08. We are currently looking for MBE/WBE/DBE/SBE/LBE/DVBE or OBE-owned businesses,including subcontractors&suppliers, who can provide the following to help us complete the bid requirement. We are interested in subcontractors and/or suppliers of,Traffic Control/Message Sign Boards/Construction Area Signs, Water Pollution Control Plan,Aggregate, Freight,Striping&Striping Removal,Street Sweeping,or any service or product you can provide to complete the bid requirement.Payment&Performance Bonds may be required.Bonding assistance is available. Subcontractors are encouraged to contact Graham Estimating for insurance requirements,plan information, or if any other assistance is needed. We shall appreciate your response as soon as possible to allow us time to complete the bidding process. If you are interested and would like more information,please contact Tony Gulbraa by phone at 408.293.9516. We look forward to hearing from you. Sincerely, Tony Gulbraa V -- 0 ~ g Z r o z F a W m 4 0 0 ,ty m U IL > > Z c~n Z U _O ¢ Z O X , J m O Q UL) z J Z > Z z C7 Z Z Z Z 0 Y. Z O Z Z Z j U ❑ Zcc❑ � = Y U Z U D y z 7 Z °� J Z Y of Z U O Z a 0 F 0 W O Q w Z_ - Q U Of Y Z 0 F Q ? < 0 0U W Z Q2 Z' Z w w W > Y Z LL } (LL!) X > ; Z ❑ 0 w } N � ZO Y Q Q U r U a8 M Z w U Q c U d' Z O Q Z a w w w w o m ir W Q FT J Z = � � 0 w Q LLL O mLLI z m E = v O Z Q O Y � a w m o D v } m w Z w vv) Z W v O - J O , Z o U U U > a Q J a O W Q � Q J m ¢ , m w J m o U U w w Q 0 ❑ I- ❑ w :E Q m U 0- J w LL U ¢ U U H ❑ Q of -0 I � U m p 10V m to 0 m O O M n m N l0 N V LO m 01 LO (O O N N N O N to to 00 M V m L0 N L0 (0 (- f.- O O L V to N O 0) 00 M f+ V M m O m 01 E o m M m M � m O O L0 v N m (0 n M m N m M O I- N M M m O M m m N 7 m M M M N 7 N m m N M M O N M M O V (0 M m M (0 O O 0 r m m Z N M O N M I- r N m m m CO M f- N O m V m m m O N N M to to LO N N V M V d1 N N m N V V to O) m V N M N M N to n r M m O N m O m 1- M N m N M 1- W V V m N m m M N m (O m M m m m L` N V N M m N 1l_ (o m N m O O O M O N N N O O O to 2 O O O O O O Cl) Ln O O O O 0) LO W N L 7 lA In M O) Q) V V V a V V 7 N 7 (0 (0 Ln N l0 In L0 L0 C0 (0 LO 0) d r 7 r m m LL 0 E y mcu N L O) w LL LL LL LL M 0. M m m m a m m m m m m o_ LL a m m m m m m m LL LL m m m M . N M V O n M N N M 'It m f-- m O N M V M m M V N In N N Ln L0 Ln CO O O (D (D CD m (O (O l0 In lfl l0 In to L0 (0 l0 In 117 L[] (0 to l0 to � (0 N to to l!0 to m m m m c0 m m m m m m m m m m CO m m m m m m m m m m m m m m m m O O O O P O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N m m m m 0) m m m m m m m m m m m m m m m m m m m m am m m m m m mi N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N d N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N m O LL Li LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL 01 01 0) d1 m 01 0) 01 0) 0) O) 07 01 QI 07 O7 O) 01 01 01 Q) Q) Ol 01 01 Of 01 D1 Ol 01 Ol m U V V U � U U U V U V U U U U U U V U U U U U U U U U U V U U U C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U w w w w LLI w w w w W w w w w w w w W w w w w W w w w w w w w W w m m no m co m m In m m m m m m m m m m m m m m m m m m m m m m m m ❑ ❑_ ❑_ ❑_ Q_ ❑_ ❑_ ❑_ ❑_ ❑_ ❑_ ❑_ ❑_ O_ O O_ ❑_ ❑_ ❑_ ❑ ❑_ ❑_ ❑_ ❑_ ❑_ ❑_ ❑_ ❑_ ❑_ ❑_ ❑_ ❑_ z O V O a -0 a _0 73 a U v '0 'O 'D -0 '0 '0 _0 v '0 'a 'D _0 'a v a io v _0 -0 U a C C C C G C C C C C C C C C C C C C C C C C C C C C C C C C C C N O N dd d N N N N N N N N N N N N N O d N N N O N N N N O N d 0) U) U) (1) cn N (n 0 0 U N w U w U 0 0 U w U N U w w w w U U U CLX X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X To m m m m m m m m 0w m m m m m m m m m m m m m m m m m m m m m F- LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL N N N N N O 67 N N N O N N N m m O N N N N N N N N N N N 0 0 N N N 2 N d d N N N d N N N N N 0 a a n a n a a n a n n a n a a n a a a a n a o_ ' M E E E E E E E E E E E E E E E E E E E E E E E M m m m ((a m m m m o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 (n.. U-.-.LL--.U-.-U--U--U---LL .LL_LL 0-0000000 v p U OHZO F � U J Z �Z ~ Z I of U Z / \ Q Z Z Z Z O Z Fr Z UI) F `x' Of J U w g w O ❑ O a a ff LL R U) Z Z J Q Z W Z Z W Z w Q x O 1 0 Z of O U w c W J Q (_.) OZ 0 W > 0 a CO m 7 0 U LL Q W 2 C9 U W C7 Q Q U d m W v U @ U U O O coO O O N M O O _ O W O O N (O N F V O V m N O N (O oo N Z m W V (n N V V O m N In2 ti (D m V M O N L N N N N N a N N to N W O O m O O O c O LL m o i a E m rn m m w is N r LL O M V CO I V L 7 O O O O O N O (O (O (D (O (O cD (D (O O O O O O O O O O O O O O O O O O O O O O O O O O O O N N N N N N N N N rn m rn rn rn m m rn rn N N N N N N N N N m • ❑ L.L LL LL Li LL LL LL LL LL I U U U U U U U U U C C C C C C C C C UUUUUUUUU W W w w W W W W W m m m m m m m m m Z . o o v v c o v l a x x x x x x x x x T m m m m m m m m m H LL LL LL LL LL LL LL LL LL I N N N N N N N N Ul N n n a a n n a n a _3 O O O O O O O O O IW0000-0000U Exhibit VII (Follow-up Phone Log) z:GFF.Dividers 10 (o o > N O E70 c Q 0) o � y aai w c� O a x 'Ei > � o 0 m o a a a) a_ >>� ch O `^ > 0,'Law Q' Y O E C O C N C 0 v O v� w o ,n a C a cn N O �Qof z 3m c`o m o a� m o p O — a Q) @ c N O c C J LL y C 00 u 7 C 0 E O j E O Lu 0 Q)z 2 �'c O O a0 �� o c am ?i' S ,— C ;� L a) 1 O Q. N N H a a �, .O 'p N a O O 5 C a W V) co Cc C C E @ C6 m � a o J (, � � vii c co m E@ o c U � °� a�'i C)),2`o U) (D J _ O o — — C S c c 7 Qd *' c > c oN ° � o °� O L Or L Z Z a J J 0 (� Z c Z CAIS LL Z) 0,_ in Fn N'CD ow0 °° m LL Q Q O U) N 106 J N LR LP as 1- — O 0 m rn U Q W o w O v U Ua U (3U U(3 Ua aU w V :D o Z(7 co CD CD (o (o co co m O C Q—Z M M M M M M M M m w c o pip o)(T mrn rnm mm mm tTrn � m C cr O U O u L)O W c c W c c W c c W c c W c c W c c W c c W c c 0 ? � P: oCMF\ o ¢ oof H¢ oo) HQoo) ornH< c) () U = c> > L¢ U ¢ U ¢oRH o0 U j O W SO W c0 W M c 0 W M c0 LU c0 W 7� cp W :3cp W 7 c0 ~a° o ❑® o ❑® o 6❑® o-6 ON o Elo-6❑® o o❑® o-60® W 0 L Ooh Co Cn (D O 00 Cf) �TN 04 . Z W hLo 00h COI- CC)C, 00 'IT Lo uo7 O— Om hN h0 MLCA O V NN OCC) wU') 00h _2 91 CP (C)CU (D N — M C?M —. 9 CD C?N dD CO cc) OCD CO 00 (D C.0 MM m CVN MM 1* :r It -t Lo Lo OCA co CO � V NN JZ COO Cn C)) W CD MM NN C?C? MO OP C? w N6 00 co co 00 OO OO O00 �� Ln Lo Ln Lo Lf)Lo {L N N R I R V Nr V V LL <L LL Q_LL tl LL !L LL 0_LL d LL Q.LL Ct5 16 U N O c O O O O o a Z U U U U v m w W W W A m m co m a) cm CD C D D D U) co CDz N d O Y J Z ~ m rn m U o c a W c V m m m v v () (7 v U o N Cn N@ Z N a d }W a W U U U O w N o 0 0) o U o 0 o U U UCl) Z J U z U U O ap V Xk�m V Mm W N co °� ¢ (rim ~ LLUcWO C9wrn00 Y>Um �U dG c LL111�� C)0 Z}�0 V' �o)p �F= 00 ZY�� U¢00 ~ w0 OaC) Q�� Q> O0(Ln� Z U\ Zhuyi\ uom �OcUnZ\ Z �w Y _� U _< _ co U W F-0a2 UQv� �J,) 2 0 OU)� OC~i)U� =w¢ : ~ZU� yLnwU co'0) wroUw)m W W<(D Luo �0 m ��Q m �ZO ami ��Q �QQ \ oo JOO t 22 o J o (� O ¢� n =OH d m_LE o w�m� UN W C7 Q¢— tC JQp m W R(7 N JwLL N V�¢ (a ��LL (0 WMLL +� No � � > Q � Qgm Q �0 o(�o o - Oo wO <Noao w Q ONnNF-Uo F-CA 0 — (DU 0U —JUCn—Cn0 22NZ0 QMUJU mMLo U) W UCO— E !Em�c) WO F C i cri v vi (o r m x a' o-, , O m Lu 11 U m a m 0 �Mo 0 > O 0 O x N a) Z 0c co 00) Ol w y O x a c x a M c C7 0 -0 (1) 0 -0 z zea N nm Om CU _ _- = O �N W Ea o Ea Un 0 cn J Lu v E E a) E E U 0 a0) Lu - � z Z: 0 z z z z �. F- :� S � co O 00 a' (V CD aai aai I 0) ~ LL (` an d U CO o 0 0 a ° (o o Q Un w m w (D w 0 F- Q) 0 � U w ° d 3 c o c u o E o J f- ca cn o o E 0 m@ m J �mQm _m v _� O z a C J o C 0 J 0 o t M C� m d W G m ai LL U) (A C J OU) 4)CL 04 /�� �1 (�� /,�� /�� /�� UW-C W('U V V l_J \:l l:J @ LJ W0 z(7 c0 c0 (0 c0 cD c0 c0 co Q r C Q—Z M M M M M M M C m O U O O lil O1_c ui ��_ w c c w c'c W o�C: W c c w m o) C �—c U u o Z � F2-�� Hn Ho HamE o E o Q o0 � 0 .0 =Q o m = Q o R Qom O -P wooU nU 7 U 3O c0 0Hamcpwcp _ -so _ .so aocp 01 o�❑ o ® 6❑® A 60 off❑® off❑® o 60 o ❑® Z W Lf)LU N� N M a)CA LO V OD W M 0) (O Cn MM OO co OD (0(D MM I-(D 0) M _ (n TM M0?(b M M V (M Ln LLD 00 NN (")M 0C) V 0000 M MN N NN V It M co N N (n LO J Z M co 00 00 00 00 N N M Cl) 00 00 [— r-_ W 66 lA(O to 6 (n D6 A(_O (O IL 66 (1 LL a LL (Z LL LL LL f1 LL LL LL L LL C46 y (D co m m co m U a) c c c C C c N o a U U U U U U a w w w w w w m am) c D co p p p c p U) o @ N 00 a H N .O D) CN J Y Jw Q N 0) 0) 0) CD0) V 0) 0) O) O C ~ W w WC L) 0 U) %) a ~ v U z i) U g O (6 N (fl N as N lfl N co n N m Z LO O m p m C w— C W C M C J C CD U)04 C ^� C C IL zwa 0 Z) IT O (7ZrnV OM o rn o p � 0 1- N� o U o a Z� .. zQU z_wa UzC) ~LUQ z>a� zlw- a5 :5 L) Q� Uma m C7>Um Y>Um LLp�m zwUED —ED OUnUm FED (U ao •- o zaoo UaOo LLz °)o OaOo �wOo VOo (no (U gQ 0 YZL) �WU Q— Q - UF-U— U�O� IV Oco (3 — Z� �o OU u u Lo F5 W U)6 L) U):E ZUOLLLf: 2 0po� �0) O m ami W Q aa) ZU) aai W ~ aa) QOZQ m z}Q ate) Q (nQ W aai o� v QC7a C90� Q v �� � Oaf 6 Z —� _ UN m W wZLL m 0)lLL m UUng m JLL m (j m Lu m U m �c�oao o o O00co m Q o �LO Q o � �LO Q o � �Q o 00<LO Zc = oz c N c F- ON� U U U0)CoU -�.-UnU a(M(n0 UMCOU W-CnU 2N(nU W U u Ur-00 a. LU 2p M W o ri v ri O c u o 0 s rn a' Oa 3 2 o IL Umom (D `) > o o N o CD ro m E a) o m ami (D z LU c m Ox o m a- H o a Z zN m ma co Q� J 0ac 03 � �E(o � Oy aU co c _mccOQm > E 'C zOpc :3 � LL.0 0 N U w '- Oo O z croi LL 0 cu �co OC O C J W O C' a) >+ ro C 0) H C O ~ LLJ LL U m M y ch O70 J U m10 NE o ca o J — OOQ6 � V c � Z a) > x a) L) O z m co a , t— Z � E Z J OU J N CL LL C ro LL � ❑._ — — Fn N'd mmty mLL O F- d0. 0 � U w oC-9 WQ o : �z (9 cD (o cD (o m co cc co W W o ? M (h M (�7 M M (`') M 0 Q O 0) O O) 0)01 0)O 0)0) 0)CM 0)0) 0)0) a' 00 O U. W c c W c c W c c W c c W c c W c c W c c W c c U c U � � � ' 'o � � b ��'E'o �� E 0 g � E o g_� o g� o g_� E o v_ O Z � H Q 00 F- Q 0 .0 H Q 0 -0 H Q 0 m ~ Q Ov 0 �Q $ 0 Q ° 0) ~Q 3 w (n cp w(o cp Wo cp wN cp LLJM cp Wv Cp w(o c0 wo c0 �� Nv — F- s HU)— Huo— 1— Lo— F- Lr) HLR— F-to ~a o--❑® <0 LIZ o-6❑® o--❑® o-6❑® o6-[IN off❑® o-6❑® W 0 t (D(D It NN 0)N (N Ln toN OO Z W a) h c0N r r to Cl) Ln Ln Nr- 0 Lh 0 7 Q m v o (o L- 00 N O M Cl)co V 00 O M0) co IL 00 00 0)CO 1IL (D M Nr-N N N M(h WZ h � O� MM a)00 OO O� NN co 00 J NN V NN "?C? 00 nti NN ti W O O O _O O O p O__O O O ll) In In lf) (n 117 (n if i (n In In L!7 LIJ In Ln l!i LL LL a LL d LL w LL d LL d LL d LL d LL LL C O (a m cu U N � 67 C c c Co a C U U CL u w w w �v p U) ° 07 00 O ` O r N V Y J m F- ztN m 0000 c z c c c aw c U) cm M cZ c 0 o 0 — }LU Wa "TU �w�U U ~ U a U O 0 0 o o 0 U w U `1 U Z IX O Q� m Qm > Q"tccoo 00cco O Om O - co Y Lom HU <cCO Z o W CL d0 W U❑_ wz°'❑ m❑_ a (°❑ U�co❑ U~v❑ H> ¢❑ � u`np m Q ] Q 0 m H Q m Q Q U),q 0 Q m❑U v C ❑ C) 0 v QOM WwC) za� � a� a� z � Q ��Q� U)C) m y� U w � z� P- -)- m o:o3 Room HLLU2 a �z2U) 00 co m Qw- QwF— o UQz o HU❑� Up ❑� �U❑ o � �Q -aONz a 0°) ° w� m . U a� X00 C) w z m z m �Q � m Nw a, LL a) o� v QpOc m3: � �� 0 N(, Q v �c�pQc OdQ QQ �m %) QXw v UN m W LL J m Q� m I— m m wOJ m � J m zM� m V O ca JO❑ m to Z) 0 Q �Q o J�Z o 9: to o QoQ o �� Q o VmQ o =a(Nn-i ow0E- o ON!;� U LLNf)U UM❑U QN0� U U— OU UMOU W NSU HLnN W C) 00-20 M ui mp:7 W O 00 ai O N M O C a) m L N N N N X o 7 0 IL Um❑ m c.7 as > 0 jp O U O N �t O) w N y O O W c U O '_O O U c cc Z Z y N O c Zt O C C O fA W "O "O C"O U Y CD z O °D OQx 0) aa) s_o cc O a) w C 70 L 0 0) O L O -07 O O O O "O N @ O 0 O O 0 co OLL U La a) N L ? N O O y O -6 O76- N >' Q (n N 0 W w (n N F- � U) � a) � � 0 J U � v " 3: � -0m m a) 5 m LD y 5 Edo E a_ O Z O m a> "- Z J OU Z J C) C C a` CO J _LfA LLI MM CC m N d WG m d U. co N C J (O U da aQ LU U L O O @ UL v `l \J �J CD CD (0 CO CD CO CO �++ W C O p p 0)O) Cl)0) 0)O) 0)0) m O) 0)01 MO) MO) S O U O O it c c L11 c c L1J c c LLI c c lLl c c LLI c c LLI c c LLI c c g�'E'o g2'E 'o 22 E b �� 'E"b 22 'E'O �2 E-o 22'E-0 2M E o 0 O Z� �Q U j �Q 09 HQ o 0 HQ o w HQ OR HQ O 0 tQ U O) HQ U rn O Wcc cO woo c0 WD c0 Wo c0 W r -SO WM c0 WCO cO Wr cO �_ F-o- F-O- F-o- Fes - Hr- F-� - I- �- H �- ~a°I ❑S oEl o;':'❑® ❑® or❑® oON o--ERA o ❑® W Ln N to 0 co LO N c0 0 LO O CO 0 0 Z W r- m00 ON 00 000 'LDS MLO 00 M 0000 Oco 0 0 CON co op Cl r- eco _� 0 9 L � �- MM h0p MN OON O LO In Lo M cn In M V) O N r- r m W Z L n 0 co M 0 0 n r- Cl)Cl) N 0 (D N n � J cow 00 00 00 00 N N r CD O) Lo co V I c} w O O O O O O 0 0 0 0 6 m ti r 7 M M M M LO LO LO Lf) LO LO O O LL Ll)l!7 U)Lf) LO L() In Lo Lo LO Ln LO N.h n aL:� aL� aii dii aL:� aL� dii tLli c O m m m n U C C O O c O Oin O m o a U - c v CL c ti r o - -ffi ,2 m U m s N C a)U) 0N N C >0 m U m L Cl) >_ U U Q00 �� J W co N c`) O Y J }Lt Q7 W a) m 0) 0) >O C 2 Q Q Z > W C U d a U U U U Z U J N U v g O 0 L`) Co m U m m F- m m j m Q 1- CO Qcn Z c c 0 c c U c c Q c a) c 3 Z to 0 Y N o U o U w O o w o LO o a Ln o Z o a }W a ULU �U Z_ U D U F- U p UOU m 00U W QU 4 Z� V �~ �W W Z_W W Z W Cn W. COW MW Q' V W UW acc Cl)mC � } m0 O 000 p �<c) SND O�0 QD U <0 O. Wm p gQ O yQ LYF- �� O t- JM 0:004 d U QU` I c O U W 3:� ��� - JWLOn)� mm Yarn Q' �W Vu-� � > 00<- 0o U � p m ZQQ� U.lnrn� Qg W MJ � W Z 0�� wo W ZQ(n W OU U) UF- U mF- Q � NJ Q'2 - LL oZ 7 0 O 2m2 '1 O 2 N W a Z N y Q U N Z W O N m W U N Z V Q U N J 0 Q o `rt 0 C OmQc mW� c QJ v Z u Qc W XC7c ZQZc Q XZc cCO o m W U a @ �Z� m OIljO m m � N U�� L) cn In Lo O<O 0 U) 12 m Oz LU N .0 o �COo o (o0 o Qcoo= o ~ oX o ooh o -1Od o U�� o ZOO o ONS U 4m -U 7NQU 3rnUU � r-LLU mN>U W aLnU QLo U)U 0— a W U b It I LU to ZE N C)M W m 7 Lci LD ti o6 ai O O C z a) m L N N N N N N co Cl) W O�2 7 f6 a U In 0 In 0 ca 0) > a M O > 3 C LO z .m o a' a o' 0 0) N Q r- @ U X -6 X -0 (6 IL w (� C H @ s LD O 'O O a C Q w a d O Z N O) O.0 ; CO C O @ C @ O _ �r a,) E ' E C d fn W O O O OJ c aiS Z N @ @ s O Co N J LL .2 V ink � c m c � c c > C: a) a) a) _ C •a�T) Co U.z M: O O cm CQ -0 @ OC ofin —C E a) a3) IL ) @U O O) C LL @ ' CD @ C c O Q UJ N 0 0 W p) a) N a) (1) � y a) 0 W 'O L 3 a) y a) a) 7 a) O J (� 0 a cu (D Ea ELyOD m E � m 0 Ec a) c a✓ a) a✓ c a✓ c a) E O j O C L LL 3 O C 8 J .� J O — LL U J J C L 0.2 N Fn N.(D W cc2 m a)LL m G y C J 0 F- (a a s WM U ?o o W 0 L Z 0 CO Co CO (D CD CO (O W 0 " CO Q g Z M p Q0)0) 0)0) 0)0) 0)0) m 0) 0)01 0)0) 75 w OC.) 0 0 W c c LLI c c LL c c LLI c c L11 c c LLI c c llJ c c U c OF ��' '� �� �_ � 0 � � E �_�' �� '� -:'E'� O . O wr c0 win c0 Wo c0 wM c0 w' c0 wcp c0 w - c0 H N— H N— H M— F- M— M— H M— �- M— ~a° o ❑® or❑® E® o �--❑® 0 oo ❑® WO)CO co CO (o 00 N m n 00 Ln M N 00 z W W 0) N N CO r N LO CO M Om rcoON f�(O Ln 00 �� C i _ 7 N N V 9—. N N IL (o CO h LIL LO Ln N n R N N Ln Ln I�r lzt In Ln NN MN MM O)0) � 7 J Z LO Ln 1- r- Co CO IT ll� CO CO Co Cfl T O) W 066 Ln 6 Ln UL LO Ln Ln LO Ln Lr) LO Ln LO U) N N N N N N N N N N N N LL 00 Lb 0)0) o)(j) CV)m tT CP 0)C)) 0)O) O m m m m a) a U U U U 0 CL w w w w La � c no o co o (n O N a) r L U U 00 N d Z U 0) > z M ` J W L O) N 0) 0) U 0) lT O N L 0 E- U .y Z 0' }O) m LOLD N Q N ` m (OLD Q U M S) U) U) wwQ Cz C C C C C ~ U N C ZJO o — o z o o U o o m LO o n }wa �U UQ U W U U p U o z at)L) ° Qp R ZZ>UW U m W p w w w w N W O LUQw WOm m m F m LO ca U m N d p c (�o o w 0 :-- > J (00 0 z (� J Z J O �m L) W W wZ� awQ- Q: Zo� Z� U o� NrnO � Q QZ: m QQ��� 2J2� ZQU a Q '0 0LNU-0 >MW - T)U) o cn o� v ���J � U�0 O m w 0 a v ~ x Z v tax 0 w 2 W< UN m mou)w UO L)LU rm Uo-i m fA m �m0 m YmZ :° LL �ca< m C?00 O 2 UZ' N� cczL�r,Z o wma o °� o WO>- o U00 0 mW (D� o ONS U <_ - ftwUQNQU UMOU CSU JamU �dUU dNr W U U U C, w N M V L[) CO n W O C i N p L Cl) M Cl) M M M M 0 ° o 7 G m a UmoaO C7 c o M o p cfl E c d z w H O ca H co IL z z_in c m p R;_ o OdN w x O J otf Z E /1 LL O L.L J w V c V '> D z •_ o � U O o y H E 3 LL C N O F— v R m to o U Q cniny d W a) W -0 ; ,� io � U)� E O Z �mQ m o O czw c z cn LL Z o ._ cn WMM C2 my W G m d LL � y C J O R J G1)a 0Q w U ZD o : AZO co m cfl 0 ."_, C Q— Zca LU c 0 M M M Q_ O U cO� W m m LLI c c LLI c 3 O Wh CD W CO c0 W0) CD ~a° oz❑zo ❑z ❑z Z W M M C)N (0 _M C)O CO m CO�Y 2 W ao O)(O CL OD N N It d' N o c) JZ N N � V M M w Lii )f) L6)f) O)W N N N N 7 V ALL �m W0) m W d l.L �LL d LL C O N N y- C o a ° d U U W R co Fu C co U) O C V c W D co CD a C) y N Y J >O C V :E m m Q CO ? d >-W d Z U U Q 0)CN U Yu.IM p Lo o a0 uLo CO U)i rnr° Wz�mp cd Q 4 LL J Z Q 2 w W O 0 zQ3 U Z >>� > o N v w aov� �o� � 0<(D N Z �t O w W Z W X O (D z o<c U N @ w w N N Q O it N w J N m Q' Y mw + NCTO DO p adFQ O QO� o LL Q o ON� U G .-�LU maJU LU q- -i C) V Ur-cow -LU m w @ m o O st G _r_ r> v v o� � G R IL U m 0 in 0 Exhibit VIII (Recruitment Letter w/Fax Log) Exhibit VIIIGraham Contractors Inc -. Box 0 San Jose,CA 95159 Fac To: Contra Costa County Affirmative Action Office 651 Pine Street Martinez,CA 94553 From: Douglas Eldridge Fax: 19256461353 Phone: 916.444.7618 Pages: 1 Fax: 916.444.7731 Date: 2/29/08 Re: MBE WBE DBE SBE LBE DVBE OBE Assistance Note: Please Respond by ASAP! ❑Urgent ❑For Review ❑Please Comment X Please Reply ❑Please Recycle In order to satisfy the Contra Costa Counties MBE/WBE/DBE/SBE/LBEIDVBE/OBE vendor requirements,our company is asking your organization to provide assistance(a list)in locating MBE/WBE/DBE/SBE/LBE/DVBE/OBE Business's. We are currently bidding on various bids including: Contra Costa County,Dept of Public Works,2008 Slurry Seal Project, Bid#0672-6U2849-08,Due 3/18/08. We are currently looking for MBE/WBE/DBE/SBEILBE/DVBE/OBEs,including subcontractors&suppliers,who can provide the following to help us complete the bid requirement. We are interested in subcontractors and/or suppliers of Traffic Control,Message Sign Boards,Construction Area Signs, Water Pollution Control Plan,Freight,Aggregate,Striping&Striping Removal,Street Sweeping(NAICS Vs 561990,5416209 484220,423320,237310,561790). We shall appreciate your response as soon as possible to allow us time to complete the bidding process. Please send response to Douglas Eldridge by fax at 916.444.7731. We look forward to hearing from you. Sincerely, Douglas Eldridge 01 J 0 x N / E U L N 3 N 0 Of C -0 U co T U m o m O U Q j U E ( N Q U cU O U U Q 0 � OD U � U U (� O I� O r N Cl) M O co E N N W M M V O ! . cc CP � r- N � I LL co 0 co O N O LO L r r r W (D I a O E N co N m cu L O w LL a_ a a a 0- Un In M N O O O O O O co CO co c0 m O M O O W O O O O O OO O O O N N N N N m m O) Q W N N N N N N N N N N l9 _ — — _ — LL LL LL lLL . O U v CD N v p i 'w 0 O 0 N O N C) @ U C > m N E E_ m E m LL Z w m 0 0 0 c c c c c (u (D (n (n V) U aT x x x x x (0 L c0 !0 - i H LL LL LL LL U- E N d N G7 d � N U1 47 d ' EEEE E m o 0 0 0 0 �cn U (3-0-0-0-1 Exhibit IX (Quotes Received) 12 1 Q7 k�l 3/17/2008 11:10 PM FROM: Far. TO: 293-3633 PAGE! 001 OF 001 � ®® I t®s!® REED & REED & GRAHAM, INC. (800) 446-2560 GRAHAM P.O. Box 5940 (408) 287-1400 INC. San Jose, CA 95150 Fax (408) 294-3696 ASPHALT EMULSIONS LIQUID ASPHALT To: Graham Contractors Project: 2008 Slurry Seal CRANSPORTATION Iv. SPREADING SERVICFS Attn: Che Corlett/Dave Graham Agency: Contra Costa • PAW..MRN-1-SEALERS Phone # (408) 293-9516 Customer Job # CUFR AD IFS BUMPER ADHESIVE Fax # (408) 293-3633 Bid Date: Quote# LOOPFILLER WE ARE PLEASED TO SUBMIT TIIE FOLLOWING QUOTATION FOR: Quantity Description ** QUOTE MATERIAL TO BE AS "DELIVERED TO STORAGE" NEEDED 582 TON PRODUCT: LMCQS-1H PER TON FREIGHT: Based on 24 Ton. PER TON Minimum Load— 408.00 Min. Fee UNLOADING TIME: ON JOB AFTER PER HOUR 1 HOURS PUMPING: IF REQUIRED $ N/C PER LOAD Above price is based on the current price of liquid asphalt and is subject to change based on thep rice of liquid asphalt at the time the job is to be done. • Terms are NET 30 days. • Prices DO NOT include applicable taxes. • Bid price is firm thru 4-17-08 with Shell's posted price of AC not to exceed per ton • If product is ordered in smaller quantities,additional charges may apply. • At time of job, a fuel surcharge may apply based on a change of economic conditions. • F.O.B. plant • Product supply subject to availability of raw materials at time of construction. Date: 3-17-08 Date: Quoted By: Rick Best Accepted By: Title: Sales Title: Signature: Signature: 0 Elbbidboard: 1 . 800. 4795 3/11/2008 5 :44 PAGE 001/001 Fax Server �e.e Aa� Date: 3/11/2003 2:02:59 PM From: Logans Marketing Seat 3, Nicole Watkins Subject: MBE/DVBE/SBE AGGREAGTE SUPPLIER To: Iris Galdamez - Graham Contractors Inc. Fax: (403)293-3633 Phone: (403) 293-9516 Project:Information: Project Name: Pavement Rehabilitation 2007/2009 -Gas Tax and Measure B Project#: 5135 & 5 165 Location: We arc an MBE/DVBE/SBE aggregate supplier an can quote you on this project . If possible forward material take offs a.s.a.p. Thanks Ellis Logans 619-233-3767 619-233-3763 fa.x AI IERA@PACBELL.NET ■1111111111 0 11:54 H.AR 17, 2008 FAX 1,10: 510-656-2397 #95673 PAGE: 1/1 ■%% v�■ �■■■ Chrisp Company 43650 Osgood Rd Contractors License No.374600 Fremont CA 94539-5631 A"General Engineering Phone(510)656-2840 Fax(510)656-2397 C-13 Fence,Wire,wood C-32 Highway Improvement Quotation Union Contractor/No minority Status TO: Firm: Current Date 3/18/2008 Address Bid Date)Time 3/18/2008 Job Name 2008 SLURRY SEAL PROJECT Contact City CONTRA COSTA COUNTY Phone Contract NO. Fax Working Days CELL Liquidated Damages ITEM NO. DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 2 REMOVE TRAFFIC STRIPING AND MARKINGS 7155 SF $0.60 $4,293.00 18 THERMOPLASTIC STRIPE(4"WHITE) 653 LF $1.00 $653.00 19 THERMOPLASTIC STRIPE(12"WHITE) 10597 LF $2.75 $29,141.75 20 THERMOPLASTIC STRIPE(12"YELLOW) 3031 LF $2.75 $8,335.25 21 THERMOPLASTIC STRIPE(DETAIL 1) 10957 LF $0.40 $4,382.80 22 THERMOPLASTIC STRIPE(DETAIL 2) 4751 LF $0.50 $2,375.50 23 THERMOPLASTIC STRIPE(DETAIL 4) 277 LF $0.50 $138.50 24 THERMOPLASTIC STRIPE(DETAIL 9) 539 LF $0.50 $269.50 25 THERMOPLASTIC STRIPE(DETAIL 11) 2135 LF $0.50 $1,067.50 26 THERMOPLASTIC STRIPE(DETAIL 211 93 LF $1.50 $139.50 27 THERMOPLASTIC STRIPE(DETAIL 22) 16235 LF $1.50 $24,352.50 28 THERMOPLASTIC STRIPE(DETAIL 24) 152 LF $0.50 $76.00 29 THERMOPLASTIC STRIPE(DETAIL 27) 159 LF $0.50 $79.50 30 THERMOPLASTIC STRIPE(DETAIL 27B) 5256 LF $0.50 $2,628.00 31 THERMOPLASTIC STRIPE(DETAIL 38A) 823 LF $1.20 $987.60 32 THERMOPLASTIC PAVEMENT MARKING 7745 SF $3.25 $25,171.25 NO ITEM PREPARE ASBUILT STRIPING PLAN 1 SUM $1,250.00 $1,250.00 NO ITEM INSTALL BLUE FIRE HYDRANT MARKERS AS PER PAGE 25 1 SUM $915.00 $975.00 OF SPECIFICATIONS NOTE 1 MOVE-IN FOR REMOVAL WORK I Ifzo 1 MOVE-IN FOR STRIPING WORK / ALL EXISTING PAVEMENT MARKER REMOVAL IS EXCLUDED TO BE DONE BY OTHERS Written Authorization Is Required Prior To Proceeding With Work _ _ TOTAL ACCEPTED BY: P.O Number TITLE: Job Number COMMENTS AND EXCLUSIONS: Bond Rate 1.5% ADDENDUMS NOTED Chrisp Company reserves the right to withdraw proposal if written acceptance is not received within 30 days of bid date After receiving contract 10 working days written notice required prior to scheduling of work Additional Move-Iris C$1550.00 EA ALL MOVE-INS TO BE IN WRITING SEPARATELY Installation or removal of temporary delineation Changeable Message board if required to be provided by General Contractor for Chrisp Co.Use at no Charge to Chrisp Co. Removal Of Temporary Tabs for lane line and centerline OnI QUOTE PREPARED BY DAVID MORRIS Included in Item Unit Prices. CHRISP COMPANY ■�:=Cr02 09:56 510 222 0972 Paye 114 ■ ■ on ■ ■ ■ ^' ' .Y iU�- �s � lri. g, vrav Mi C lh GE ysl � rl � U�� L; �' � Certified DVBE&SBE: DGS-0026473-exp. 10-31-2008. . � License Number 777662 Certified DBE&SMBE: CT-030497-exp. 8-01-2008 1988 Broadway St Phone: (707) 557-7124 Vallejo, CA 94589 Fax .- (707) 647-1291 Monday, March I7,21108 RE: Contract: Contra Costa County- Project # 0672-6U2849-08 2008 Slur-,y Seal Project Bid Datc: March 18,2008 Item-4 Iteni Items bid i.ndividuaBy laid Price Code - - Temporary Traffic Control Labor And Enuiumenl Included 2-Techtticiatis Flagging, Or TIC atty,sItift $1,200.00 /81-Ir.1llininmm 1-Teclttticiatt $875.00 /81-1r.Minimum Additional Techiticiaet $90.00/1-h.. "See Note below - - Rental 1-Portable Cliaugeable Nlessage Sigu: $1,400.00 'Additional$21111 Delivery&$20f1 Removal Charges Apply To Each Board. Per Month/ Per Board Notes: TCS: 10-Working Days'notice required for Trallic Control System. PCB,IS:Placement and use of PCNIS is[lie sale responsihility of Prime Conlra.ctor.Thomas&Pralt PCNIS rental agreement nwsi.he executed prior Lo delivery of PCMS. Continued 1 03,/171`103 09:56 510 222 0972 Page 2/4 1 v1 �Ti4R � .' "hs1ld Ilk ....lk'.. ....... . ...�2iS �::... Certified DVBE&SBE: DGS-0026473-exp. 10-31-2008 License Number 777662 Certified DBE&SMBE: CT-030497-exp. 8-01-2008 1988 Broadway St. Phone: (707)557-7124 Vallejo, CA 94589 Fax: (707)647-1291 Contra Costal County-Project # 0672-6U2849-08 2008 Slurry Seal Project TEMPORARY TRAFFIC CONTROL SERVICES: Includes delivery, set-up and removal of required traflic control devices and equipment (8 hour nlininlun call out). Devices and equipment includes 1-type II trailer mounted solar powered arrow board, up to 300-28 inch cones(sullicient for 2-3 mile closure), 5 type-III barricades, 12 advanced warning signs with stands,2 flashing beacons. 'rabic Control Notes 1. Daily(Standard)Rate: Time starts @ placing of first advanced warning sign and enols on removal of last warning sign.Exception-time starts whenever Prime requires traffic control technician and/or Nagger to be present ata particular time and for any reason. This includes meetings. 2. Standard Rates apply to"Traffic Control Technicjan/flaggcr&pilot car operator as follow: it. Overtime applies after 8 hours of work and on Sahnday:DAILY 141INIM UM 18\1.5=PER hIOUR b. Double Time:applies on Sundays and Statc/FedenAlLocal Holidays. c. Light Tower rental:$100.00/per light lower,per shill. d. Additional Arrow Board:$100/shift. e. Pilot Car&Operator:5600.00/shift+.251!per mile. f. Attenuator Truck:$61111.110/S10,51800.00/Neck,$6,000.00/Month+.32/per mile. g. Additional signs over 12=$20.00 per sign per shill. It. Additional Beacons over 2=$25.00 per shift. i. Drive time will be charged at$211.110 per tech-per hotn'. j. Additional truck:$31111.1.111 per sltifl.. k. Additional$5110.1.10 per ramp closed while maviline closure is in place. Good luck. ... ... ... . .... ... .. ... . ... Eric Thontas Vice President 2 03,11712603 09:56 5102220972 Pay,,3(4 DVBE CERTIFICATION: EXPIRES 10-31-2008 r �f i at r'� w-qrw 1 Gi to PROCURE E 4 i"' Il D ina)w&A.0.4 DVV-f:D.(4r*k"* TO-4 il.ro: �t ef-. Now,kat.-ni 4105'. pa 0-1,laf-T ................ f�z W p ILI u, Aw.:--i-"4Tjl 5 HUR-V CA 9449"� L V N Cls 41�,, lWjd, NomlhVmy�Q,!lPDiT,nA)l.A V.-I -.3 L q If W, I.Whlp V 011. kt cor I?. n ci: fiv, uj I r If ri 4 111 p, i.; A D,63 p R.0 c, it); -,mxt cio Fi Of Crq,;�1. 4 4p t:4l;ArgQ' Npi M.v rp A.V... .......... JI I ... ....... M.C .. ........ f,WA.MAX;— ai:d'll ll 5,It it.uavfk.�z:k t.it It MWI 01".03�005 0 F" p, ','t37}1N 'i`u 1.0 -,! �r 1� q.q W, Al,- J'g Ll kxj wnd t. ..?a; i I 7' �i 51 rz.sw I a Z�- fqvoor:51aqio"'Ixe W92! 4; ...... . ....... .... 1 Ili.'vjni 1%, WA W9,;' sa I.,2�TO O.J.. 'O.0 W J 6 ek,?J.6- -Lej".4 r Lt 3*i�.... .4 v..rq-, wdl tit•11T.,'r.f 4-J tr -AK a",iw irl ;;t f4r- A D-j -j 0 in anti stu-SvE Coo urt'2 B- ,LYU,� munl--$ d. wAlt (v Im. If";mul, po V i. M-- Alf',t .-S N 03/17122003 09:56 510 222 0972 Page 41.4 SIC Codes ... ... ... .. . .. ...... . .. ... ... . ...... ..... .. . .... ....... ... O ica gfSmail"'usli M ani C'JS C�r`a�icat;o f? r;; 2���3 Tl�GfitE�;S PRAM E 11 ` `�i3f�iY SPEC► I. l'SEf�,'��ICS INC Dec}e �bRwJr ,2C���� .. . . .. :: .. .... . :: :'..: .. .. .-.. '.ll .. - . .. ., V .. .. - .. .. sta lr�dust al Classificolion JS1C)Code(s Cyt�i c ,E of A� rgval Aftayi�mt?c�t ' u s ,vct�d t falluti�t�r�s� tncr lrst�i?,I Clss �cailo�(aIC}goes ars+or c� ;�aC!o�'s I;c asQ c. Ssr`!vuis; uff(tr):s bus' es ontiruc�a�; s are Classified by fht i�Cals3�ria cor ��er'S�ICcf1SEa C1�55iicat�o �s. ... .. -C�ge� . . . +��yyyy,,, ........ .. :.. _VtY . .. ... ...,. ... :: - 1�� Cade S1 Code �eprc � ^ r r7('i ..... ��� w Cons C,t0.1 ar.iwG n�. l rt, u C�,�.TiCfOiV . . C-32 Pak�ng and i�?ih44�av irrro�reer�fi .. .. a21gn (�sja'! pR �tiU�J�i,111�UFr�CTU1 R M l�idusupia[supplip r; 753 Heaw consrrucao1 ec;l�arp�if rer� ` iasig SE � . . 73 qulpme.�f recta;�leasi� ,n .c . . .. R7kR Bus►fleSs censfine s�rrlcys no.C. 0 11■E'lAR-18-2008 0^0:23 CSS JML P.01/01 ■si ®■■ 3489 LUYUNG DRIVE• RANCHO CORDOVA, CA 95742 ■os�■ BUS: (916) 635-5175 "& FAX: (916) 631-9427 CALIF001A LIC 4403896 CLASS C32 NEVADA LIC#0039313 HAWAII LIC 412-11288 OREGON LIC it 118214 QUOTATION A'1"1'N: ESTIMATING DEPT. PROJECT: CONTRA COSTA COUNTY 2008 SLURRY SEAL PROJECT 11�n DATE.EC_TIAT[: TUESDAY,MARCH 18TH,2008,AT 2:00 PM THIS TRANSMISSION CONSISTS OF 1 PAGE. IF•I'HE TRANSMISSION IS NOT LEGIBLE PLEASE CONTACT OUR OFFICE AT*THE ABOVE NUMBER. THANK YOU Dan Spence CI'EM QUANTITY DESCRIPTION UN_IT PRICE TO"FAL 92 7155 SF REMOVE TRAFFIC STRIPING AND MARKINGS 5 4.00 SF S 28,620.00 418 653 LF THERMOPLASTIC STRIPE(4"WHITE) $ 0.30 1,F S 19510 919 10597 LF THERMOPLASTIC STRIPE(I2"WHITE) S 3.00 LF S 31,791.00 420 3031. LF THERMOPLASTIC STRIPE(12"V91.L.OW) S 3.00 LF S 9,093.00 1021 10957 LF THERMOPLASTIC STRIPE(DETAIL.1) $ 0.60 LF S 6,574.20 1022 4751 LF THERMOPLASTIC STRIPE(DETAIL 2) $ 0.60 LF S 2.850.60 X23 277 LF THERMOPLASTIC STRIPE(DETAIL 4) S 1.00 LF S 277.00 1024 539 LF THERMOPLASTIC,STRIPE(DETAIL..9) S 0.60 LF S 323.40 1025 2135 LF THERMOPLASTIC STRIPE(DETAIL.ll) $ 0.60 LF S 1,281.00 426 93 LF TFIERMOPLASTIC STRIPE(DETAIL 21) $ 0.70 LF S 65.10 427 16235 LF THERMOPLASTIC STRIPE(UETAIL 22) $ 0.80 LF S 12,988.00 428 152 LF'THERMOPLASTIC STRIPE:(DETAIL 24) S 0.60 LF S 91.20 »29 159 LF THERMOPLASTIC STRIPE(DE-FAI1.27) $ 0.70 LF S 111.30 tt311) 5256 LF THERMOPLASTIC STRIPE(DETAIL 273) $ 0.60 1,F $ 3.153.60 1131 823 I;F THERMOPLASTIC STRIPE(DETAIL 38A) $ 0.80 LF S 658.40 432 7745 SF'1'HFRM1fOPLASTIC PAVEMENT MARKING S 3.00 SF S 23,235.00 TOTAL $ 124308.711 SPECIAL PROVISIONS: ALL ITEMS OR NONE,UNLESS NEGOTIATF,D PRIOR TO BID TIME. t#1. 4-MOVE IN INCLUDED. 112. S 2000.00 EACII ADDITIONAL MOVE IN. 103. TRAFFI(:CONTROL IS INCLUDED FOR ITEMS QUOTED ONLY. N4. CHANGEABLE MESSAGE BOARDS ARE NOT INCLUDED. 95. 10 WORKING DAYS NOTICE REQUIRED FOR SCHEDULING. 1t�• RETENTION IS DUE WITHIN 45 DAYS OF COMPLETION OF PROJECT'. 47. NO BOND,BONDABLE AT.94%FIRST$100,000.09&.72% FOR OVER$100,000.00. UNION SIGNATORY, 119 WAIVER OF SUBROGATION CAN BE INCLUDED WITH TILE ADDITIONAI.,PRFMIUM BILLED 310 CONTRACTOR. Centrsi Striping Service,Mr.reserves the right to withdraw from this quotation if written acccptvncc is not received within 60 doy5 cf bid d:fte. ACCEPTED ltV: P.O.# TITLE' -� .LOSa m..- ACC; t' CAIIiOHNIA "A rmmnlete naventent markln-e Service" i1FEi LIABi fAEE LIVES` TOTAL P.01 e■ ■ ■i r ,^'� CONTRACT PROPOSAL Date: 3/15/2008 ■o o■ `' Proposal No.: 08-22647 Attn: Estimating Department Proposal By: Tota Rawlins To. Graham Contractors P: 408-293-3633 Prgject: 2008 Slurry Seal Contra Costa County . Prevailin Wage: YTS A NON-UNION COMPANY Quaniffles Provided Isy: SSI ITEN1 QTY DESCRIPTION LN1'1' TOTAL, 2 7,155 SF. Remove Traffic Striping and Markings 2.50 1.7,857.50 18 653 LF. 'Thermoplastic(4"White) 1.00 653.00 19 10,597 LF. 'Thermoplastic Stripe(12"White) 3.50 37,08950 20 31031 LF. 'Thermoplastic Stripg(12" Yellow) 3.50 10,608.50 21. 10,957 LF. '1'lrcrnoplastic Stripe(Detail 1) 0.35 41163.66 22 4,751 LF. Thermoplastic Stripe(Detail 2) 0.35 1.,805.35 23 277 LF. Thermoplastic Stripe(Detail 4) 0.51 14.1.27 24 539 LF. 'Thermoplastic Stripe(Detail 9) 0.35 204.82 25 2,1.35 LF. Thermoplastic Stripe(Detail 11.) 0.38 811..30 26 93 LP. Thermoplastic Stripe(Detail 21) 1.20 1.11.60 27 1.6,235 LF. Thermoplastic Stripe(Detail 22) 1.50 24;352.50 28 152 LF. Thermoplastic Stripe(Detail 24) 0.40 60.80 29 1.59 LF. Thermoplastic Stripe(Detail 27) 0.50 79.50 30 5,256 LF. Tltennoplastic Stripe(Detail 2713) 0.40 2,1.02.40 31 823 LF. Thermoplastic Stripe(Detail 38A) 0.80 658.40 32 7,745 SF. Thermoplastic Pavement Marking 5.50 42,597.50 2 Mobilization to Jobsite Additional Mobilizations to Jobsite will be $1,200.00 EA MOTE: This proposal EXCLUDES the following itent(s): A)'Traffic Control Plan B) Slurry Seal After Removal C)Weekend Rates NOTE: This proposal INCLUDES the following item(s): A) Striping Removal B)'Traffic Control For SSI Sierra Striping Inc. is NOT a Union Company. This proposal is sent with the understanding that Sierra Striping Inc. will not sign any labor agreements, one time agreements, or other contract with any union. Furthermore, if Siena Striping Inc. is contracted for this project, it is with the agreement that the General Contractor assumes lull responsibility if a Union dispute arises. If a Purchase Order or a Work Order is required please provide the number. TOTAL $143,327.63 ACCEPTANCE OF PROPOSAL: The above prices, specifications and provisions are satisfactory and are hereby accepted. Sierra is authorized to do the work specified. Payment will be due upon completion and/or receipt of invoice. By: ("Client") Date of Acceptance: CONDITIONS AND GENERAL INFOIZl\7r\'I'ION\VILL BE A'1".I'ACI.1 IF TIaS 1'1tOPOSA:L.I�,1C1'sTllS 1,1100.00 6141 Angelo Court Loomis,Ca. 95650 Ph: 916-652-0430 Fax: 916-652-9592 Fed ID#65-0273364 CA Lic#651790 NV Lic#0044552 CA State SBL#11824 City of Sac SBF#S1 S5550000P www.sierras Iliping.Corn i Exhibit X (Letters of Intent to Perform) z:61-I'nvac, 13 I,i. OR 19. 2008 9.03AM CHRISP- COMPANY NO. 749 P. 2 Contra Costa County OUTREACH PROGRAM AtTirmative Action Of Fice 651 Fine Street,Martinet CA 94553 (925)335-1045 Fax(92.57 646.1353 LETTER OF INTENT TO PERFORM AS A -., SUBCONTRACTOR/SUPPLIER/MANUFACTURER/TRUCKER/SUBCONS'ULTANT s Graham Contractors, Inc. Name of Prime Contractor 2005 Slurry Seal Name of Project a 0672-6U2849-08 Project Number i The undersigned is a(check one): _ Solc proprietorship Corporation Limited Liability , Partr=hip _ Joint Venture Check the following which may apply, MBE WRE, SSE LBE i, Subcontractor Subcontractor _ Subcontractor ^ Subcontractor _ Supplier , supplier „ Supplier , Supplier _ Manufucturer _ Manufacturer, _ Mandacturec _,,. Manufact= Trucker Trucker _ Trucker Tischer _ Other Other _ Other , Other Describe Describe Descae Describe None of the Above Apply The undersigned is prepared to perform the following described work in cooaection with thaabove project (spmify in detail the particular work items or parte thereof to be perf)rmed): JAmount Bid to Prime Contractor.S 1063-000.00 1��.�' l , ► M tUl/� ��c.�tJ _� 3/19/05 Signature Position Title Date DQ JL j L _ moms Name of Person Completing this Form, Chrisp Compauy 5110-656-2840 Company Name Phone Number 510-6562397 Fax Number G:NG�pDatnlDwignlCrSPF.l1PRDPOSALIltrintmcdvc Rcvixed Effbe live&9MOO 11 z/Z d 6288 'ON W S�OjovNlRoj WvHno W S:8 800Z�;61' Wa xa 200 'd 5E9Efi62'80D 9510 (03M)S002-61-duR DES. + T-048 PAI/01 F-943 906SEMAR.-1948 11:05AM FROM-Reed & Graham Is N 0 0 0 N Sam cantm Costa,County OUTREACH PROGRAM Affirmative Action Office 651 Pine Street,M;axfiut-,,4 CA 94553 (925)335-1045 Pax(925)646-1353 LETTER OF INTENT TO PERFORM AS A SUBCONTRACTOR SUPPLIER/WANUACTURER TRUCKEWSUBCONSULTANT Graham Contractors, Inc. Name of Prime Contractor 2008 51-carry Seal Na=Of Project •Project Number . 0672-6tT2849-08 The undersigned is a(cb=k one):. Sole proprietorship Corporation Limited Liability partaUship Joint Venture Check the following which may apply. LBE XZL VM Subcoatmator Subcontractor Subcontractor Subcontractor' Supplier Supplier Supplier Supplier Manufactuam Mallufactura Manufacturer Manufacturer Trur')= Trucker — Trucker Trucker Other— Otber_ — Od=— Other-.,..._ Dewnhe Descbe Describe Ddgmbe -K None of the Above Apply. Tho undersigned is prepared to perform the following described work in conncafwn with the above project (specify in detail the particular work ita= or parts thereof to be performed): lt;cme 5,8,11,14),17 Total Amount Bid 10 pritne Contractor: 290,000.00 3/19/08 Signature Position Title Date Cn vv%- Name of Person Completing this Form Reed & Graham, Inc. 408-287-1400 companyNa= Phone Number 408-294-369C— Fax Number Revised):affective&4312000 t ll Z A SWIOVKNOO AVHVH n6 1 9001 '61 *dVA ■ X19 Oa 11 : 41a R L Ready Mix 2095325038 p. 1 ■ ■ ■ ■e ■ ■ ' Comm Copts County OUTREACH PROGRAM • ArihmatWe Action Offma 651 Pinc Stu*,Martinet,CA 94SS3 ' (925)335-10445 Vas(925)6464353 LETTER OF INTENT ' TO PERJgDRM AS A -•� STJBCON TRACTOR/SUPPLIUM/WANUFACtURM/TRUCIMMUBCONSULTANT ••� Graham Contractors, Inc. Name of Prim ConbeacW r. 2008 Slurry Seal Name of Prgcot 0672-6U2849-08 Projoat Nusuber . . � The uncle rsiswed is a(obwk one): j Sola pavpHe=1Up C-orpotubm _ Lbabod Liab1'Iity perwtirsup _ Joint vcnu e Chcckthe followingv&ch may apply- mB vam son LIM _ Subcou t=ta — Subcontractor — Sube eatzae Uvr Subooatractoi — Supplier --- Supplier Supplier — SuppH ,- - M — mmuotacAum — wMffwh= mwm iohn er Tivabct — Thwbw _ Trwi ar _ TYltolw Otbea — odw� _- mw _- Otbar ? Desc&c Deesodbe Desesebe Dwcobe Now of tlm Above AVply The ttides'elgiaed is pav=d m pe:ffeypp4 to following domed work in mmthnn with the Above p1gact (spoor in detail the particular wwk IMU or parts thexeof to be perfn:mod): Itoms allpartial) 4 7,10.13,16 - truckin Total Amaeunt Bid to Coattappp�;S 14,000.00 j 3/19/08 f Signatze Posit an Title . Date I �►�C.L Es P.5i t Name of Penin Cowictatg this Poria I. W&u Trucking 209-532--9705 Company Nenme 209-53RM2 Umler jad�o++�a�Ctetuaeoe�L�trt9tma Qoc Fax Number tuv�ea F�+Cae tU317-000 _ 11 Z/Z 'd MOM W SaODWN03 WVHVHD NV69:8 8002 'C 'm Documentation of Good Faith Effort Summary 1. Good Faith Effort Cover Letter (Exhibit 1) 2. Level of Anticipated Participation (Exhibit 11) (0 pts) 3. Attended Pre-bid Meeting (Exhibit IV) (10. pts) 4. Sufficient Work Identified for Subcontractors (Exhibit V & VI) (13 pts) 5. Advertisement (Exhibit V) (9 pts) 6. Written Notices to Subcontractors, etc.. (Exhibit VI) (10 pts) 7. Follow-up on Initial Solicitation (Exhibit VII) (10 pts) 8. Plans, Specs & Requirements (Exhibit V & VI) (5 pts) 9. Letter Sent to Assistance Agencies (Exhibit VIII) (10 pts) 10.Negotiate in Good Faith (Exhibit IX) (26 pts) 11.Bonds, Lines of Credit & Insurance Exhibit V & VI (7 pts) i I I z:GFL Di,oda, 2 I I I I I Exhibit II (Level of Anticipated MSM) z:aFF.DiNider, 3 Level of Anticipated Participation And Mandatory Subcontracting Minimum Listed in Proposal The bidder is required. to subcontract the following minimum percentage of it's bid: Mandatory Subcontracting Minimum 24% (MSM) Requirement z:GFE Di,;dcr 4 I i Exhibit III (List of Subcontractors Form) 7.:G FE Di%idjs O 1 0 � o on ", O `. 0 4211 O c O O �t cid" cd O O II ^ O cC � L7c O Oc CD ' Q oU o U M O � N b En Cl) cn V -4 p Cd 5/ O H CC cz ftO U rs. q o Q o I `� w 0 co o v cn Q E E ice+ J a a a _coo i cnU n U 1� Cl) O gyri I— �O Sa m cd M W N td t,+ Lf) G M N m O O V PWW� co 01 4-J U A ..... U O Q' ^ I U O U O N Lr) I Lo m O N En Pq O y U O O CD 0 oD w p ++ C/) � w a o o � o En C4 o � A v N G Cd Cd x b 0 a f CL Cd U NrA Cd IL) +, v O 71 F+ P+ 0 C 4 0) � 9 N 6r C0 �p c co - td Sa V] •v \ r♦ b .. County of Contra Costa Department of Public Works List of Subcontractors Form LIST OF SUBCONTRACTOS/SUPPLIERS/MANUFACTURERS/TRUCKERS FOR Graham Contracting Inc. (Name of Prime Contractor) (As required by Division B, Section 4, Paragraph©. Substitution of listed subcontractors: See Division F, Section 6, Paragraph E.) Business Name Address Items of Portions Dollar Amount of of items of work subcontracts of MSM Compliance See attached list I I Note: This form must be completed as part of a bid proposal. The form is also used to calculate MSM participation. i .:cre Dkid«. 6 i I I Exhibit IV (Pre-bid Meeting Sign-in) 7 i Exhibit v (Advertisement Copies) x E"3 1'3%2008 13:59 2093340619 GEORGE REED LODI PAGE 02/02 . i i Contra Costa County OUTREACH PROGRAM Atf'mnative Action Office 651 Pine Street,Martinez,CA 94553 (925)335-1045 Pax(925)646-1353 LETTER OF INTENT TO PERFORM AS A SUSCONTRACTO 9tia I X&NU,A►.CTUR'ER r TRUCKERlSUSCONSULTANT - Graham Contractors, Inc. Nance of Prime Coutreotor j 2008 Slurry Saal Name of Project A 0672-6t72849-08 Project Number The undersigned is a(check one): Sole prgdetorship — Corporation _ Limited Liability , _ Pertaerehip — Joint Venture Check the following Which tray apply. MBE MTBE WE LBB ' , Subcontractor Subcontractor Subcontractor Subcontractor' — Supplier ` Supplier Supplier Supplier _ Manufacturer , MMU&Cbmer _ ManuAcctcturer _ Msnufacturer _, Trucker True)= Trucker , Truokxr Other _ Other Other i Describe Describe Describe Desen'be 3 None of the Above Apply The-tmdcrs cd is prepared to peribm the following described worse in connection with the above project J'J (specify in detail the particular work items or pmts thereof to be performed): 1 Items (all. partial.). 4,7,10,13,16 - Rock TOW Amount Bid to Prime Contractor:S 63,000.00 3/19/08 ! S i gn ature Position Title Date 1 9 Name of Person Completing tlna Vorm George Raod, Ina. 209-984-5202 1 Company Name Phonic Number 209-984-0379 Fax Number 0:1(9tpDa}alDeeipplCTSt'F.C�PAOPOSALUtr�ntenkdae Awhicd W=Rve ma000 • 11 Z d Dee 'ON w S801�b�1�0� iNy,�d�s Uddscv l� 8W '61 Vm PLEASE FOLD HERE AND STAPLE �- E STAMP - fumE I i I p DISTRICT, PERMIT ENGINEER' DEPARTMENT OF TRANSPORTATION R. 0. BOX 23660 O.AKLAN:D, CA 94623-0660 �, i ' .1' 9 Sa'F, OF.CP.L'IF.ORClIF;" -DE2AFTMENT OF TF. AT-10N. idON CU-STQMER-SERVICE QQ1E.STTI0NNAIRE PERMIT ML'MEE TF-016A(REV 2/2007) DearC'u crrieh' . bur.GC21.lj t0,-pro'Jlde;the best service possible tq. urcustomers.. Please take_a�fe-W' 11nUt�S iQ COrnP.lEt th15 °"' aues,lonr:aire Your ccmment will enable,us to see hovv.,rva are!doing,overall and any ar @S,v✓hlC.h'may need :1 :PLEASE TELL:US IHOW:WE'RE DOING INSIQE THE OFFLCE = EXCELLEN VERY G0E7D GE10[} I;. POOR Sfafi courteous and helpful .Stab quick•;and efficient xplanations and'instructions clear _TELEPHQRIE 4NSWER-INN .; +r:Timely,response:, Recelvtng;information or answers t P:; NSPECTEON _ I Inspe:otor courteous and helpful " :.: Pre con ''- shraction meeting set and held in a timely manner " Irispector.of job site freq.uentlyM - r ctor'able to answer uestiorls and deal with do;'spe . problems .b.V.ER!`iL-RER�ORIM�RtC� _ I What would you say is our overall performande? _ n r STAFFS'NAME ' Isfihere`a'staff.,person you would like to commend? !.:COMMENTS: II: R I _ Ir NAME(Optional) !SINESS PHONE NUMBER DATEJEL ' ADA Notice For individ6als•wth sensory disabilities;this document is available in alternate formats., For information call.`(916)'654,6410'.or.TOD(916)'654-3881,':," virite Records and Forms,Ma iagement; 1120 N Sire�t,:MS-a9,.Sacramento,CA 95814. . County of Contra Costa OFFICE OF THE COUNTY ADMINISTRATOR MEMORANDUM DATE: April 10, 2008 TO: Board of.Supervisors FROM: Emma Kuevor_'W6LZ�t____'1' Affirmative Action Officer SUBJECT: 2008 Slurry Seal Project Attached for your review and consideration is the documentation of good faith effort submitted by the 2nd lowest bidder Graham Contractors, Inc. for the 2008 Slurry Seal Project. cc: John Cullen, County Administrator Silvano Marchesi, County Counsel Julie Bueren; Director,Public Works Department BDGFE2008S[wrySealGraham Waiver08 Affirmative Action Office Board of Supervisori County Administration Building } John M.Gioia 651 Pine Street, 11th Floor Contra 1st District Martinez, Califomia 94553-1229 Costa Gayle B.Uilkema (925)335-1045 2nd District Fax (925)335-1098 r1} Ekuev@cao.cccounty.us County MaryPiepho 3rd District John Cullen County Administrator 's •• Susan Bonilla %# 4th District .: Y Federal Glover 5th District April 10, 2008 California Pavement Maintenance Co., Inc. 9390 Elder Creek Road Sacramento, CA 95829-9326 Re: 2008 Slurry Seal Project. Our office has reviewed the bid submitted by your firm. Because you did not submit any`.`Good Faith Effort" documentation, you failed to comply with the Board of Supervisor's Outreach Program as set forth in Section 3 of the Project Specification. Therefore,we plan to recommend that your bid be deemed non-responsive for failure to comply with the Outreach Program requirements and that the contract be awarded instead to the lowest responsive and responsible bidder, Graham Contractors, Inc. Should you disagree with.our determination, you rn;iy appeal it in writing to the County Administrator, c/o County Administrator's Office, (151 Pine Street,Martinez, CA 94553. Your appeal must be received at that address no later tha>r.5:00 p.m. on April 15, 2008, and must describe in detail all facts and arguments on which you rely. It is anticipated that the contract will be awarded at the Board of Supervisors meeting on Tuesday, April 22, 2008 which begins at 9:00 a.m. If you wish, you may appear at the Board meeting to comment on this matter. Any comments to the Board will be limited to the facts and arguments set forth in your appeal. Very truly yours, Emma Kuevor Affirmative Action Officer cc: Julie Bueren, Director,Public Works Department Abigail Dye, Deputy, County Counsel Graham Contractors,Inc. Ltrcal Pave2008 Stun ySeal Proj Award2ndBi d08 COMPLETE ASPMA:T MAINTENANCE SiNcE 1976 r March 26, 2008 Emma Kuevor Affirmative Action Officer Contra Costa County VIA FAX ONLY; (925) 335-1098 RE: Follow up on Good Faith Items Contra Costa County 2008 Slurry Seal Project Dear Emma— To follow up on the items we discussed regarding the good faith documentation: 1: Summary Sheet of all received quotes attached 2: Follow-up calls were made by: Doug Eldridge Eldridge Bid Reporter Ph(916) 444-7618 . Fx (916) 444-7731 3: No quote from Logan Marketing was ever received. This is likely due to the sole sourcing of the aggregate on this project. If I can get you anything else, please do not hesitate to call. Regards, Graham Contractors, Inc. Che Corlett GM POST OFFICE BOX 26770, SAN JOSE,CALIFORNIA 95159■ (408) 293-9516■ FAX(408)293-3633 CONTRACTORS LICENSE#315789-C-12 i a 41 f, nai N SH��13b'�i1iCJ 6NhHti�J INdE7 800 '97 CONTRA COSTA COUNTY 2008 SLURRY SEAL SUMMARY SHEET OF QUOTES RECEIVED AGGREGATE: GEORGE REED INCORPORATED S 63,000.00 (VERBAL) (LISTED) ASPHALT EMULSION: REED & GRAHAM INCORPORATED S 290,000.00(LISTED) STIUPING: CHRISP COMPANY $ 106,000.00 (LISTED) CENTRAL STRIPING S 121,000.00 G�LQLT LISTED-HIGH) SIERRA STRIPING S 143,000.00 (NOT LISTED -HIGH) TRUCKING: LEHMAN TRUCKING $ 74,000.00 (VERBAL) (LISTED) TRAFFIC CONTROL.- THOMAS ONTROL:THOMAS &c PRATT S 1,200.00%DAY Qj0T LISTED -HIGH) NOTE: JJ,E ARE PERFORMING TRAFFICCONTROL WITH OUR 0WNFORCES. OUR ESTIMATED COST FOR THIS IS S 1,000.00/DA]"INCL UDING LABOR AND EO UIPMENT, 7 a I Q I h '(111 I,AI C?A I'1HA I llll1 I,NVPW N'1 !AlA 7 :7. R1i17 'q7 'HWIN Graham Contractors Inc. P. O. Box 26770, San Jose, Ca. 95159 Date: March 19,2008 TRANSMITTAL w , NSrITTAL Number of pages including cover sheet: TO: JANET DOWLING From: Tony Gulbraa RE: CONTRA COSTA COUNTY.' 2008 SLURRY SEAL OUTREACH PROGRAM Phone: Phone: (408)293 9516 Fax phone: Fax phone: (408)293 3633 tonyg@g-ahamcontractors.com CC: REMARKS: ❑ Urgent ® For your review ❑ Reply ASAP ❑ Please comment Janet, Enclosed is Graham Contractors, Inc. "Good Faith Effort" for the above referenced project. Tony "Good Faith Effort" Cover Letter Graham Contractors Inc PO Box 26770 San Jose, CA 95159 408.2c13.9516 Ph 408.293.3633 Fax Contact: "Tony Gulbraa 18 March 2008 County of Contra Costa Public Works Department 255 Glacier Drive Martinez:, CA 94553 RE: Good Faith Effort for 2008 Slurry Seal Project Project #0672-6U2849-08 Bid Date: March 18, 2008 Exhibit I z:GFEDividul CALIFORNIA BID REGISTER DAILY Issue#d1648t February 26,2008 Published by Eldridge Bid Reporter Page 3 ACC West Coast is soliciting for sub quotes from ACC West Coast is soliciting for sub quotes from ACC West Coast is soliciting for sub quotes from qualified DVBE and SBE subcontractors/suppliers. qualified DVBE and SBE subcontractors/suppliers. qualified DVBE and SBE subcontractors/suppliers. CA Dept.of Transportation CA Dept.of Transportation p p CA Dept.of Transportation Contract#07-3YO604 Bids 3113108 Contract#07-4S3804 Contract#02-X7514 Bids 3/13/08 at 2:OOPM Bids 3/18/08 at 2:OOPM Seal Deck with Methacrylate,Repair Replace Concrete Pavement and AC Surfacing Place Rubberized HMA&Polyester Concrete Spall and Replace Joint Seal Los Angeles County in Los Angeles Overlay on Bridge Decks Los Angeles County in Monterey Park, 07-LA-101-0.918.1 Tehama County at and near Corning Montebello,South EI Monte and City of Industry 02 Teh-5-R0.0/R22.2 07-LA-60-R5.0/12.0 Plans/Specs may be reviewed at ACC's office between 8am-5pm.ACC will also provide a list of Plans/Specs may be reviewed at ACC's office Plans/Specs maybe reviewed at ACC's office plan rooms upon request. Call to request help between 8am-5pm.ACC will also provide a list of between 8am-5pm.ACC will also provide a list'of with bonding/insurance needs. plan rooms upon request.Call to request help plan rooms upon request.Call to request help with bonding/insurance needs. with bonding/insurance needs. Sub Trades needed,but not limited to: Striping,Construction Site Management, Sub Trades needed,but not limited to: Sub Trades needed,but not limited to: Prepare WPCP,Construction Area Signs, Striping,Construction Site Management, Striping,Construction Site Management, Temporary Concrete Washouts,Traffic Prepare WPCP,Construction Area Signs, Prepare WPCP,Construction Area Signs, Control,Construction Supplies,Construction Temporary Concrete Washouts,Traffic Temporary Concrete Washouts,Traffic Equipment Rentals and Asphalt Control,Construction Supplies,Construction Control,Construction Supplies,Construction Equipment Rentals,Asphalt,Guard Rail Equipment Rentals ACC WEST COAST, INC. ACC WEST COAST, INC. Drive 3701 Mallard Drive ACC WEST COAST, INC. 3701 Mallard Benicia,CA 9Driv Benicia,CA 94510 3701 Mallard Drive Sheila Cherry Benicia,CA 94510 Sheila Cherry 707-742-6451 Phone Sheila Cherry 707-742-6451 Phone 707-747-0593 Fax 707-742-6451 Phone 707-747-0593 Fax 707-747-0593 Fax Ad#70471(dl648t) Ad#70471(d1648t) Ad#70471(dl 648t) AEOE Requesting sub-bids from qualified DVBE AEOE Requesting sub-bids from qualified MBE/ AEOE Requesting sub-bids from qualified Subcontractors/Suppliers for. WBE/LBE/SBEIOBE/DVBE subcontractors/ DBE subcontractors/suppliers for: suppliers for: State of California State of California City of Fresno Department of Corrections Contra Coast County Whitesbridge Road Construction 9800 Old Placerville Road,Sacramento CA Department of Public Works Project Bid Due 3/7/08 2008 Slurry Seal Project Interior Tenant Improvement Bid#0672-61-12849-08 Bid File No. 2769-10825 Contact Diane at(916)771-3738 for plans. Bid Due Date:March 18,2008 @ 3 PM Fresno, CA Bids Due: March 6,2008 @ 3 PM Seeking:Concrete,Electrical,Fire Sprinklers, Seeking:Traffic control/message sign boards/ Insulation,Paint,Toilet Accessories,Audio construction area signs,water pollution Visual,Security System,Glass,Window control plan,freight,aggregate,striping and Coverings,Signage,Fire Extinguisher, striping removal,street sweeping Seeking:Grinding concrete,traffic Janitorial control,concrete work,electrical, Payment&Performance Bonds may be required. signage and striping,SWPP Plan, Bonding assistance is available. Subcontractors fugitive dust control plan mare encouraged to contact Graha `Estimating for WHITE STAR insurance requirements,or if any other assistance CONSTRUCTION, INC. is needed. BUSH ENGINEERING INC 5098 Foothills Bouelvard, Suite 3 GRAHAM Roseville,California 95747 518 N. Redington Street CONTRACTORS, INC. Hanford, CA 93230 Diane Koellen P O Box 26770,San Jose,CA 95159 (916)771-3738 tel Contact:Jeff Farris (916)771-8478 fax Contact:Tony Gulbraa 559-584-1575 whitestar@resis.com 408-293-9516 FAX: 559-584-1591 FAX 408-293-3633 Ad#54032(dl648t) Ad#53475(d 1 648t) ad#7630(dl648m) N1[/W/]D>\u]B>]E SUB-BUDS IKIE( ) U[IE TIED 0 N w Q a O O) N 0 C N c U a c0i C 7 @ V c U m 'p O CO ^N m V G 1n VNi C C O N O.O O F W o U O m 0 O E ` m O??�.0 n N m U m m ° O m N p _m. Q N nay m j.c a O C 0 'b E 0 O C N-' - C y O >m C n y" ] n° x °° C d to m N O Y c 0 o m o o n ¢ a n 0 0 o N 0. .. 7 :; F 0 Y 0 0 - > U y� xt ce,� a:o Ln ym m ° Ea° `o.or nam Q U 'S _ N @� a .ow. Ee ° e �� @0 a zcn L a ` pa v @ E2 Ec.G mr �mY) c�oau " 20Rmle' c o N o �' 0 ` @ C) U W Z N N C- O N [ i0y a w N 3 N 0Z CbU W N(° m o y no E x- > > O O L F O - d O'-�-''C W Z N ° E 00 C m 0 y y @ O 0 o O a m �� 3 ao �c omo �oin� E � umnys.6.210 � o Z � 3m m N ° m p ° dam u m o2c�Zmm 0- - O� co�u'C_mtmoaeoy �° 0= W � YOcc LLEN n o J c m cc cw0 wovcomm- a� �� s _� oe � 0@¢ <v 7 = i0 a_ LD tN0 v � CL Ci20o Z >,mn zmlN°�oenE�= :aa `� caEiaU= � HdU LJN N tir o Lco 0 0a'c 0 ° o00. E o` n �3a U� ¢ron-Sax3`cm �`oaL' yd c N ..a Oa 069 N Z� m a N �UOZ m� O o ' �U�.h� m0xoao 3" a i< (,� ot9 • ]•, W m(A (n J O (`�._...� c y 0 d C 0 a y 0 y W m @ .2'. ¢ To m r ° m n� o?a c a c c N m 2 m E°Y°o@ w moo¢ U `o o) E m �� o v° /�� o o (�W m V 0 o�a�2�y v.co:8 m ~/ o 2 N c .0 C r` N U .; m @ mT w �.,L o f__:p V (D t` N` Cn O 7 q a`O_ y Q. L a Q li m p O N o odcU) C9oc mcwn co @��� ` c 1n a= o =¢ �'� o`c00aev� mcu W >.>r-U V- a EU °-y Z � o- 3D �� aZm° aOiaU =�/ rn m aci �m ZOm ❑:_ m�y2ma°' m'.y-,a�°cm ~ O/♦ Y o o- Lu a;c-o ti o u-0 >.c cv v c0.. 3 au c z N N m aa)i 'to =m o O) 7 ti O«6 0@ Of m G LL Q1 0 O y L c coVl m o y a N m- m N h aai m C 04 O Lu w>> J v a c N o c c 211 @ Enc w $ 0 t c 0 0 E_ m w cu m =_O O w U L C ti -o c� N._ o N cn ¢ r` 0 0 3 a LL} j.y o m o rn ¢Q a c c p > Z; 0 ZQ y�' o10 mo@3cnjE ZU��'ci w o wU _ cm a ° xmmT ao N t >L If)w d p a u UN-0 0 'p 0 0;:• rN cd� n W ¢` y 0 `° y 0 d N m r 2 Lu() 0 EE ` 0 u O-8 c A `O �� O v'J .� O - cc [L > c c p0:°o .0m� nym -26LL N .m vp m W a) m r-:5 8S-�j0 EO V °' -0 0 N c cOp ; WE'z a)a o= � 0 coNUOma d� E 0 � C E cE�N 0) ymc 0mw5 E � yEo� ' y' vE: W r Z o qUd L Rc � 3°eo0 o0t- c� QON co ` d Od O W@•O O N N t O[L O.0 0'U M 7 a) m V/ - m h 0 a) m O W 7Op� E a0°� :�c0 o ` `oa� om ` a rr x n a O N fACL UJ(c�l� O 0� J n U'0ZN •x O N C 0 O-NO'a O U C `.ACL 2 m O O y •� m`_' .�+ +�•' LLJ O v m w Cm �� W NO.0 0 ��N�.v-,U p � O n L o N_a � w C Z_ Cj (nCO oC�, ❑ O N a u d' L CO 0 m FN.. L ui U c s d 'O O N NO 4! W m 0) .0 ^C' N ° 00 @ OP 0) ZomO- a ° 0 0 � •c ma O QE V c N N rn Q a(�U� c~i � 'mm 9 uj E �a° y : � mML 0'mn QE Q °�Q �N`o o Qm_ Z N c 0 cL -C O •- () Z mU v ?> LL Q 0 0 m W ai.0—t O C 2 J ` o V 3 � -C L? a ) p O m m m 0 20 E`o mM >O m md@ O O Q U cu L, Q O wO R v a pG d u wNc� ��o U) N CD 00� cmi y ` J m00 0t` Q J w r.. CO U 7 a 100 w O a1 0 U 0 7 W C a) �. N •� .O O co U LL 7 O 7 U ¢ U N j~ c a O m aEi D. Nm O ❑ V❑ 0 > "N z..� @mu Ir w H O F- N c R Z = m tyo W� m 0+cc C Q. N mo O 0 ZOO Wm 2 O Q o a LL mN y C� Q 0 U y 00 M .. o V d o aco o ° Z d ¢ �w E o U C1 C7 cu - mu W E d Q. O .` O N 'C CD E� C y p 0 c 01 U O a v O Il O Q •R = C Q r O /� tb .` O Q @ C p C> N m m6 mn a m n y (D Lo � MU ate+ V MM N ^ M C1 T� COrNN E ` LU 8-6 0 'O O = E o (m C LL � n- N M '�O rn =' cO V .- LL > c W y E O co h m U ^ 0 °0 m U) df 0t- L) C? o a N mdo�M @ oa J =U @a p o l9 rL N V NOCC) Z 07 = N '•' _ M O «O >U Op d D y'= W L j, y 7 U C) w Q 7 N :� O x o (D 7 U C 7 y is a mn ac O O� � Cl � O [n v � � 0)c M E 0*0� O o am ~ a>)m -i1n r_ XX Q O O E �:O o�� G7H V1 C/) �M ¢ �� mommcLio a � UJ C:C: CF) �a :9v >mQco0 mN Nod mmo m7rn N t'�' J O U O W C7y m o 'o o H e /0Ny o_O 2'm N U a'W c@U m(A'� = Lf. U 0 L vWQ fn ¢ o� LU C6 w 2 0 c � ca1«0a 0�'yaGi (('' o a) d oom V ;j V [L 'y @ ` Co C 0)a y N M m W p C (`j C« t m m:� •� E N a) 3 N @ N °'� Z 1n co `=m •� C ` m 7 C r vi•�m `O C o m Ud 0)to tm E co o 0o-0 rn C7 m0 @' a 8 oru 0 E= a0 Z u c v > o m c m N Q-0 �' c ¢ mC) :3 Lm07 O E o 0 0 m r ui c E 0 Q Ey c ��occ mpo 4) 'A= o03oc0i `Ln � V� E� FQ- N �' 3w u°7oaT�� �� opo co C 1`) m �� t m j Cep N 1, O' d V N E m?m E m G m C 0 G d 7 CCD O 0 '0 N [L T r o d C N N Y d 7 3 ¢n C ui N LU 0 �Ua co � d 00 @ `�° c Q 0(7`tti N a °°7°Q�o� y m 0 o m E `m a n d V�Lo 3v'?r) 9> .� 7@ N O m C U y 0 7 m ® •7 X O V> O N A C)M C O m NCL @� O)•- G' U N r Z:.Ll ._ cUL m C. Y« E 7 <F(ri(D 0 U m w U t0 r C L C C d@ y C.G.y 2 H lCD CO LL 1p n 7 m O N `N d O m N d U— U m Cp 0 ¢ 7w o_ O U.. `n @ U:+!2 B.a7 € `° 0 O y Q (� Cn F 3Y j% L@ g 0 C L N a y a1 E'O 0 F- U C C m(D m O. V 3 0 '� @ nN/ 'm U E. m O moN m ` ECO# ai 0 N0ayc't I.I. Qofoam¢ rn .oT._❑ p V 60L1m 1�L0« d a zNowc Q Q _m H o r o U m a c C C a p O ip O a N O rn N@ .` N r m a a+., o c E 7 O.G `0 d .O v L mL Q 11 U) U m o m O o u m M m E x U� 0 0 0 can .w >A:c mom; 0'o L o a L•] 7 W y N 0 OIC C y O Q) U ,>= m m C W C.++0 C C0)0 E V w ad)m G a :2 o a E oW 0p W T� » o- c R E �Of�y v V C) wm m dein a Q� m 0 ® a v w d 0)0,0 E� w O� rna CL �� ` V w w u N u aa2a V O (� ¢ N mi L Exhibit VI (Sample Letter w/Fax Log) z:GFF Dividers 9 Exhibit VI • Graham Contractor�Inc OB Jose, 70 San A 95159 Fac To: LANGLEY TRAFFIC SERVICE,INC. MM/DBE Contract Mgr 2777 U.S.ROUTE#1 TREVOSE,PA 19053 From: Tony Gulbraa Ph:215-638-9770 Fax:215-638-9255 Phone: 408.293.9516 Pages: 1 Fax: 408.293.3633 Date: 2/29/08 Re: MBE WBE DBE SBE LBE DVBE OBE Bid Opportunity Note: Please Respond by ASAP ❑Urgent ❑For Review ❑Please Comment X Please Reply ❑Please Recycle In order to satisfy the Contra Costa Counties MBE/WBE/C-BE/SBE/LBEIDVBEIOBE vendor requirements,our company is inviting your participation in our bidding process. Your business has come to our attention as being a MBE/WBE/DBE/SBE/LBE/DVBE or OBE-owned businesses. We are currently bidding on various bids including: Contra Costa County,Dept of Public Works,2008 Slurry Seal Project, Due 3/18/08. We are currently looking for MBENVBE/DBE/SBE/LBE/DVBE or OBE-owned businesses,including subcontractors&suppliers, who can provide the following to help us complete the bid requirement. We are interested in subcontractors and/or suppliers of,Traffic ControllMessage Sign Boards/Construction Area Signs, Water Pollution Control Plan,Aggregate, Freight,Striping&Striping Removal,Street Sweeping,or any service or product you can provide to complete the bid requirement.Payment&Performance Bonds may be required. Bonding assistance is available.Subcontractors are encouraged to contact Graham Estimating for insurance requirements,plan information, or if any other assistance is needed. We shall appreciate your response as soon as possible to allow us time to complete the bidding process. If you are interested and would like more information,plea:>e contact Tony Gulbraa by phone at 408.293.9516. We look forward to hearing from you. Sincerely, Tony Gulbraa z uj O J U O ~ U W ? g } ~ ¢ z a w U) ¢ O U O a3 ui U } U J V) > � > z 0 U Z z } < Z Of X O - z F O C7 U U w o O H 0- z Y U QY Z O Y z U U w otS 0 Y cf O E U O � > o O x U Of z 0 O U U U U D Z � (� j Z U ~ Z LL LL U W w U F � F- o NLU LL g w z U) a v cYi o D < _ 0 Ov Of LLI Z � Y LL � H z � I � C7 a4 z z ¢ w w w ~ af t ~ w z w ❑ w D (n LL j w LLI z m 0 0 p O 0 a m rn F o x w x a V) Ir a ¢ O U E x U U O z U 0 Y w a a m } 7 U m w Z = m Z W ~ LLI F-g U o O z 0 o U ¢ U °a U °a I w > a a a 0 ly ¢ a w a ¢ x w x } O I. w w ¢ ❑ H ❑ (n � ¢ m U d J � w LL U a U U H ❑ ¢ > > V (\ O V O to (A 0 0 0 M n O N r (n N a � (!7 (D M 1n m D N N N O N (n to co CT M V OD (n N N to n n O O 0 V 0 O In O O W M r M O m O E O O M N M ti ao r O O N a N O r M ao N CD M O c� N M M O CA M c0 O N 7 O M m M N V N w w N M _M O N O M O V to cn CD O li 1 O O 0 1- 00 coN ;Z N M O N M h h N o0 W o0 O M I� N O r O V CO 00 w O N N M (n to u) N 7 M 7 W N N O N R 7 0 M W V N M N Cr) N cn f- (- CO O O N O O O n Cl) N CO N CO (-- 0D � � CD N M CO M N 00 CD O M Co (D 00 n N It N M (D N 1- Co O N O CO CO N LLi (D O O h ((i (n (n M O a0 (n (D � Lo (n CD Ln O O O O O O O O O O O) M r N o M O N N N O O O M (A Lo N d V V In In n O D7 O) V �t 7 V V V 7 7 V N V (n (n (n (n In r (n (n (n O (D (n lD 00 r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r d EN Co rn �a r r r r r r r r r r r r r r r r r r r r r r r r r r r r - r LU j LL a a LL m m LL m m m a m LL m 0. m m m m m m m m a a n. a a a a a a a O m O r N M (n w Il_ I- 0) r N Cl) a to n O N N M �t w n 0) O N c) 7 c0 00 0) N N M M M M M M MN N M MI M M M M A 7 7 V V (n In (D N (n (D (n O O O 0 O cD CD co c0 to to In to 1n to M to N 0 (n (n Ln to to to 0 to 0 Ln L" to (n i O O O m O m m M m m m m m m W CD O O OD O - - CD m m - m - m - - m O0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N f0 ❑ LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL I U U U U U U U U U U U 5 UU 5 U U U U U U U U U U U U U U U U U C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 U U U O D U U U U U' U O D U U U U U U U U U U U U O D U U U U U w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m Z � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � a a -D -0 m a a a a a a -0 a s -0 a a a a a a -0 C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C N Q7 N N C7 N d) C) N N N N N N N N N N N N C) 0) C1 Q) N N N N d) N C) N ! C) L7 y w N 0 N w 0 N 0 w 0 w w 0 w 0 to w w 0 U to N w w N w U U N W . Ia m m m m m m m m m m m m m m m m m m m m m w m m m m m m m m m m i F LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL L.1- S? LN a a a a a a a N N N N d N a a a a a a m a a a a a a a a a a o. a a a a a a a 0 °) E E E E E E E E E E E E E E E E E E E E E E E i@ 'Fo ',9 'ro ',o 'ro 'Fo 'i 'ru 'i6o o o o o o o o o o o o o o o o o o o o 0 0 0 ;_(7_lL_.LL LL. LL_...LL._._LL__LL_LL_lL U U U U_ U __U__U U U V U (,� U U L U-L)--u o U 0 0 0 LOU� v LU ui 0 . Z _ U Z Z Z U Z U Z z Z Elf Z z 0 X LU w O w z 0 Q 1 , Z Z c7 w O Z w C0 LL , 0. � z z Q z > W Q O Z Oz OU Lij W F C o z a > o a N m j O p LL Q w = U >- 0 w a a v a m w LLI ` I co 'v U to U U (D IP O cD c0 oD w N M w O C O an co co N V m V E N O O N N. r c0 4 N 'z N M ( ^ In In M m V D a) v u cN0 v M cD N L �Q m m m m N i ONS CD d r N o �- E N m o cc L m W LL cP (O (D CO (O CO V7 (O (D co O w O O m w m m p OOOOOOO O N N N N N N N N N N N N N N N N N N N N N N N N N N N , 0 LL LL LL LL LL LL W W LL U U 5 U U U U U U O O O O O O O O O U U U U U U U U U I W W W W W W W W W ---- -- - - - m m m m m m m m m CD E Z, aci aci as aci as aci aci aci c CL x x x x x x x x x ca F LL LL LL LL LL LL LL LL LL . N N N N N a) a) N E E E E E E E E E o o 0 o o o o o o _U U v Exhibit VII (Follow-up Phone Log) z:GFE Dividcrs 10 d > o M o N v a) � o 6 06 w 0) `m �LU x oai o acc a tun) .0 co Ez zQ U - B Q n :3U) O C_ o O m 0 �om �3z O a 0 (n y c a) o c p o o c o E o c N E o z W u'- W � O °' O °= 0 m U s ui a a� � cc O C O C � N C >, U >, N M c6 0o O cn v� (o me cc � Eo � @ O Q U io d W O O O y F- c a) cn = N LU 3 a a) a> (n Z (n m J (� p (`a ul � � m Em a� m - c c� � � J o< .. a✓ C > C w o3 0 O U m ++ Z Z � J J Oco U (7 S Z - CC Z CDD LL D ❑._L� M d LU mm m LL a a y d O a Oi Oi U WHO cn� W p - H Z CO (O (D (D fD (D (D (D C7 yam.C a Zco x co u 0 0 0 ui c c ui c c Lii c c ui c c ui c c iLi c c ui c c ui c c u o Z❑ F- 0 .0 H o 0 tQ OR HQ o 0 HQ o rn HQ P HQ o m CQ OR rn U D U 7 U 7 U D U 3 7 U D U 7 O W cp W cp wm cp wM cp Woo cp w� c0 LU cp W(n cp F- l- o - I-CD F- o- Ham- F- 0 F-�- ~a o 00 Pc ❑® o-6C7® off❑® o -'❑® o ❑® o �❑® o�'❑® LU�. C)U-) ODS OD o) (DN C)r 00(n �tN N Z W I- Lf) OD r- (.D r. 000 0 0 7 (n (n v o th0 m(fD � NN Mt co 00 (o UD n co O 2 hN CP D) U)T T(V M C?M O N 7 M N _ 00 co (D(D OD co (O cD Cl)Cl) (')r- N N d MM *It I•? (n Ln a1� 00 co �V (VN JZ (D co (n m CO c0 M M N N c0 c0 co(D OD OD w 4 (n(n 00c0 c0 CO 00 CO0 CZ) U7 6 6 (n 6 6C)CD (n V7 ALL. NN tt.It 7s? V �t LLL. [1LL dLL dLL. dLL dLL <L LL dLL C o a 0 0 0 0 @ cu U U U U 2>1 n m w w w w m m m to (n O 1+ _ V U U 0 om 0 N +. Y J Z a� rn m U U m m m o c Lu w U O U N CO cc ca N (U Z N a(n C C J C Z C C C c Z(am o o a o o o V o v 0 Y v a }wa y U U Z U V >Cl)CN0ZJ°'U Z U O °'U U °' o ap C1Xt�m V LO W rim wN m '� a(0wHLLU W U' }o W Z >LU UW O: U n.� " LL W�❑ Z o❑ m C> �m O IMJ2 m Z W�m YQ m F- m c LL rn- UD- ZEN❑ z ❑ SHO❑ Yo0 U O❑ WO ❑ u 2a O a�� zWw� 00(c Z QQ� yr�U� Yp� ❑ZU� Z w i c O V tCpQ� a>Q� IxafD Y NU� z �- u�� Vp� wov) w(_n co - U w i-�n UQU� Ja,g v 0co20(nU2 RLU F'ZU� yvi(pU �� `No m } wb Wmm� ZOC-�� ��OoV} Z � � F-U� �ZZZb �:. z _ o� U J(n(n m W W Q d W❑ X; N H 3: N � � =z0 5 0x0( 2 WwCC� m j0 t x2l- u � v uo< u 0H 2 u UN (D m U( ^> @ aQa }a Qp�� as W SOU (OJ W LL (o V�Q W 5=LL N W C')LL ++ ycc00 0 Q �� o �000=' o Wo=' o >O �p oQNZQ o QUO o J �ZQ o Qa� Q '^ oN0` U JNU Hrn�C.) ��C:�U GU -JUcn U)L) MLNZU aM()U m (n i.i w U((D 7- E r a3 0 w 4t co X a ci m o m c� W (o > o 0 O x N N E Z O C O 9 0 WO �CC O o � c oma_ co 0_ Z z -�Q :2 0i6 y �_ � ON N (6 l_ (a C V � ,� r E . E . = O `� W 6 p O Q 0 0 c'� ZO m` a) a`) a) a) a a) w o c U c m .o c LL,- - E E mm E E 0 a) m Z = 3.c O n c O Z) U 0 F- Z z c � z z � �N J o a mom, a o `9E a) s O O y . 2 M C 2 ate+ ~ � � C O F— LL V (p 0 N U U y 0 U U CD Qjo O CU O J W-0 v1 C C U c C N U U O O E (0 O O a) as E a) J — :3 0 m ai uUi c N _y (D c c 0Z On .- �' O O Jo U- C� 0.-2N CCC m co CD m G m O LL 0 °1a pa (� wm o WEU U Ua U U U U w 0« Z C7 m (a m m (D (D (D U o a Z M M M M M M M G O 0)CM 0)CD 0)CM 0)0) O7 0) 01 0) Q1 O 75 W O L) O O L11 c c Lit c c 111 c c LLI c c LLI c c W c c LLI c c V c OF � �'�'o ��'E'o ��'� 'o ��'�'o ��'E'o 2�'�'o � �'E'0 o ? � CC cm o �' ~a cci CQ ° 0 TQ ° 0 P v m 1-Q m HQ o O LU to c0 Wti c0 LU r.- c0 Wao c0 Woo c0 Wrn c0 LU -,t c0 �= F- •-- H.-- F-.- - F-�- F-�- Ham- F- T ~a° o �❑® o�EIS off❑® off❑® OFOZoff❑® o -❑® W N rf 00 O O rt CO O CO M O) Z W. LO Ln N Cl) O O (O V 00 OD M O) (!) Mm O O OD 00 Co(O co M I-CD am m Om . .0)m1?C? C0 00 I?M M LC) 0 C7 N N r coCl) 0 0 V 00 00 d MM NN NN 1*V MM NN LO Ln W Z MM co 00 0000 NN MM 0?op �ti J Lh Ln 6 Lf) 6 in L6 L! LO in LO Lf) O O W . F-LL V V 7R 7 � R7 V� V 'R tO In dLL dLL CL LL 0-LL dLL a.LL 0-LL U U U U U U' O (` 19 (` (6 16 @ a C C C C C C o U U U U U U d v W w W W. w W is m m m m m O m CD C 0 O 0 .0 0 m 0 U cm 00 CD F- C, y J N N Q N Y J 8) U 6 V O] 61 Ql >O C .� W 2 W U •r ` v v ` N m N U ~ C) Z O V Z V 0 N LL;N J O N (=N N — N 0 (` Qy � c Wr c (o c c � Zy 0) o• �m o C70m o 0 0 o �rn o F-N� o v o _d }Wd U zQ0 ZWQU V� oCO U WF- L) Z>dU ZwQU U Qo m m 0 rn Y>Um LLO�m ZWUm OmUm O�Um Pm n a0 " 0 ZQOO U¢OO LLzOO OxOD F-WOO V�Oa coo m �Q0 YZUg �WU a-Q- 0 - 0- V�U� NU)U- Z� o O U UOT F—U) FW-QU� 00(n . =0SO WzCIO� O� ao V W 2 �CoU2 NLu zLuU� ZU02 Fi�U� �2U2 oOUg Ug W Q� z�Q� OJF_v QZZ� rZ � a(l1Q� W� QC9� a) 00� m yto Fes- 2 Zm _- 0 = UN m Fll m �ZLL m C�rLL n) C1LO�2 O -)LL m U LL O LL U O cuZ) o o O°rQ o �Q o m �Q o LIQ o O�Q o =mQ o -3 o F0N0 U U C;)U) U)L) 0.co co0 UM(AU W r (n0 �NCnU W U V U r.00 LU E 0 (h LLJ O N M 7 to 0 �t 0 L c o o p m d U[0� m O o »- 0 0 .(C O O O L (h E z m _ a) 't O O C C j M Cy CDrr ED IL 0 -0 C Z Z - Q M �_ � o xo Co 3 (0 C G' a) E .0 c -O ': 2 d W _ CC6 C N O 0 c co � m m N E CO3 �c p m LL o c :3 CD -- wu•- O mLL 0 p 0 c zHx 'zE` O 0 cm OC ;;c oc U) cc He u, m o OQ LL 1` R d W d ca (n - O a a) U w 2 3 w .2 C xO a) a) U E a) cn JH � w c = 0 c Eca cot a) �) a) a Oz Op > . c = ? a`) x . a) CJ m Q " Z > E Z J OU J L cu LL N LL 0.2m w CC ED U)m LLJ LL H 4p Q O w C w(' U wM O 0 w Z CO (O w O w co co (O W p Q Z M co M M M M M Cl) 0 O O O) o)O) o)(M O tm 0 M O)m M a) O)O) w O U O O W c c W c c W c c W c c W c c W c c W c c W c c U c � o E o � E o E o E (Om E o E o ° g QprnQOoQo0OrnQomQvo >w ow � O L) 0 0 0 ° uQv , LLJ( W(DcpW (ncp WDcp Np p p in - H(O- F- (n - 1- to- F-LO H (n— `-a° o�❑® oc❑N offEl off❑® -6 ON o6❑® a6❑N o6❑® W O(!j (O(D �T.O N_N O N N cls LO N O O Z W 0) r co N h LO M lO l0 N I- 0 _CO V O 0n 00N OM MM Rco C) m MD1 C?C? 7 (D CD MQ) I? L? � T �O �O a. OO00 0)CD h(O MN IhN NN MM W Z r- r-_ a)r- (")(•) D) 00 00 0� NN co 00 NN NN (OM 0 (D n � NN nll W o0 00 00 00 00 00 00 00 �- '- LL In(n In(n In In Ln In n Ln in n (n U) n LO d lL d iL ail_ d iL d iL d LL d iL d LL _ W O d O O O o a U U U d w w w 76 A m m m m CO o D O n a) (0 O00 @ o N •O. s J m H O) O) m m Z m 01 O W U U U U U U U s Q U Z U c m m m m ! N (o > (D U a) m QN d m o Z c c c aw c N c = � Mc0 c. ° Z O o 0 0 0 0 0 0 z o CL }wa TO mwn0 tU F' U ° U O U �W °OUY U It ° aim am ZQvm Cm a om O�{m Y (�nm ~ V 0)m (im o ao .. u1Up WzCD rnU N� aO U}-p UU)-tU F- > QpY (n0 o. Oac� QOM �WV C9¢ ¢ z� m OQo� °'� awoQw ao U F-N2 H�}g Z � U� WppU2 Y� U� �u U� aN0E- W <� c� m Qw a Qw~� VQ,Z a ~Up a U0in a >-L)0 0 ��> Q � ONZv °q $ �0 a) U a X00 q? W Z ° ��z ° �Q� ° VoJQOf ° LLXW +� ° CO R W QC�LL �v OC�Z ° w0'� o 0) < 0-j caPmQc Oa7>Qc QQ�mcQoo ° (C� m Zpz c W NO C dmU C ��Y c Up`1 C OMY C O W NO C _,i -n c y�00 O 2 Q V Q O JMZ O N— O QOQ O eco O (,)0)Q'0 =d)f)J O W 0H- O oN0` U LLN(nU UcMU QC,4 U U0U () M00 W(N L) F�u)Nw U 0d G2U U L) (6 m w @ (D f� W m O N (h O C O 0 L N, N N N C m a U'm 0 m (D ED �> o i0 O U O d V ?r EZ cu O m CM y a� W N a' O O X -0 Q '0 U Ccu C F- U O -O 'Z7 Z z� c Ofn O W � - c� Y O Z rn 0 o m LL .J CO 0 C N 0 (D c = WFLY- yC L := O cO p > fl D Z O wN ~ E >,L O (0,2 0 a) z LL mQ U) Q OQ U)V) wQ N (n N y yH 70 .0 m >, CD LUL 41 U W-0Q)Q) N N V O d 5 (n m 0) ` J y w m c E c E m a) E p m J — �mQm � c o = o � � o (n �t O z O C Z Z J OU C C LL D 0._t w - m U)m m m 4,LL O U) U) a)a 0a w U p o b Z 0 m m co cc co (o (DCY w C Q- Z Cl) M m LU C U 0 00 L i m 0) 111 m m LL 0)°) LLI 0)0) LL 0)m Lii o)°) LL 03 0) LL m m .0.0 ? D �Q ° �Q ° Ca ° P � E5 2 Q ° m HQ ° m \Q ° R L-Q ° m H-Q OR U 3 U m U 7 U U 7 U 7 - U 7 - U 7 3 O wc) c0 W CD c0 wm c0 LL10 c0 w� c0 wM c0 W(p c0 W ti c0 �- I-o- F-C) Ho- Ham- F- E F-.- - CL d W LO N Ln O) 00 LC) N O 0 Ln O CO m m Z W hM 00 ON m0 000 Com 0)Lr) m0 0Cl) 0 N Oh M 0000 O0COCC)00 X00 0� Ln LC) LlLl MM 17O MN 00N 79 _D LO LO LO MM L()LTJ MLf-) ON L-Il_ 0m IL LO 0o c0 00 rn MM Nm ON r- n JZ roto OD 00 0000 NN SCO MLO M� W O_O 00 00 C3)a) mm 60 r-t- eFv M M Cl)Cl) Ln Ln LO LO LO Lo O O LL l!') LO Ln Ln LO Ln Lo Ln L!) Lo LO �� a-LL 0- U. a- U- a-LL CL U- CL U- 0-U- LLLL CU U o m m m U C C C O 0) d O 'y ° m o a U - = 0 a N L O LL U w L (6 ate+ U m m T m U (U C N U p N C p N cn O C Y C L m U O U C. L co _ 6 U 3 UCD En CD U) Cl) N :; co O O) m } W m rn rn m rn o c � QQ O Z W C v v a a v Z J N u H Z m (n m m U � m j m a L` c c 0 c c c Q.._. Z rn ° Z to 9) Y N o U o U w o o w o LO o a Ln o Z o 11 W a V w�U Z U Ur Z U H U p U m NU m 00U W QU O Z� V 7U�w W Z_Lu w Z w (n W W °')W a a W L)L) QO Wm Z Mm > .m O(.Nm ppm co 0m mm Z } m ao I-��p 0 00 V' <c) 2h� �Omp F Qp U} QO O �p p Q 'O N.Q W (7 Z r M O N a U W Q U J C O V wU� >U)m� aWLOn)� wm� Lu tY �w� E-� }� > �Q � >o w V W ZQU W pU LL U) U~ U� �HQ� Fw (MVJ �2 ~� W �>� �� o m 002 WQZ Q) yQU(D Zw0 a) mw< ci) Z �> UQU� J OD oC � . OmQ v y W v Q� -7Z > Q W XU` Z�Z .- Q X< a) UN (L w V a =Zp m Qw0 m m> � m V>J m tA0? Lo Oaf Ca m 0Z m mem c moo c 0Lnm c aNV c �Nw c Z�� c � 00� c v�� c OVmp c co ° CO o �� o �2 0 ow o Oo- o -1Oa O Vr.5 o -1ZOO ° ONS U Qco �NQU �mUU � rl- �v>U W d(n0 QL-)U)U 0 IL LL Uti a0 a. N OcM w m CN N N N N N O� m O amp L W O 3 (` a 0 m 0 m (D .' > a �; o o . R O O c Y LO C O 0 Z N CMO m O c W O O cu O 'O O cu d = L Z Z -c Q L.� L E ' O � c c E _ c Ur ° ' ` o o _ Q N W (6 y0 N O O z U 0 CN co a, N (D a) O ,� Y C J W V G LL C cp 0)p �. p�.O. w OU c0 O a) `° as E m .0 a) a) Co U O Ow C -j U O L -O 0) c U) 0C 0) cc �-- - LL(2 R N a) C _ ,� cC (A O O C O Q fn N y d � C � N}..- ? N O J (� � " `U) cuma) a) m Ea Em m Em d ° J — O °ad EE' E arca� cc `mE O Z U m a a) O c C O a) a) c •+ C� C ++ LL o — U J .0 J S J J U C -E- LL LL D .2.2 N MM CC m U) 0 W G m p LL U) U) C J O U) (a MJ ~ CD O a V w O C9 V W n p woo Q m c0 c0 cc co c0 cc O; C Q z Z M M M M M M M m w c o p m p a)0) 0)0)0) m rn m m 0)0)0) m 0) CMCD W- 00 00 LLI c c w c c iu. c c iL! c c 111 c c LLi c c L c c .U.0 Z� �Q Op HQ U 0 `Q 8 .0 HQ OP ` Q O rn HQ O o� F Q 0 .0 �.2 O w.I c0 w- a W:p c0 WM c0 W-t c0 Wco c0 W� c0 N— I— Cl)— I—M— H M — M— ° or❑Z or❑Z o�❑Z o;-:[IN o ❑Z o ❑Z o�❑Z W OCD MCD O00 N0 r-co LOO N00 Z W00 0 N co M N(O O (O Cl) O m 7—. O r 7 N N I O— N N CL CD a7 hN (O0 N(, 44 NN L6 L6 . � IT ui(O NN MN MM 00 W Z U')LO �ti O CD et 19 19 CD CD O O J ob 0p (o(n (o LO LO LO 0 N Lo Lo N Lo W LON NN NN NN NN NN NN LL 0 0 c o 0 0 O O O O O O O O 0 0 LLL LLL LLL LLL LLL LLL LLL � UU U U O .(c W (9 c0 a) y C c C G a a U U U U L w W W W w m m m m cn O y O 'L dl 3 V U rL 2 co CD to O Z > Z M YJ W o c C7) w O O V O O O N ._ U J N Z p W C C v Q v Z v v V m U o C9� m� mV ca m (a p m (o M m a Q(n — Z W W Q cZ_ c j c c F- c c �' ON S L >.LU W�J�UQ UW U U U UZ LItU p ZQ 0 Z Z<OU Wm U O W G W W W N W O W Q W a aCt .. QOWp O W cnp_ W coo_ 0 � v0_ v0_ V zU0_ �a ° Z"zp� � Q° o�j. �� o �� z Q� z >J ;oo cQi w wLmuWa� a�V2 MZQM zg L) °)� u)(m p Q=g m QQ��-o =m= .a Z,QUj a-6 p (NnU� > ��� NW_jZ"o c� wwOJ mV - U m Qom} m a � xZ d. �x0 WVJq UN w �O�W m � �O c0 V mJ N U) m 2O0 N SOU N LL >mQ @ mp m U� oF' cP �H c Cf)y � c C9mL c YcoZ c OItmW c NCOao O U Np OZ (nZ o W p�Q o o W O� o U00 0 W cOJ o � 0NR U Q� T�AUQNQU U'MOU 0 JLmU 2LUU ILCO a- Ur 00 O C L co M Cl) M M M M D O N a UmOm' C� m 0 �> c o � ° o m c a> d z �, m LU y 0 a U Z z O •`• W x O a16i v1 v, a 0 0a z . J w u a OU o LL D z H : w 0 L) O y U) ` - 0 0 C O �— LL" °' W o a) s Q W'O d 3 y D: y C JU 0w " � g Orw � c c Z (n LL D o._tN — mC13.2 W m °'LL m � O y F- 0(L p Q U w c LU o .. �z m CD m W C O Q Z ch M c� 7-3 O U 0 0� LLI c cf W CM c = W �� G 0O Z ? � o � �_� E2) p2 � � ¢ CQ8 Q8 3 O wr_. c0 W co �O wrn �O ~a° o ;z ❑® ZW MM ON It Cl) 0 -T , Om 00 (D CD rnm _ i i CL WZ NN � MM J Uj U'7 Ln U) m 6 W F"LL mm, Nm 0)CT) aLi: aii aLL o m y d c o a v a w m f6 c O m m ° U w o co0 C) y N s J rn m m O C V o Z Z Qy - Z ~ d Z W a Z U It U J -0 ZDV .. Ywo-m O LO I¢-�Q a a) �a C F=�-J�- Z �o_ W ZJO o 0 v QQa UZ>m W O.�V� P(Bw CD W 0=Z� co V m W W O `QN O v ID �O �. UN ° w W (aF tc6 Q0XM WOZ � m m + mw N too co p cd O Q O> O U. < O o N U G 2 U m a J U W V.J U LU @ 0 D t Cl) c 0 c N b a v"mom c� . Exhibit VIII (Recruitment Letter w/Fax Log) z:GFE Dividers Exhibit VIIIGraham Contractors Inc PO Box 26770 San Jose,CA 95159 Fac To: Contra Costa County Affirmative Action Office 651 Pine Street Martinez,CA 94553 From: Douglas Eldridge Fax: 19256461353 Phone: 916.444.7618 Pages: 1 Fax: 916.444.7731 Date: 2/29/08 Re: MBE WBE DBE SBE LBE DVBE OBE Assistance Note: Please Respond by ASAP! ❑Urgent ❑ For Review ❑Please Comment X Please Reply ❑Please Recycle In order to satisfy the Contra Costa Counties MBE/WBE/DBE/SBE/LBE/DVBE/OBE vendor requirements,our company is asking your organization to provide assistance(a list)in locating MBE/WBE/DBE/SBE/LBE/DVBE/OBE Business's. We are currently bidding on various bids including: Contra Costa County,Dept of Public Works,2008 Slurry Seal Project, Bid#0672-6U2849-08,Due 3/18/08. We are currently looking for MBE/WBE/DBE/SBE/LBE/DVBE/OBEs,including subcontractors&suppliers,who can provide the following to help us complete the bid requirement. We are interested in subcontractors and/or suppliers of Traffic Control,Message Sign Boards,Construction Area Signs, Water Pollution Control Plan,Freight,•Aggregate,Striping&Striping Removal,Street Sweeping(NAICS#'s 561990,541620, 484220,423320,237310,561790). We shall appreciate your response as soon as possible to allow us time to complete the bidding process. Please send response to Douglas Eldridge by fax at 916.444.7731. We look forward to hearing from you. Douglas Eldridge V i , O , 0 I N Q � , LL y Q L y C U m Y 0 Q o m Oco U E > v o @ y .0 co O : U U c v m U a U Cc?) M M N ZV) w V co Q m N0 0 0 LnO N a r m 0 z "- C7 a a a a a in CO .N o j o 0 0 0 o i m co to co m w co 0o w co 0 0 0 0 0 0 0 0 0 0 . N NN N N a) m W • d N N N N N , a O U v CM y u p i p o -aro ZE N U @ p a`) Q y _ � 5 @ 06 @ cuj E @ T O -. @ E @ LL = E Z (n [D (n U Q . a a v j C C C C C C @ cn co (n co U) CL x x x x x T @ @ @ @ 1 F- LL LL LL LL@ LL.I d N N N d N N N N ' EE EEE 0 0 0 0, 0 _cn U ..0 U-0-0 . Exhibit IX .(Quotes Received) z-GPE Di%ido s 3/17/2008 11:10 AM FROM: Fax TO: 293-3633 PAGE: 001 OF 001 REED & REED & GRAHAM, INC. (800) 446-2560 GRAHAM P.O. Box 5940 (408) 287-1400 INC. San Jose, CA 95150 Fax (408) 294-3696 ASPHALT EMULSIONS (� Q C LIQUID ASPHALT To. Grallam Contractors Project. 2008 Slurry Seal TRANSPORTATION d• SPREADING SERVICES Atui: Che Corlett/Dave Graham Agency:.Contra Costa • PA VEN EN'T SEALERS Phone # (408.) 293-9516 Customer Job # GRACKFHLER HU1 PER ADHESR,E Fax # (408) 293-3633 Bid Date: Quote 4 LOOPFMIMZ. VE ARE PLEASED TO SUBMIT TI3E FOLLOWING QIUOTATION FOR: Quantity Description QUOTE MATERIAL TO BE AS "DELIVERED TO STORAGE" NEEDED 582 TON PRODUCT: LMCQS-1H - , PER TON FREIGHT: Based on 24 Ton PER TON Minimum Load—408.00 Min. Fee UNLOADING TIME: ON JOB AFTER PER HOUR 1 HOURS PUMPING: IF REQUIRED $ N/C PER LOAD Above price is based an the current price of liquid asphalt and is subject to change based on the price gfliquid asphalt at the time the job is to be done. Terms are NET 30 days. Prices DO NOT include applicable taxes. Bid price is firm thru 4-17-08 with Shell's posted price of AC not to exceed per ton If product is ordered in smaller quantities,additional charges may apply. At time of job,a fuel surcharge may apply based on a change of economic conditions. F.O.B. plant Product supply subject to availability.of raw materials 2.4 time of construction. Date: 3-17-08 Date: quoted By: Rick Best Accepted B Title: Sales Title: Signature: Signature: a kbidboard 1 . 800. 4795 3/11/2008 5 : 44 PAGE 001/001 Fax Server ®ta® OV )ate: 3/11/2008 2:02:59 PM -rom: Logans Marketing Seat 3, Nicole Watkins subject: MBE/DVBE/.SBE AGGREAGTE SUPPLIER ro: Iris Galdamez.- Graham Contractors Inc. ,ax: (408)293-3633 'hone: (408)293-9516 'rooiect Information: 'roject Name: Pavement Rehabilitation 2007/2008 -Gas Tax and Measure B ' 'roject#: 5135 & 5165 ,ocation: Ve are an MBE/DVBE/SBE aggregate supplier an can quote you on this project'. If possible forward .iaterial take offs a.s.a.p. haiilcs Alis Logans 19-233-3767 19-233-3768 fax �HERA@PACBELL.NET e ■x11:54 MAR 17, 2008 F0X HO:. 510-656—E397 455673 PHGE: 1/1 ■ ■ i■i • Chrisp Company 43650 Osgood Rd Contractors License No.374600 Fremont CA 94539-5631 A"General Engineering Phone(510)656-2840 Fax(510)656-2397 C-13 Fence,Wire,wood C-32 Highway Improvement Quotation Union Contractor/No minority Status TO: Firm: Current Date 3/18/2008 Address Bid Date/Time 3/18/2008 Job Name 2008 SLURRY SEAL PROJECT Contact City CONTRA COSTA COUNTY Phone Contract NO. Fax Working Days CELL Liquidated Damages ITEM NO. DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 2 REMOVE TRAFFIC STRIPING AND MARKINGS 7155 SF $0.60 $4,293.00 18 THERMOPLASTIC STRIPE(4"WHITE) 653 LF $1.00 $653.00 19 THERMOPLASTIC STRIPE(12"WHITE) 10597 LF $2.75 $29,1413:5 20 THERMOPLASTIC STRIPE(12"YELLOW) 3031 LF $2.75 $8,335.2:5 21 THERMOPLASTIC STRIPE(DETAIL 1) 10957 LF $0.40 $4,382.80 22 THERMOPLASTIC STRIPE(DETAIL 2) 4751 LF $0.50 $2,375.50 23 THERMOPLASTIC STRIPE(DETAIL 4) 277 LF $0.50 $138,50 24 THERMOPLASTIC STRIPE(DETAIL 9) 539 LF $0.50 $269.50 25 THERMOPLASTIC STRIPE(DETAIL 11) 2135 LF $0.50 $1,067.50 26 THERMOPLASTIC STRIPE(DETAIL 21) .93 LF $1.50 $139.50 27 THERMOPLASTIC STRIPE(DETAIL 22) 16235 LF $1.50 $2.4,352.50 26 THERMOPLASTIC STRIPE(DETAIL 24) 152 LF $0.50 $76.00 29 THERMOPLASTIC STRIPE(DETAIL 27) 159 LF $0.50 $79.50 30 THERMOPLASTIC STRIPE(DETAIL 27B) 5256 LF $0.50 $2,628.00 31 THERMOPLASTIC STRIPE(DETAIL 38A) 823 LF $1.20 $987.60 32 THERMOPLASTIC PAVEMENT MARKING 7745 SF $3.25 $25,171.2:5 NO ITEM PREPARE ASBUILT STRIPING PLAN 1 SUM $1,250.00 $1,250.00 NO ITEM INSTALL BLUE FIRE HYDRANT MARKERS AS PER PAGE 25 1 SUM $975.00 $975.00 OF SPECIFICATIONS NOTE 1 1 MOVE-IN FOR REMOVAL WORK 7'6 1 MOVE-IN FOR STRIPING WORK �j 5 f ALL EXISTING PAVEMENT MARKER REMOVAL IS EXCLUDED TO BE DONE BY OTHERS Written Authorization Is Required Prior To Proceeding With Work TOTAL ACCEPTED BY: P.O Number TITLE: Job Number COMMENTS AND EXCLUSIONS: Bond Rate 1.5% ADDENDUMS NOTED Chrisp Company reserves the right to withdraw proposal if written acceptance is ni)t received within 30 days of bid date After receiving contract 10 working days written notice required prior to schd'duling of work Additional Move-Ins $1550.00 EA ALL MOVE-INS TO BE IN WRITING SEPARATELY Installation or removal of temporary delineation Changeable Message board if required to be provided by General Contractor 1br Chrisp Co.Use at no Charge to Chrisp Co. Removal Of Temporary Tabs for lane line and centerline O V QUOTE PREPARED BY DAVID MORRIS Included in Item Unit Prices. CHRISP COMPANY 100■f008 09:56 510 222 0972 Paye U4 ■E: ■■ y ■ ■ / Certified DVBE&SBE: DGS-0026473-exp,10-31-2008 License Number 777662 Certified.DBE&SMBE: CT-030497-exp. B-01-2008 1988 Broadway St Phone: (707) 557-7124 Vallejo, CA 94589 Fax : (707) 647-1291 Monday, March 17,2008 RE: Contract : Contra Costa County- Project # 0672-6U2849-08 2008 Slurry Seal Project Bid Date: March 18,2008 Iieln 4 Iteln Items bid individually Bid Price Code Temporary Traffic Control Labor And Equipment Included 2-Technicians Flagging, Or TICany shift $1,200.00 /811r.Minimum I-Technician $875.00 /81I1.Minimum Additional Technician $90.00/x,•. "See Note below - - Rental 1-Poi Changeable Message Sign: $1,400.00 'Additional$200 Dellvery&$200 Removal Charges Apply To Each Board. Per Mouth/ Per Board Notes: "ICS: 10-Working Days'Noticc requited for Tratlic ConU'ol System. PCMS:Placement and use of PCMS is the sole responsibility of Prime Contractor.Thomas&Pratt PCMS rental agreement must be executed prior to delivery of PCMS. Continued 1 03r1712003 09:56 510 222 0972 Paoe 2A 1. l s 41 T(4R GtbJ i� l: 461 � � M 11- E C2rtlfled DVBE&SBE: DGS-0026473-exp. 10-31-2008 License Number 777662 Certified DBE&SMBE: CT-030497-exp. 8-01-2008 y 1988 Broadway St. Phone: (707)557-7124 Vallejo, CA 94589 Fax: (707) 647-1291 Contra Costa Count37- Project # 0672-6U2849-08 2008 Slurry Seal Project TEMPORARY TRAFFIC CONTROL SERVICES: Includes delivery, set-up and removal of required traffic control devices and equipment(8 hour minimum call out). Devices and equipment includes 1-type II trailer mounted solar powered arrow board, up to 300-28 inch cones(sufficient for 2-3 mile closure), 5 type-III barricades, 12 advanced warning signs with stands,2 flashing beacons. Traffic Control Notes 1. Daily(Standard)Rate:Time starts @ placing cof first advanced warning sign and ends on removal of last warning sign.Exception-time starts whenever Prime requires traffic control technician and/or flagger to be present at a particular time and for any reason. This includes meetings. 2. Standard Rates apply to Traffic Control Techni.cian/flagger&pilot car operator as follow: a. Overtime applies after 8 hours of work and on Saturday:DAILY 111INI111UM/8 l 1.5=PER HOUR b. Double Time:applies on Sundays and State/Federal/Local Holidays. C. Light Tower rental:$100.00/1)er light tower,per shift. d. Additional Arrow Board:$100/shift. e. Pilot Car&Operator:$600.00/aloft+.25/per mile. f. Atlenualor Truck:$600.00/Shift,$1800.00i'Week,$6,000.00/Xiorrth+ 32/per mile. g. Additional signs over 12=$20.00 per sign per sluff. h. Additional Beacons over 2=$25.00 per stmt. i. Drive time will be charged at$20.00 per tech=per how-. J. Additional truck:$300.00 per shrift. k. Additional$500.00 per ramp closed while rrrairilirre closure is in place. Good luck, ... ....... . Eric Thomas Vice President 2 03117/2008 09:56 510 222 0972 Faye 314 DVBE CERTIFICATION: EXPIRES 10-31-2006 at[. ;ii°i'iaT! ;�91-It .}..'.,T 1-. -.6 r6- P ROC U REM ENT Of VIS" 10 "A GXt'I to!Ia'.:r:l T--h :t S 14 knew�i - r,��. f 3 k n .. •,:. .4'i"a.�+kus-:'f_"�Sr11S..,,;.s,i..tii-:_,.�c�ti5$;. ,','...f,.�.,r:^` 9 - i•.i".iia ll'�.','i ",rSrtF':., +2'•t�t-r:s�:°1a ,:'i '+1., • a ra .s;=: .;}ri..,t�,:t.,a ( r' t . ..n ,., ,,`tA, y ..,: .. f w.. . 1:.`ir 4Y1. ,k.». ..•,�.a,. .`� :11.: ri lll. .t.'v R'' I { � �..ir`,,_ fit: a.;�1!. Vow 1"y('o.,,.M 0 5M.-,1 caeil.R.-9 ycv..i Ii•3 a. 16.1.':^tll. z 1 S:'.k,MCI - n.. PMR, ...,: R,.v ll,MN , tow tl if;,._. i,Jen t i i Atom.? on, AY VAN NI,t 141rir;;gr �'i Sl7tw.<di.111�;; :�,t';;St>7� :S""••P':.i�=lt.rl It(;'«rl.:t(�1fS1 t a -, j'.;i .f,... t.:l!1 '_!'.;i' K.1?P-x! pv•. .::, t f 4.% ...1.n:':can eie-,.1 !.Askswarw t- r ?;vo._.s. ...:, .«:.' t r e ;lt 1,.(.4+S.c �,.•..°.�' "�' - ��t i, ,If.11.. .1.111 it';..•�;t .wr:1 .( :1. - 1 ... .i,.'��. il:':'i ita� :7r"k Pt ��' t Y. .,.,.;1-,r$rYrf•fTl 1 1R "r 91( '11 t3 ,�' � r. ' -r..., .,.. . ..., •. ;;ra_ ':^;1 Y L.til. ,.v., _!i !... .••.in•'t #,�. ! f I +t i.. 1 {:'t',-5•.win 1, -,.Itt i,� xf.l_.- 'r C ...'�.-. !i.Y.4 Ilax..a l#:{ 'rt'. t 1..'11, a S -.!. . f w t t=' .v woos ,ti,r"saw.00 1 .i AID o' .a . -J� W . .i,''ai<9:;:�p I M lY'.( .,i..� . . (agp,,.!W t.i}. rj-..t. .. T ,;1 ar Yom OA ; .: t1slid{ , 11 :i,t,. Ir ^ ,Y:. :':-;tH .x:�i 1U!; 14h ;;a. I4 t '.1 tt H Y POur 1bun _.a Rai ..7h_;3:3>?.q 4,:Hit'.i-MI.-:::.�y,;<;i�.;ls.w!.al! _ :Iti;•'r<ii,- � .. f'C . y't!r 0;;a4rAl C*9.F e0 Firm Profs°M . u', •S^.dls{'P;; a en.. t^ Dom;F, lG,.q Itr t. (,E'i.:i�3j !.1 kb;'t,iY <..�FL°I:vat rIL-, d A ir,T.y r ,fP: t 11 '' ,5 t! �•II i5, , .. f :6wOne W VOW swyanydyl 7If 1�t t �'• ; .'.': i;:..?:!(1°d<a{:IIr�'."�•''::.��I.it+.y�,fi�Ei=EY94�'y`:?a. 3 03!M-'C-08 09:56 510 333 091-2 Faye 4!4 SIC Codes . .. .... Odic f S iail �sia and USE Cevirldt;U . . .. . ...... . ... . RG*r 002'4 3 T���i;�AS.&PR�'i�`1LIP'RA'AY0 E���'LiY`SER'i�IC�Silil� D+� �G�� .. 3'V��ARP Cv�'4 ��e . . . . 7 . Sndartr;ctstllasicf90 ( dC ode(s Ce f 7 A rov 1 A aftenf `feu se'cxted too follo4�rkn St ne rd I��do rial Cl sslrkcat�d�.(SlC)cedes d.r�n?or p.n.c�CtO�'s I;�c��;���c,ssr�w U, . -desc baycirfirm's busnass ' crsf u eo en s V clusseiied 5y f� i� al�3t is co ra c s�icens .1 s xItatFo i(s . toot .. .... . . Std ode . S3C Code Descriofiotl It�(uSiTtf ... .. . T ., In ?n �';`'I �T1�J s SSUU�.Joi,o...�; I. illul�i r�bol�nt :lor =�2 p �'I�IQ ��d Hilowky 1 : �c'!erri°nf .... D, S Gn insla,a NO1���ANUFAMRER . ;5035 InsPil 5�J a ':iES ne t eas5`PIC 3 vrn 13x9uierietrf rnfa; ieasir ,r. c ��qq((77 fir},!� n. `/�� ��5[ ��}t p'���yyy}fq' �y .: .'R 449 Bu8ii IWss.V�11s ut inmo f, e. .... '.:. Y ■��w1AR-18-2008 06:23 CSS JNL P.01i01 f■ 3489 LUYUNG DRIVE• RANCHO CORDOVA, CA 95742 BUS: (916) 635-5175 FAX: (916) 631-9427 CALIFORNIA LIC 9403896 CLASS C32 NEVADA LIC 60039313 HAWAII LLC 9C-11288 OREGON LIC 6118214 QUOTATION A'1-I'N: ESTIM.aTING DEPT. PROJECT: CONTRA COSTA COUNTY 2008 SLURRY SEAL PROJECT RID DATE S TIME,; TUESDAY,MARCH 18TH,2008,AT 2:00 PM THIS TRANSMISSION CONSISTS OF 1 PAGE. IF THE TRANSMISSION IS NOT LEGIBLE: PLEASE CONTACT OUR OFFICE A7'THE ABOVE.NUMBER. THANK YOU Dan Sinnee ITEM QUANTITY DESCRIPTION UNIT PRICE TOTAL #2 7155 SF REMOVE TRAFFIC STRIPING AND MARKINGS b 4.00 SF S 28,62U.00 918 653 LF THERMOPLASTIC STRIPE,(4"WHITE) $ 0.30 LF S 195.90 #19 10597 LF THERMOPLASTIC STRIPE(12"WHITE) $ 3.00 LF S. 31,791.00 920 303). LF THERMOPLASTIC STRIPE(12"YEL.LOW) 5 3.00 LF 5 9,093.00 621 10957 LF THERMOPLASTIC STRIPE(DETAIL]) S 0.60 1.F 5 6,574.20 #22 4751 LF THERMOPLASTIC STRIPE(DETAIL 2) S 0.60 LF S 2.850.60 123 277 LF THERMOPI..ASTIC STRIPE(DETAIL 4) S 1.00 LF 5 277.00 624 539 LF THERMOPLASTIC STRIPE(DETAIL 9) 5 0.60 LF S 323.40 "25 2135 LF TIiERf170PI,ASTIC STRIPE(DETAIL 11) $ 0.60 LF S 1,281.00 X26 93 LF THERMOPLASTIC STRIPE,(DETAIL 21) 5 0.70 LF S 65.10 927 16235 LF THERMOPLASTIC STRIPE(OPTAIL 22) 5 0.80 LF S 12,958.00 428 152 LF THERMOPLASTIC STRIPE(DETAIL 24) 5 0.60 LF S 91.20 429 159 LF THERMOPLASTIC STRIPE(DETAIL 27) $ 0.70 LF S 11!.30 a31) 5256 LF THERMOPLASTIC STRIPE(DETAIL 270) S 0.60 LF S 3.153.60 431 823 1:F'rFIERMOPLASTIC STRIPE(DETAIL 38A) 5 0.80 LF S 658.40 432 774.5 SF THERMOPLASTIC PAVEMENT MARKING 5 3.00 SF S 23,235.00 TOTAL 5 121,308.70 SPECIAL PROVISIONS: ALL ITEMS OR NONE,UNLESS NEGOTIAT .D PRIOR TO BID TIME;. 91. 4-MOVE IN INCLUDED. P2. S 2000.00 EACII ADDITIONAL.MOVE IN. 93. TRAFFIC:CONTROL IS INCLUDED FOR ITEMS QUOTED ONLY. {14. CHANGEABLE MESSAGE BOARDS ARE NOT INCLUDED. 95. 10 WORKING DAYS NOTICE REQUIRED FOR SCHEDULING. 1•16. RETENTION IS DUE WITHIN 45 DAYS OF COMPLE'T'ION OF PROJECT. 97. NO BOND,BONDABLE AT,94%FIRST$100,060.00&.77% FOR OVER$100,000.()0. 98. UNION SIGNATORY. iy WAIVER OF SUBROGAI ION,CAN BE INCLUDED wt"fH THE ADDITIONAL PREMIUM BILLED'1 CONTRACTOR. Central Striping Sanvice,Inc.scarves the right to withdraw from this quotation if written acceptance is not received within 60 doy,of bid d;de. ACCEPTED BV:, M P.O.# .TOR 4 _ 5°• ATSSA AGC CALIFORNIA `rA rnr»nlnte pavement marking service" TIFEA 11181 SAIF LIVES TOTAL P.01 i�■■ Myr ■ � CONTRACT PROPOSAL._.. Date: 3/18/2008 ■ mom r''1 R A Proposal No.: 08-22647 Attn: Estimating Department Proposal By: Tom Rawlins _ Graham Contractors To F: 408-293-3633 Project: 2008 Slurry Seal Contra Costa County PrevaiiUme Wa e: YES A NON-UN1ION COMPANY Quantities Provided By: SSI ITEM QTY DESCRIPTION UNIT TOTAL 2 7,155 SF. Remove Traffic Striping and Markings 2.50 1.7,887.50 18 653 LF. Thermoplastic(4" White) 1.00 653.00 19 10,597 LF. Thennoplastic Stripe(12"White) 3.50 37,089.50 20 3,031 LF. Thennoplastic Stripg(12"Yellow) 3.50 10,608.50 21 10,957 LF. Thennoplastic Stripe(Detail 1) 0.38 4,163.66 22 4,751 LF. Thermoplastic Stripe(Detail 2) 0.38 1,805.38 23 277 LF. Thennoplastic Stripe(Detail 4) 0.51. 1.41.27 24 539 LF. Thermoplastic Stripe(Detail 9) 0.38 204.82 25 2,135 LF. Thennoplastic Stripe(Detail 11) 0.38 811.30 26 93 LF. Thermoplastic Stripe(Detail 21) 1.20 111.60 27 16,235 LF. Thennoplastic Stripe(Detail 22) 1.50 24,352.50 28 152 LF. Thennoplastic Stripe(Detail 24) 0.40 60.80 29 159 LF. Thennoplastic Stripe(Detail 27) 0.50 79.50 30. 51256 LF. Thennoplastic Stripe(Detail 27B) 0.40 2,102.40 31 823 LF. Thennoplastic Stripe(Detail 38A) 0.80 658.40 32 7,745 SF. Thennoplastic Pavement Marking 5.50 42,597.50 2 Mobilization to Jobsite Additional Mobilizations to Jobsite will be.$1,200.00 EA NOTE: This proposal EXCLUDES the f=ollowing item(s): A)Traffic Control Plan B) Slurry Seal After Removal C) Weekend Rates NOTE: This proposal INCLUDES the following item(s): A) Striping Removal B) Traffic Control For SSI Sierra Striping Inc. is NOT a Union Company. This proposal is sent with the understanding that Sierra Striping Inc.will not sign any labor agreements, one tirne agreements, or other contract with any union. Furthennore, if Sierra Striping Inc. is coaitracted for this project, it is with the agreement that the General Contractor assumes full responsibility if a Union dispute arises. If a Purchase Order or a Work Order is required please provide the number. TOTAL $143,327.63 ACCEPTANCE OF PROPOSAL: The above prices, specifications and provisions are satisfactory and are hereby accepted. Sierra is authorized to do the work specified. Payment will be due upon completion and/or receipt of invoice. By: ("Client'")Date of Acceptance: CONDITIONS AND GENERAL INFORMATION WILL BE ATTACHED IF THIS PROPOSAL EXCEEDS$1,000.00 6141 Angelo Court Loomis,Ca. 95650 Ph: 916-652-0430 Fax: 916-652-9592 Fed ID#68-0273364 CA Lic#651790 NV Lic#0044552 CA State SBE#11824 City of Sac SBE#S1 S5550000P www.sicirastiiping.com Exhibit X .(Letters of Intent to Perform) z:GFE Dividers 13 "i MAR. 1.9. 2008 9.03AM CHRISP COMPANY N0. 749 P.,• 2 ' Contnj.Costa County OUTREACH PROGRAM Affirmative Action office 6$1 Pine 3t xt Martinet CA 94553 (925)335-1045 Fax(925)646.1353 LETTER OF INTENT j TO PIcRFORMAS A - SUBCONTRACTOR/SUPPLIER/MANUFACTURER f TRUCIKERISUBCONSULTANT . s J Graham Coat:ract:ozvs, Ine. Name of Prime Coutractor - , 2008 Slurry Seal Name of Project 0672--02849-08 Project Number The undersigned is a(check one): _ Sole propnowsldp Corporation .: Limited Liability , Partnership _ Joint V=ture Check the following which may apply, 1 MBE . WBE SBE Ln _ Subcontractor ` Subconftctor _ Subpontmetor Subcontractor Supplier Supplier , Supplier „ Supplier i = bbnu&cW�r = Mmufam= lAwdactaer -.,. Mmufactmer Trucker ._. Tracker = Trucker Troclyrr Other Other_ _ Other Other i Desenbe Descnbe Desrnbo Describe None of the Above Apply The undersigned is prepared to perform, the follon%S described work in coffiection with the above project (specify in detail the particular work 'items or parts thereof to be performed). _TraMa 2_ 18-37 J 1=1 Amount Bid to Prime Contractor.S 106,00.0.00 G�-�-� l , Y t Ul/\ � t1�J • 1 3/19/08 Signature Position'Title Date MC)rA-S r Name of Person Completing this Form Chrisp Company 5L0-656--2840 Company Name - Phone Number 510-656-2397 Pax Number G:1i6tpDs��DaignlCTSpFrL1PRt)pOSa►I.11trintmtdoc Ruvhed Mcnive v3=0 11 , Z/Z d 6288 'ON W U010WN03 WHO 08S I BOOZ '61 -W oc,cn rnmmlann3_Ki_muia amfi ,a,cn Yv MM3 0 MAR.-19-C8 11:05AM FROM-Reed & Graham + 7-048 P.01101 f-943 now �• :: Cantza.Costa county OUTREACH PROGRAM Affirmative Action Office 651 Pine Street,Martinez, CA 94553 (925)335-1045 Fax(925)646-1353 LETTER OF INTENT 1 TO PERFORM AS A -•, SUBCONTRACTOR/SUPPLIER/MANUFACTURER/TRUCIER/SUBCONSULTANT d • Graham Cout'ra.ctars, Inc. Name of Prime Contractor f2008 Slurry Seal Name of Project .� 0672-,6V2849-08 Project Number . : The undersigned is a(check one): ._ Sole propriety wp Corporation Limited Liability , Partner ship Joint venture Check the following which may apply. i NZ$ W13E SBE _ Subcontractor Subcontractor _ Subcontractor Subcontractor' Supplier Supplier _ Supplier , Supplier Manufactu= Manufacturer Manufacturer _ Manufacturer Trucker _ Tmeker Trucker 7'rucker Other ^ tither odw Other Descn`he Describe Describe Describe .i None of the Above Apply: The undersigned is prepared to perform the following described work is com=ti= with the above project j (specify in detail. the particular work items or parts thereof to be performed): .Itams 5,a,11,1�i,17 Total Amount Bid to Prime Coatta-tar:S 290,000-00 �Q 3/19/08 i Signature 1 Position-Otle Date k vvs, 1�F1 ► 7't'� Name of Person Completing this Form Reed & Graham, Inc. 408--287-1400 Company Name phone Number, 408-294-3696 i Fax Number 0:1GtpDam\Design\MIIEC%PRDPOSAL'AubtmLdac Revised Weetive V312000 s } 11 Z 'd LE88 'ON W SW13V 1N00' WVHVH Wtl6S:6 8001 '6t VA ■i r 19 09 - 11 : 41a R L Ready Mix 2095325038 p• 1 ■ Env. tmtmcom c'bunti► ouTREACIH PROGRAM Active Action office 651 Pine sheep.,Adwd eg,CA 94653 (925)335-1045 Fac(925)646-1353 I�"dTFJ.t?CWINTENT + 70 PEI,VROM ASA SUBCONTRACTOR(SupmmR I wafflJFACTuRM/TRUCKMSUBCONSSULTA NT ..t Grahom Coaaractare, 'Inc. Name of Rime Cuohactor 2009-slurry Seal Nance of Project 0672-6U2849-08 projanNuomber The undersigned is a(obeclr ono): . 9 _ Sole proprie arship CWPaM*= T.inrw Liabffity _ Partneribip )moat vcutme Cbeckthe SollvwingwWch may apply. weer sen Lag _ Subcoutza r Subomwackw _ Subctmuscm , Suboontr2ct0r' Supplicr Supplier Suppuer _ 5uppsi ar Tzualoer Thmkcr• _ Truudair Tlud w Other _ Otbw Other _, 0*= • ? Descabe Desoto" Dcwxabe Muni e Now of the Ahmm Apply The uhdetsigued is prepared to pert•=dw lbIIowlmg dmwibed work in comatlau with the above prgwt (spacir in dctsll the pkdcdar waa'k heats or parts thereof to be perktmod): Items (all partial) 4,7,10,,13,16 - trucldug Total AnKmW Didty Cents wW.-S 74,000.00 3/-19/08 Sigoatvrz posit;&Title Bate -� Name Of Pencu Cvuwple#atg this Form Lebm:T Nae g 209-532-9705 i N commy . 209-531h-FA umber. jo:�xp�ti�r:ea�c2seac.-+eaueaa�ruat4r■eeeo F=Number P-Vbmd Fined-w3=00 Z/Z 'd HUM W SEODVEN0a SNVHtl89 WV65'8 SODI 'E 'M Documentation of Good Faith Effort Summary 1. Good Faith Effort Cover Letter (Exhibit 1) 2. Level of Anticipated Participation (Exhibit II) (0 pts) 3. Attended Pre-bid Meeting (Exhibit IV) (10 pts) 4. Sufficient Work Identified for Subcontractors (Exhibit V & VI) (13 pts) 5. Advertisement (Exhibit V) (9 pts) 6. Written Notices to Subcontractors, etc.. (Exhibit VI) (10 pts) 7. Follow-up on Initial Solicitation (Exhibit VII) (10 pts) 8. Plans, Specs & Requirements (Exhibit V & VI) (5 pts) 9. Letter Sent to Assistance Agencies (Exhibit VIII) (10 pts) 10.Negotiate in Good Faith (Exhibit IX) (26 pts) 11.Bonds, Lines of Credit & Insurance Exhibit V & VI (7 pts) z:GFE Dividus 2 Exhibit II (Level of Anticipated MSM) z:GFE Dividers 3 Level of Anticipated Participation And Mandatory Subcontracting Minimum Listed in Proposal The bidder is required to subcontract the following minimum percentage of it's bid: Mandatory Subcontracting Minimum 24% (MSM) Requirement z:GFE Dividus LL� 4 Exhibit III (List of Subcontractors Form) z:GFE Dividers o ►► o w U7 w M � L/ v M Cd IL cn b+ v v O w � p O O p •�" r�.+, �+3 ► U Ta.+ Vj i ¢ U r-Ln ++ Cil cn ON o ate'` rA •- ,o AjLn Aj U NC�) JwA co U � � v L CYS o tn o 0 0 J 0 PA C� 4 y ro {, V sL:4J �G b S U uNi G G a N u N bo A" U 14 U County of Contra Costa Department of Public Works List of Subcontractors Form LIST OF SUBCONTRACTOS/SUPPLIERS;/MANUFACTURERS/TRUCKERS FOR Graham Contracting Inc. (Name of Prime Contractor) (As required by Division B, Section 4, Paragraph©. Substitution of listed subcontractors: See Division F, Section 6, Paragraph E.) Business Name Address Items of Portions• Dollar Amount of of items of work subcontracts of MSM Compliance See attached list Note: This form must be completed as part of a bid proposal. The form is also used to calculate MSM participation. z:GFE Dividas Exhibit IV (Pre-bid Meeting Sign-in) rGFE Di%idm 7 i i I Exhibit V (Advertisement Copies) z:GFE Dividers 8 c! : '19''2008 13:59 209340619 GEORGE REED LODI PAGE 02/02 i Contra Costa County OUTREACH PROGRAM Aff'umadve Action Office 651 Pine Street,Martinez,CA 94553 (925)335-1045 Fax(925)646-1353 LETTER OR INTENT ' TO PERFORM AS A SUBCONTRACTO SUPP`L /MANUTA,CTMR!TRUCUR/SUBCONSULT n, - GXaham Centraetors, Inc. i, Name of Prime Cont motaT 2008 Slurry Saal Name ofFmoct 0672-6U2849-08 Project Number The undersigned is a(check one): Sole proprietorship Corporation _ Limited Liability Permership Joint V=b= r Check the following which may apply. MSE WDE SBE LICE Subcontractor Subcontractor , Subcontractor � Subcontractor' Supplier + Supplier �. supplier _. Supplier 1 _ Mannfscw rer , Manufacturer _ MauuPacturor _ Msmufacturer Trucker True)= V '!kicker , TWO= Other _ Other _ Other _ Otho i Describe Describe Describe Describe Nous of the Above Apply The undersigned is prepared to perform the following described work in connection with the above project J (specify in detail the particular work 'items or parts thereof to be performed): } Items (all, partial) 4,7,10;13,16 - hock Total Amount Bid to Prime Contractor.$ 63,000.00 2 3/19/08 J Signature t Position Title Date Name of Person Completing this Vorm Georga Rood, Inc. 209-984-5202 1 I Company Name Phone Number 209-984-0379 Fax Number (3:KitpDa�alD�1Ci5PFLIPROPOSALUtrintenk,dor • Xe SCA F.B%nn 813!2000 1 11 7. 'd OWN W S8013VN1NOO WyH0D W�GF. 7.1 �naz �i N�rw STP-,T_OF CALIFORNIA.•DEPARTMENT OF TRANSPORTATION CUSTOMER SERVICE.QUIESTIONNAIRE PEPM7 NUMEI= TP-0154(REIV 212001) Dear Customer, Our coal is to provide the best service possible to our customers. Please take a few minutes to complete this questionnaire. Your comrnent5 Will enable us to see ho,ri we are doing overall and any areas Which may need improvement. . PLEASE TELL US HOW WE'RE DOING INSIDE. OFFICE; ff EXCELLENT VER`r`GOAD GOOD POOR :. t _ k Staff courteous'.and'helpful Staff.quick and`'eff)cient`, Explanations and Instructions clear TELEPHONE NSWERING 7. - Timely response;:.. Receiving infoi-iriation-or.answers. INSPE.ETION .:` _ Inspector courteous and helpful >. Pre=c - . ..;,..;;._.�;;��=:r'.::.. :• .., onstruction::meeting set and..held in a timely manner Inspector at,iob-,Mte`frequently... Inspector able to,answer questions and deal with problems : -V AL Ek cOR1'61- R .. _... .. . ....,. - - - - Whatwould you sayis ou�`overall% performance? STAFFS'NAME. Is there a staff,person.yovwould like to commend? COMMENTS: AME(Optional) (BUSINESS PHONE NUMBER DATE I. For individuals with sensory disabilities, this document is available in alternate formats For information call (916)656410 or TDD (916) 654-3881 A Notice ,rite Records and Forms Management, 1120 N Street, MS-89,Sacramento,CA 95814 Fwqqq Contra Costa County Public Works Julia R. Bueren, Director P ` .L �,J Works j� Deputy Directors R. Mitch Avalon.Brian M.Balbas D e p a r t m e n t Stephen Kowalewski.Patricia McNamee July 10, 2008 VIA FEDEX PP�� 11 Mr. Che Corlett Graham Contractors, Inc. 860 Lonus Street San Jose, CA 95126 - Project Name: 2008 Slurry Seal Project No. 0672-6U2849-08 Dear Mr. Corlett: Enclosed is your copy of the approved contract for the 2008 Slurry Seal, Project No. 0672-6U2849-08. This is your Notice to 'Proceed as set forth in Section 4 of the project "Notice to Contractors'and Special, Provisions." The first chargeable working day shall be July 14, 2008. The Resident Engineer assigned to this project is Vendon McLeod, who may be reached at (925) 595-6012 or the County office at (925) 313-2320. Sincerely, Kevin E gh Assistan Public orks Director Construction Division KE:jd:kg G:\CONST\PROJECTS&MISC\2008\2008 SLURRY SEAL\NOTICE TO PROCEED.DOC c: V. McLeod, Resident Engineer J. Dowling,Construction Survey Section Materials and Testing Division Maintenance P. Denison, Finance Division, w/copy of Contract, W-9, Insurance, Outreach'Ipackage Clerk of the Board,W/copy of Contract, Bonds and Insurance(originals) Auditor-Controller, w/copy of Contract j 'Accredited by the American Public Works Association" 255 Glacier Drive Martinez,CA 94553-4825 TEL:(925)313-2000.FAX:(925)313-2333 www.cccpublicworks.org t a` CONTRACT(Page I 6f4) (Contra Costa County Standard Form Construction Agreement) t 1.SPECIAL TERMS. These special terms are incorporated below by reference. (See Secs.2,3) Parties: Public Agency Contra Costa County Contractor-- Graham Contractors Inc. Use complete legal name of Contractor. Effective Date: April 22, 2008 (see Section 4 for starting date.), -(See Sec.3) Project Name 2008 Slurry Seal Project.No. 0672-6U2849-08 located in the Morgan'Territorv. Clayton, Concord, Martinez, and the Rodeo areas The work consists of cleaning road surface, including weed removal and sweeping, removing pavement striping and markings, applying Type II slurry seal, site cleanup, and placing thermoplastic striping and pavement markings. All in accordance with the Plans,Drawings,Special Provisions and/or Specifications,prepared by or for the Public Works Director and in accordance with the accepted Bid Proposal. (See Sec.4). Completion Time: Within 40 working days from starting date. (See Sec.5) Liquidated Damages: $1,000.00per day,for each and every calendar day delay in finishing the work in excess of the number of working days prescribed above. If the delay in finishing the work proceeds past October 15,2008,then the Contractor shall pay to the Agency the additional amount of$500.00 per day($1,500.00 per day total)until November 1,2008,at which point the Contractor shall pay to the Agency another additional amount of $500.00 per day($2,000.00 per day total)until the work is finished. (See See.6) Public Agency's Agent: Public Works!Director (See Sec.7) Contract Price: $. 824 660.21 more or less,in accordance with finished quantities at unit bid prices. 2.SIGNATURES&ACKNOWLEDGEMENT. Public Agency,By: Julia R. ueren," Public Works Director or designee Contractor,hereby also certifying awareness of and compliance with Labor Code Sections 1861 and 3700 concerning Workers'Compensation Law, By: Official Capacity:David Graham, Vice President (sign ure) (fill in) By: Official Capacity': (signature) (fill in) Note to Contractor: For corporations,the contract must be signed by twoofficers. The first signature must be that ofthe chairman ofthe board,president or vice president;the second signature must be that of the secretary,assistant secretary,chieffinancial officer or assistant treasurer. (Civil Code,Section 1190 and Corporations Code,Section 313.) The acknowledgment below must be signed by a Notary Public. , r CERTIFICATE OF ACKNOWLEDGMENT State of California ) is. County of Santa Clara On May 6, 2008 - beforeme,theundersignednotarypublic,personallyappeared David Graham who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)islare subscribed to the within instrument and acknowledged to me that helshe/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrumentthe person(s),or the entity upon behalf of which the person(s)acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my.hand and official seal. TONY D.GULBRAA . Commission# 1522402 Z@my Notary Public-C08torni0 r � Santa Clara Couty 4w� Comm.Expires Oct 2:8.2 008 3.WORK CONTRACT,CHANGES. (a) By their signatures in Section 2,effective on the above date,these parties promise and agree as set forth in this contract, incorporating by these references the material in Section 1,SPECIAL TERMS. (b) Contractor shall,at his own cost and expense,and in a workmanlike manner,fully and faithfully perform and complete the work;and will furnish all materials, labor,services and transportation necessary,convenient and proper in order fairly to perform the requirements of this contract,all strictly in accordance with the Public Agency's plans,drawings and specifications and in accordance with the accepted bid proposal. (c)The work can be changed only with Public Agency's prior written order specifying such change and its cost agreed to by the parties;and the Public Agency shall never have to pay more than specified in Section 7,PAYMENT,without such an order. 4.TIME:NOTICE TO PROCEED. Contractor shall start this work as directed in the specifications or the Notice to Proceed;and shall complete it as specified in Section 1,SPECIAL TERMS. 5.LIQUIDATED DAMAGES. If the Contractor fails to complete this contract and this work within the time fixed therefor,allowance being made for contingencies as provided herein,he becomes liable to the Public Agency for all its loss and damage therefrom;and because,from the nature of the case,it is and will be impracticable and extremely,difficult to ascertain and fix the Public Agency's actual damage from any delay in performance hereof,it is agreed that Contractor will pay as liquidated damages to the Public Agency the reasonable sum specified in Section 1,SPECIAL TERMS,the result of the parties'reasonablc endeavor to estimate fair average compensation therefor,for each calendar day's delay in finishing said work;and if the same be not paid,Public Agency may,in addition to its other remedies,deduct the same from any money due or to become due Contractor underlhis contract. If the Public Agency for any cause authorizes or contributes to a delay,suspension of work or extension of time,its duration shall be added to the time'allowed for completion,but it shall not be deemed a waiver nor be used to defeat any right ofthe Agency to damages for non-completion or delay hereunder. Pursuantto Government Code Section 4215,the Contractor shall notbe assessed liquidated damages for delay in completion of the work,when such delay was caused by the failure of the Public Agency or the owner of a utility to provide for removal or relocation of existing utility facilities. 6.INTEGRATED DOCUMENTS. .The plans,drawings and specifications or special provisions of the Public Agency's call forbids,and Contractor's accepted bid for this work are hereby incorporated into this contract;and they are intended to cooperate,so that anything exhibited in the plans or drawings and not mentioned in the specifications or special provisions,or vice versa,is to be executed as if exhibited,mentioned and set forth in both,to the true intent and meaning thereofwhen taken all together;and differences of opinion concerning these shall be finally determinedjby Public Agency's Agent specified in Section 1,SPECIAL TERMS, 7.PAYMENT. (a) For his strict and literal fulfillment of these promises and conditions,and as full compensation for all this work,the Public Agency shall pay the Contractor the sum specified in Section 1,SPECIAL TERMS,except that in unit price contracts that payment shall be for finished quantities at unit bid prices. (b) On or about the first of each calendar month,the Contractor shall be paid for all work done through the 15th of the preceding calendar month,as determined by Public Agency,minus 10%thereofpursuant to Public Contract Code Section 9203,but not until defective work and materials have been removed,replaced,and made good. 8.PAYMENTS WITHHELD. (a) The Public Agency or its Agent may withhold any payment,or because of later discovered evidence nullify all or any certificate for payment,to such extent and period of time only as may be necessaryto protect the Public Agency from loss because of-. (1) Defective work not remedied,or uncompleted work,or (2) Claims filed or reasonable evidence indicating probable filing,or (3) Failure to properly pay subcontractors or for material or labor,or (4) Reasonable doubt that the work can be completed for the balance then unpaid,or (5) Damage to another contractor,or (6) Damage to the Public Agency,other than damage due to delays:' (b) The Public Agency shall use reasonable diligence to discover and report to the Contractor,as the work progresses,the materials and labor which are not satisfactory to it,so as to avoid unnecessary trouble or cost to the Contractor in making good any defective work or parts. (c) 35 calendar days after the Public Agency files its notice of completion of the entire work,it shall issue a certificate to the Contractor and pay the balance of the contract price after deducting all amounts withheld under this contract,provided the contractor shows that all claims for labor and materials have been paid,no claims have been presented to the Public Agency based on acts or omissions of the Contractor,and no liens or withhold notices have been filed against the work or site,and provided there are not reasonable indications of defective or missing work or of late4ecorded notices of liens or claims against Contractor. 9. INSURANCE. (Labor Code Secs.1860-6 1)On signing this contract,Contractor must give Public Agency(1)a certificate ofconsent to self-insure issued by the Director of Industrial Relations,or(2)a certificate of Workers'Compensation insurance issued by an admitted insurer,or(3)an exact copy of duplicate thereof certified by the Director or the insurer. Contractor is aware of and complies with Labor Code Section 3700 and die Workers'Compensation Law. 10. BONDS. ;On signing this contract Contractor shall deliver to Public Agency for approval good and sufficient bonds with sureties,in amount(s)specified in the specifications or special provisions,guaranteeing his faithful performance of this contract and his payment for all labor and materials hereunder. (Page 2 of 4) i t fi'• f t, 4. l ` 1 I. FAILURE TO PERFORM. If the Contractor at any time refuses or neglects,without fault of the Public Agency or its agent(s),to supply sufficient materials or workmen to complete this agreement and work as provided herein,for a period of 10 days or more after written notice thereof by the Public Agency,the Public Agency may furnish,same and deduct the reasonable expenses thereof from,the contract price. 12. LAWS APPLY. General. Both parties recognize the applicability ofvarious federal,state,and local laws and regulations,especially Chapter IofParf7of ` Division 2 of the Labor-Code(beginning with Section 1720,and including Sections 1735,1777.5,and 1777.6 forbidding discrimination). The parties specifically stipulate that the relevant penalties and forfeitures provide in the Labor Code,especially in Sections 1775 and 1813 concerning prevailing wages and hours,as well as Section 1776 concerning certified payroll records,shall apply to this agreement. 13. SUBCONTRACTORS. .Public Contract Code Sections 41004114 are'incorporated herein.. 14. WAGE RATES. (a) Pursuant to Labor Code Section 1773,the Director of the Department of Industrial Relaiions has ascertained the general prevailing rates of wages per diem,and for holiday and overtime work,in the locality in which this work is to be performed,for each craft,classification,or type of workman needed to execute this contract,and.said rates are as specified in the call for bids for this work and are on file with the Public Agency,and are hereby incorporated herein. (b) This schedule of wages is basedon a working day of 8 hours unless otherwise specified;and the daily rate is the hourly rate multiplied by the number of hours constituting the working day. When less than that number of hours are worked,the daily wage rate is proportionately reduced,but the hourly rate remains as stated. (c) The Contractor,and all his subcontractors,must pay at least these rates to all persons of this work,including all travel,subsistence,and fringe benefit payments provided for by applicable collective bargaining agreements. All skilled labor not listed above must be paid at least the wage scale established by collective bargaining agreement for such labor in the locality where such work is being performed. If it becomes necessary for the Contractor or any subcontractor to employ any person in a craft,classification or type of work(except executive,supervisory,administrative,clerical or other non-manual workers as such)for which nominimum wage rate is specified,the Contractor shall immediately notify the Public Agency which shall apply from the time of the initial employment of the person affected and during the continuance of such employment. 15. HOURS OF LABOR. Eight hours of labor in one calendar day constitutes a legal day's work,and no workman employed at any time on this work by the Contractor or by any subcontractor shall be required or permitted to work longer thereon except as provided in Labor Code Sections 1810-1915. 16. APPRENTICES. Properly indentured apprentices maybe employed on this work in accordance with Labor Code Sections 1777.5 and 1777.6,forbidding discrimination. 17. DESIRE TO PROMOTE ECONOMY OF CONTRA COSTA. The,Public Agency desires to promote the industries and economy of Contra Costa county, and the Contractor therefore is encouraged to use the products,workmen,laborers and mechanics of this County in every case where the price,fitness and quality are equal. r 18. ASSIGNMENT. The agreement binds the heirs,successors,assigns,and representatives of the Contractor;but he cannot assign it in whole or in part,not any monies due or to become due under it,without the prior written consent of the Public Agency and the Contractor's surety or sureties,unless they have waived notice of assignment. i 19. NO WAVER BY PUBLIC AGENCY. Inspection of the work and/or materials,or approval of work and/or materials inspected,or statement by any officer,agent or employee of the Public Agency indicating the work or any part thereof complies with the requirements of payments therefor,or any combination of these acts,shall not relieve the Contractor of his obligation to fulfill this contract as prescribed;nor shall the Public Agency be thereby estopped from bringing any action for damages or enforcement arising from the failure to comply with any of the terms and conditions hereof. 20. HOLD HARMLESS&INDEMNIFICATION (a) Contractor promises to and shall defend,indemnify,save,and hold harmless the,indemnitees from the liabilities as defined in this section. i (b) The indemnitees benefitted and protected by this promise are the Public Agency and its elective and appointive boards,commissions,officers,agents, and employees,together with any additional persons and entities,if any,listed in Section 6 of the Special Provisions. (c) The liabilities protected against are any and all claims,demands,causes of action;damages,costs,expenses,actual attorneys'fees,losses,or liabilities arising out of or in connection with the actions defined below for personal injury,sickness,disease,emotional injury,death,property damage(including loss of use),trespass,nuisance,inverse condemnation,patent infringement,or any combination of these,regardless of whether or not such liability,claim,or damage was foreseeable at any time before the Public Agency approved the improvement plans or accepted the improvements as completed,and including the defense of any suit(s)or action(s)at law or equity concerning these. (d)The actions causing liability are any actor omission(negligent or non-negligent)in connection with the matters covered by this contract and attributable to the Contractor,subcontractor(s),supplier(s),trucker(s),anyone for whose acts the Contractor maybe liable,or any officer(s),agent(s)or employee(s)of one or more of them. (e) The promise and agreement in this section is not conditioned or dependent on whether or not any indemnitee has prepared,supplied,or approved any plan(s),drawing(s),specification(s),or special provision(s).in connection with this work or has insurance or other indemnification covering any of these matters. (f) Except as prohibited by Civil Code Section 2782,the Contractor's obligations under this section shall exist regardless of the existence or degree of fault of the Public Agency or any indemnitee. CONTRACT(Page 3 of 4) i f (g)The Contractor's obligations under this section shall extend to claims arising after the work is completed and accepted if the claims are related to alleged acts or omissions that occurred during the course of the work. Public Agency's inspection is not a waiver of full compliance with these requirements. (h)The Contractor and the Contractor's insurance carrier(s)shall respond within 15 days to the tender of any claim for defense and indemnity by the Public Agency,unless this time has been extended by the Public Agency. (1) With respect to third-party claims against the Contractor,the Contractor waives all rights of any kind to express or implied indemnity against the indemnitees. (j) Nothing in this section is intended to establish a standard of care owed to any third party or to extend to any third party the status of a third-party beneficiary. 21. EXCAVATION. Contractor shall comply with the provisions of labor Code Section 6705,if applicable,by submitting to Public Agency a detailed plan showing the design of shoring,bracing,sloping,or other provisions to be made for worker protection from the hazard of caving ground during trench excavation. 22. RECORD RETENTION. Except for records delivered to Public Agency,Contractor shall retain,for a period of at least five years after Contractor's receipt of the final payment under this contract,all records prepared in the performance of this contract or otherwise pertaining to the work,including without limitation bidding,financial and payroll records, Upon request by Public Agency,Contractor shall make such records available to Public Agency,or to authorized representatives of the state and federal governments,at no additional charge and without restriction or limitation on their use. 23. CONFLICT WITH BID. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms ofthis contract and the bid or proposal of said Contractor,then this contract shall control and nothing herein shall be considered as an acceptance of said terms of said proposal conflicting herewith. 24. USE OF PRIVATE PROPERTY. Contractor shall not use private property for any purpose in connection with the work absent a prior,written agreement with the affected property owner(s). KE/d, FORM APPROVED by County Counsel. (CC-1;Rev.2-07) G:\Const\Projects&Misc\200N008 Slurry Seal\Contract-Graham.doc CONTRACT(Page 4 of 4) x197 r Certification by Secretary Of Corporate Resolution At the meeting of the Directors of Graham Contractors, Inc., a corporation organized and existing under the laws of the State of California, duly called and held in accordance with the articles of incorporation and bylaws of the corporation at its office on June 19, 2001 at which a quorum of the directors was present,the following resolution was adopted to wit: Resolved, that Gerald R. Graham, Jr., President or Paula J. Graham, Secretary or David M. Graham, `lice President are hereby authorized to sign contracts/agreements in the name of and on behalf of Graham Contractors,Inc. I,Paula J. Graham, Secretary of Graham Contractors, Inc., do hereby certify that I am the Secretary of said corporation and that the above is a full, true, and correct copy of a resolution of the Board of Directors of said corporation, duly adopted at the meeting held on June 19, 2001 and that said resolution has not been revoked or rescinded. In witness whereof, I have hereunto subscribed. y name and affixed the seal of said corporation. May 6, 2008 By: o� Corporate S tary POST OFFICE Box 26770, SAW JOSE, CALIFORNIA 95159 (408) 293-9516 FAX (406) 293-3633 CONTRACTORS LICENSE 43157,99-C-12 PERFORMANCE BOND ' PUBLIC WORK Bond No. 105082 016 Premium $624,660.21 Any claim under this Bond should be sent to the following address: 39300 Civic Center Drive suite 390 Fremont, CA 94538 KNOW ALL BY THESE PRESENTS: Thar we, Graham Contractors, 'Inc. as Principal, andTravelers Casualty and G,, +� �mm�anv �f Amer,�a , a corporation organized and existing under the laws of the State of CT and authorized to transact surety business in the State of California,as Surety,are held and firmly bound unto Contra Costa County as Eig Obligee,in the sum of ht Hundred Twenty Four_Pousand Six Hundred Sixty and 21/160 . Dollars($824,660.21 lawful money of the United States of America, for the payment of which sum well and truly to be made,we bind ourselves, our heirs, executors,administrators, successors and assigns,jointly and severally, firmly by these presents. THE CONDITION of the above obligation is such l that, whereas the Principal has entered into a contract dated Ap r i 1 22, 2 006 , with the Obligee to do and perform the following work,to-wit:, 2008 Slurry Seal Project; Project No. 0672-6U2849-08 as is more specifically set forth in the contract documents,reference to which is hereby made. NOW THEREFORE, if the Principal 'shall well and truly perform all the requirements of said contract documents required to be performed on its part, at the times and in the manner specified therein,then this obligation shall be null and void,otherwise it shall remain in full force and effect. PROVIDED,that any alterations in the work to be clone or the materials to be furnished,or changes in the time of completion, which may be made pursuant to the terms of said contract documents, shall not in any way release the Principal or the Surety thereunder,nor shall any extensions of time granted under the provisions of said contract documents release either the Principal or the Surety, and notice of such alterations or extensions of time is hereby waived by the Surety. PROVIDED, that if any action is commenced on this bond by the Obligee, in addition to the sum specified above,the Principal and the Surety, theirheirs, executors, administrators, successors and assigns,jointly and severally, shall be obligated to pay to the Obligee all costs, attorney's fees and other litigation expenses incurred by the Obligee in collecting monies due under the terns of this bond. SIGNED AND SEALED,this S th day of May, 2008 - (SEAL) (SEAL) Travelers Casualty and Graham Contractors, Inc Sures Company of America (Principal) (Surety) �� Ian McConniek e- ' (Signature) Attorney-in-Fact{Signature) (SEAL AND ACKNOWLEDGMENT,,OF NOTARY) 'TM l i WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY rTRAVELERSJ Farmington Casualty Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company., Fidelity and Guaranty Insurance Underwriters,Inc. Mravelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney-In Fact No. 219836 Certificate No. 002297679 KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,that St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Michael Sheahan,Matthew Kelly,Ian McCormick,and Geoffrey R.Green of the City of Fremont State of Califomia their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of„guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or pari itlediin any,3 tions or,yeedings allowed by law. 1 , IN WITNESS WHEREOF,the Companies have caused this instrument tobe signed,and theufcotpbrate seals to be hereto affixed,this 31St da of March 2008 y , Farmington Casualty Company° St.Paul Guardian Insurance Company -Fidelity and Guaranty Insurance Go party St.Paul Mercury Insurance Company Fidelity and Guaranty Insu''ranee"Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company GASri,,�� $a'tFTJ. J�FE 6� O�H� I N$v9 a'�Ngy 4ot 9 p iY ANp y IAP1iVpf7Y FS"Y� 5 �C. -••`^,nnultt(1 g T` jt�OP PWRgIf r, �W;:�p0.PORgTf.",n� � .F �I t i9Jr1 ✓'O N �'SEAL'o" tom; i '� CDNN. nC GOHN. 7 in X898 oa:.SBAL:'n r r° \ ,r.•'r ,�(� �y. +•N > � �OFirPN� a��,„„n„`,��° °'13:•i� ''1s....�..•�Na State of Connecticut By: City of Hartford ss. Georg Thompson, cnior ice President On this the 31st day o f March 2008 before me personally appeared George W.Thompson,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc., Seaboard.Surety Company, St.Paul Fire and Marine Insurance Company, St.Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,Travelers Casualtv and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity.and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly autliorized officer. G.TE7 In Witness Whereof,I hereunto set my hand and official seal. My Commission expires the 30th day of June,2011. �'OIJBUG * Marie C.Tetreault,Notary Public 58440-5-07 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of\, America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of.Directors.at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kori M.Johanson,the undersigned,Assistant Secretary,of Fartnington.Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine InsuranceCompany, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety,Company,ofomericcai-and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Powertof Attorney executed by said Companies,Companies,which is in full force and effect and has not been revoked. 81 " a . IN TESTIMONY WHEREOF,I have hereunto set my hand and afFi"ed the-se"�als of said TCo np`anies this 5th day of Ma 20 per. a 3' Ar Kori M.Johans Assistant Secretary JWn„n ^�1 '��I�t+��g.\oSfj;°sN.E"a.`.A�..^h.�e;Lr'r•G+F9;ro'rn�,i£ i aW�ol:'�...t.elP.osYNa-•vI..0RS-.A.0:Lgr�f9e�;'y s�= s:u a�N•<Pa�CaTrYOFNAON ar`�t NSHA 14p` 03u �f�reYOy�pea0 +M �'W1 ANS To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER i • STATE OF CALIFORNIA ss. COUNTY OF ALAMEDA On May 5, 2008 ,before me, Julia Grimes, Notary Public, personally appeared Ian McCormick, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf i of which the person acted, executed the instrument. I certify,under PENALTY OF PERJURY under the laws of the State of California that theiforegoing paragraph is true and correct. WITNESS my hand and official seal. . � JULIA.ORIMEB Commission# 171129 Notary PWIC.caloomia Alamoeb County Conor Delp + Ju l'a Grimes, Notary Public- Cali ' nia (Seal) Description of Attached Document: Graham Contractors, Inc. Contra. Costa County 2008 Slurry Seal Project; Project No. 0672-6U2849-08 Performance Bond Document .• i CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California ) County of Santa Clara ) On May 6 , 2008 before me, Tony D. Gulbraa, Notary Public, personally appeared David Graham who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are.subscribed to the within instrument and acknowledged to me that he/ she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. I WITNESS my hand and official seal. TOD.GULBRAe, Commission# 1522402 O Notary Public-California Santa Clara County Signature iGt% 4rc� (Seal) MY Comm.Expires Oct 28,2008 *******•�*******************************OPTIONAL******************************�*�*********** (Though the information below is not required by law,it may prove valuable-to persons relying on the document and could prevent fraudulent removal'and reattachment of this form to another document.) Description of Attached Document Title or Type of Document: Document Date: Number of,Pages: Signer(s) Other Than Named Above: Capacity(les)Claimed by Signer Signer's Name: Individual U. Corporate Officer—Title(s): Partner-- 11 Limited General Attorney in Fact Trustee Guardian or Conservator Other: Signer is Representing: Right Thumbprint of Signer Above i GENERAL PURPOSE RIDER To be attached to and form part:of Bond No. 105082016 Issued to-(Principal): . Graham Contractors, Inc Type of Bond: Performance Bond dated the 5th day of May , 2008, and issued by (surety): Travelers Casualty and Surety Company of America in the penal sum of: Eight Hundred Twenty Four Thousand Six Hundred Sixty and 21,/100 ($ 824,660.21), and in favor of (obligee): Contra Costa County In consideration of the agreed premium charged for this bond, it is understood and agreed that Travelers Casualty and Surety Company of America hereby consents effective from the 7th day of May , 2008, said bond shall be amended as:follows: Premium amount on Performance Bond of $824,660.21 should read $6,185.00 Provided, however, that the attached bond shall be subject to all its agreements, limitations and conditions except herein expressly modified, and further that the liability of the Surety under the attached bond and the bond as amended by this rider shall not be cumulative. Signed, sealed and dated this 7th day of May , 2008 . Travelers Casualty and Surety Company of America Matthew Kelly , Attorney-in-Fact r� • WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERS1 Farmington Casualty Company; St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company ISt.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney-In Fact No. 219836 Certificate No. 002297699 i KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,that St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make;constitute and appoint Michael Sheahan,Matthew Kelly,Ian McCormick,and Geoffrey R.Green of the City of Fremont State of California their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required orpermitted in any-actions or.proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their'corporate seals to be hereto affixed,this 31St day of March 2008 Farmington Casualty Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company 'I St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company G�SU�r1 SIVtEIy r,0.E S AN iMS Y 1NSy •�lv 4N° � K 2: n t a FIARTFORD, t A L' I ,'p oe:,SBAL:'e �° � ///,res °J• Slate of Connecticut By: City of Hartford ss. - Georg V Thompson, cnior ice President 31 St March 2008 On this the day of before me personally appeared George W.Thompson,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc., Seaboard Surety Company, SL Paul Fire and Marine Insurance Company, St. Paul Guardian InsuranceCompany, St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G•T� r In Witness Whereof,I hereunto set my hand and official seal. My Commission expires the 30th day of June,2011. j t0!lBU� * Marie C.Teueault.Notary Public 58440-5-07 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President.any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid,and binding upon,the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any-bond or understanding to which it is attached. I,Kori M.Johanson,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company-of.America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney exec'uied by said'Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,1 have hereunto set my hand and affixed the seals.of"said�Compenies this 7th day of May 20 Q$. Kori M.Johans Assistant Secretary " ai"'�i+soq Jp�Tv�Np n G?t�Y'WO o�"M>r� �pa.oy,� �, 4v o`• �,g QO:-R .� f}cJ 9ti? P sL � >�q 4•p u 6 NCOftPCRATEO Uzi TE COFORA>�s1 fW•�ORRORFtf p'. mt 4 ' �fWi1rFON4 t1977 �. EAL:',tc: To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUTTHE RED BORDER V STATEiOF CALIFORNIA ss. COUNTY OF ALAMEDA On May 7, 2008, before me, Julia Grimes, Notary Public, personally appeared Matthew Kelly, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the-instrument the person,.or the entity upon-behalf of which the person acted, executed the instrument. . I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph istrue and correct. WITNESS my hand and official seal. ' JULIA CRIMES CommNslaIon 0 1713129', Notary PW6--CoN10Mla Alameda County CMMWUDWS2010 � Ju ' Grimes, Nota Public- a' brnia (Seal) Description of Attached Document: Graham Contractors, Inc Contra Costa County 2008 Slurry Seal Project; Project No. 0672-6U2849-08 General Purpose Rider r" PAYMENT BOND--PUBLIC WORK [Civil Code Secs.3247 -32481 Bond No. 105082016 Premium $6, 185.00 Any claim under this Bond should be sent to the following address: 39300 Civic Center Drive Suite 390 Fremont, CA 94538 KNOW ALL BY THESE PRESENTS: That we, Graham Contractors, Inc. as Principal, and Travelers Casualty and Surety Company of America a corporation organized and existing under the laws of the State of CT and authorized to transact surety business in the State of California,as Surety, are held and firmly bound Eight Hundred Twenty our Thousand unto Contra Costa County ,as Obligee,m the sum•of Six Hundred Sixty and a i o o Dollars($a 2 4,66c).21 ) lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators,successors and assigns,jointly and severally,firmly by these presents. THE CONDITION of the above obligation is such that, whereas the Principal has entered into a contract dated___Ap r i 1 22, 2 008 , with the Obligee to do and perform the following work,to-wit: 2008 Slurry Seal Project; Project No. 0672-6U2849-08 as is more specifically set forth in the contract documents,reference to which is hereby made. NOW THEREFORE, if the Principal or a subcontractor fails to pay any of the persons named in Section 3181 of the Civic Code, or amounts due under the Unemployment Insurance Code with respect to work or labor performed under the contract, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code, with respect to such work and labor, the Surety will pay for the same, in an amount not exceeding the sum specified in this bond, and also, in case suit is brought upon this bond, a reasonably attorney's fee,to be fixed by the court. This bond shall ensure to the benefit of any of the persons named in Section 3181 of the Civic Code so as to give a right of action to such persons or their assigns in any suit brought upon this bond. SIGNED AND SEALED,this 5th day of may, 2008 (SEAL). (SEAL) Travelers Casualty Graham Contractors, Inc. Surety Company of America r (Principal) 7, ,, i o, (Signature) Ian McCormick (Signature) David Graham, vice President Attorney-in-Fact (SEAL AND ACKNOWLEDGMENT OF NOTARY) WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St.Paul Guardian Insurance Company + Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney-In Fact No. 219836 Certificate No. 002297675 KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,that St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of.Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Michael Sheahan,Matthew Kelly, Ian McCormick,and Geoffrey R.Green of the City of Fremont State of California their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permided%in anyacttiions or�proceedings allowed by law. y ` d ' \ 31st IN WITNESS WHEREOF,the Companies have caused this instrumentlto`be signed and heirAcor trate seals to be hereto affixed,this day of March 2008 Farmington Casualty Companyr St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company 'i St.Paul Mercury Insurance Company Fidelity and Guaranty insurance�Under wr ters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company 60.5U,,� St�tt�TJr yF\0.E4 �0.N..1MfG ..-..........•+1NS .-9., JP 1V ANOa !\bSWIFjY �TT,I,ya � nncc ♦L J .y O .9 �'Jp 9 P00A7e, fin' �: a HARTFORD, � +ussrPato,l� "`�1°� 26 ; 1977 g 1951 sO SE AG ito�t SEALe 7 coHrt. r storm Tsss ..:'fid State of Connecticut By: City of Hartford ss. Georg Thompson, enior ice President On this the 31 st day of March 2008 before me personally,appeared George W.Thompson,who acknowledged himself to be the.Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc., Seaboard Surety Company, St. Paul Fire and Marine.Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G,til7 In Witness Whereof,I hereunto set my hand and official seal. I % �& AA OMy Commission expires the 30th day of June,2011. �/BU� # Marie C.Tetreault,Notary Public 58440-5-07 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St.Paul Guardian Insurance Company, St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of . America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President,any Senior Vice President, any Vice President, any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the.Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly_ attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kori M.Johanson,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company,St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety,Company-6fwAmerica,-and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power ofAtto-ney executeby said"Companies,which is in full force and effect and has not been revoked. ;' x�" s �� � »Ise . IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals ofsaid,Co pa to es this, 5th day of May 20 08 Kori M.Johans Assistant Secretary GI.6 U,��r S�)'Y ;F\RE 4`M. Q�*N„INSG9 ;P,�INSUq� �Jpl(Y ANps �A1a SLfl�� �tY•Y� p�o��r�- a°°R°°°°� * 4� _ •y',��o� Q:` ..,� ,I'�:. .,his e � 'c 1977 92 7 i I d: � a HARTFORD ��� 1 b ; 1951 N9 eay a �'• S E SEAL' S ° 'D j W CONN. i �WNtf. / 1896 ........... .. L d t� � b"'��;wm ws.:»:>:✓ "'�:.5 ...+r 1 RN NQ AIN To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER STATE OF CALIFORNIA ss. COUNTY OF ALAMEDA On May 5, 2008, before me, Julia Grimes, Notary Public, personally appeared Ian McCormick, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on''the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph'Js true and correct. WITNESS my hand and official seal. GrL JJULIA 8 " Commtalon N 1713129 Notary PWIC-Confomlo Aicm*da County Camp fl �De 3 010• Jul' Grimes, No ry Public - Caf fornia (Seal). � � Description of Attached Document: Graham Contractors, Inc. Contra Costa County 2008 Slurry Seal Project; Project No. 0672-61.12849-08 Payment Bond Document a. k. r ik, CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California ) County of Santa Clara ) On May 6 , 2008 before me, Tony D. Gulbraa, Notary Public, personally appeared David Graham who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California.that the foregoing paragraph is true and correct. WITNESS my hand and official seal. commission TONY D.GULBRAA# 1522402 -� Notary Public-California Santa Clara County g , /� i���C''� �� My Comm.Expires Oct 28,2008 Signature �'V ./ � Seal (Though the information below is not required by law; it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document.) Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other.Than Named Above: Capacity(les) Claimed by Signer Signer's Name: Individual Corporate Officer—Title(s): Partner- Limited General Attorney in Fact Trustee Guardian or Conservator Other: Signer is Representing: Right Thumbprint of Signer Above .: ACORQ. CERTIFICATE OF LIABILITY INSURANCEDATE(MM/DD/YYYY) 5/2/2008 PRODUCER Phone: 510-578-2000 Fax: 510-578-2101 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Allied North America Insurance Brokerage of Cal ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 00 Civic Center Dr. Ste 390 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 393 LIC00 Civic PH: 510-578-2000 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Fremont CA 94538 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A.Landmark American Insurance Co 3138 Graham Contractors, Inc. INSURERS:American Guarantee & Liabilit 26247 P.O. Box CA 70 95 San Jose CA 95159 INSURERC:Zurich American Insurance Com 6535 INSURER 0: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR DD'L POLICY NUMBER POLICYEFFECTIVE POLICY EXPIRATIONTYPEOFINSURANCE LIMITS A GENERAL LIABILITY I LHA133055 5/1/2008 5/1/2009 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY PREMISES Eaoccurence $100,000 CLAIMS MADE a OCCUR MED EXP(Anyone person) $5,000 PERSONAL BADVINJURY $1,000, 000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OPAGG $2,000,000 POLICYFX iFcF PRO-` LOC B AUTOMOBILE LIABILITY BAP427799800 5/1/2008 5/l/2009 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $1,000,000 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Perperson) $ X HIREDAUTOS BODILY INJURY X NON-OWNED AUTOS (Per accident) $ PROPERTYDAMAGE $ (Per accident) GARAGELIABILITY AUTO ONLY-EA ACCIDENT $ ANYAUTO OTHERTHAN EAACC $ AUTO ONLY: AGG $ EXCESS/UMBRELLA UA131LITY EACH OCCURRENCE $ OCCUR FICLAIMSMADE AGGREGATE $ $ DEDUCTIBLE $ RETENTION $ $ C WORKERS COMPENSATION AND WC427799900 5/1/2008 5/1/2009 X I WcSTATu- '0 EMPLOYERS'LIABILITY E.L.EACH ACCIDENT $11000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED?'' E.L.DISEASE-EA EMPLOYEE $1,000,000 If es,describe under SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS E: GCI Job #08-050, CCC Project 40672-6U2849-08; 2008 Slurry Seal Contra Costa County; the California Department of Transportation (Caltrans); the City of Martinez, and their respective officers, agents, employees, representatives, governing body, commissioners, and volunteers are added as additional insured per the attached endorsement where required by written contract including Automobile Liability. rimary wording applies. CERTIFICATE HOLDER CANCELLATIONTEN pAy NOTICE Fog No -PAYMENT SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER Contra Costa County Public Works Department WILL MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER Construction Division NAMED TO THE LEFT. 255 Glacier Drive Martinez CA 94553 AUTHORIZED REPRESENTATIVE r� ACORD 25(2001/08) GACORD CORPORATION 1988 LANDMARK AMERICAN INSURANCE COMPANY This Endorsement Changes The Policy. Please Read It Carefully. ADDITIONAL INSURED BLANKET - PRIMARY AND YOUR WORK This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE 'Nam of Person or Organization: y person or organization to whom or to which you are obligated by virtue �,a written contract or by the issuance or existence of a written permit,to i provide insurance such as is afforded by this policy. A. SECTION II - WHO IS AN INSURED is amended to include as an additional Insured the person(s) or organization(s) shown In the SCHEDULE, but only with respect to liability for "bodily injury", "property damage'or"personal and advertising injury"caused,in whole or In part, by: 1. Your acts or omissions;or 2. The acts or omissions of those acting on your behalf; In the performance of your ongoing operations; and/or "your work" defined for the additional Insured(s) designated above Included In the"products-completed operations hazard". B. If you are required by a written contract to provide primary insurance, this policy shall be primary and SECTION IV—COMMERCIAL GENERAL LIABILITY CONDITIONS,4.Other Insurance does not apply,but only with respect to coverage provided by this policy. r This endorsement effective 05/01/2008 forms part of Policy Number LHA133055 issued to GRAHAM CONTRACTORS, INC by Landmark American Insurance Company Endorsement No.: RSG 15017 1207 Includes copyrighted material of Insurance Services Office, Inc. 1984 (1185) with its permission F 1. POLICY NUMBER: W477998-00 COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s)or organization(s)who are"insureds"under the Who Is An Insured Provision of the Coverage Form.This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective:05/01/08 Countersigned By: Named Insured:Graham Contractors, Inc. Authorized Representative) SCHEDULE Name of Person(s) or Organization(s): Contra Costa County; the California Department of Transportation (Caltrans); the City of Martinez, and their respective officers, agents, employees, representatives,governing body,commissioners,and volunteers (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) Each person or organization shown in the Schedule is an"insured"for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section 11 of the Coverage Form. CA 983(2-99) CA 20 48 02 99 Copyright, insurance Services Office, Inc., 1998 Page 1 of 1 CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT PROPOSAL AND CONTRACT FOR 2008 SLURRY SEAL PROJECT ' PROJECT NO: 0672-6U2849-08✓ SE_ RECEIVED * • _ FEB 1 2008 ' » l CLERH:SOP.RU OF SUPERVISORS CONTRA COSTA CO. �•q`COUl`Z'rt'� FOR USE WITH STANDARD SPECIFICATIONS DATED MAY, 2006 AND STANDARD ' PLANS DATED MAY, 2006. OF THE CALIFORNIA DEPARTMENT OF TRANSPORTATION, AND GENERAL PREVAILING WAGE RATES AND APPLICABLE LABOR SURCHARGE AND EQUIPMENT RENTAL RATES, AS ON FILE WITH THE CLERK OF THE BOARD OF SUPERVISORS. BID OPENING DATE: March 18,2008 ' FOR PRE-BID INFORMATION CONTACT: Pete Warden(925)313-2248 FOR PLAN,HOLDER'S LIST: Visit the Design Division at the Public Works website, www.co.contra-costaxams/departcontra- /depart/pw/ (under"Contractor Info."), or call (925) 313-2000. P ' - TABLE OF CONTENTS PROPOSAL .............................I.................................................................... 1 SUBCONTRACT INFORMATION ..................................................................... 7 TITLE 23,SECTION 112 NON-COLLUSION AFFIDAVIT ....................................... 8 SIGNATURE OF BIDDER .............................................................................. 9 SAMPLE BIDDER'S BOND ............................................................................... 10 LETTER OF, INTENT TO PERFORM AS A SUBCONTRACTOR/SUPPLI]ER/MANUFACTURER/TRUCKER/SUBCONSULTANT ... 11 VERIFICATION OF'PERFORMANCE SUBCONTRACTOR/SUPPLIER/MANUFACTURER/TRUCKER/SUBCONSULTANT .... 12 WARRANTY AND REPAIR AGREEMENT ........................................................ 13 SAMPLECONTRACT ................................................................................... 14 1 SAMPLE PERFORMANCE BOND ,. ................ .............................................. 18 SAMPLE PAYMENT BOND ..... .......... 19 To theBoard of Supervisors of Contra Costa County Martinez, California PROPOSAL FOR 2008 SLURRY S EAL PROJECT 1 Name of bidder Business address Mailing address Busines's Phone Fax Number ' Contact To the Board of Supervisors of Contra Costa County: The undersigned, as bidder; declares that,the only persons or parties involved in this proposal as principals are those named herein; that this proposal is made without collusion with any other person, firm or corporation; that he/she has carefully examined the location of the proposed work, plans and specifications; and he/she proposes and agrees, if this-proposal is accepted,.that he/she will contract with the Agency to provide all necessary machinery, tools, apparatus and other means of construction, and to do all the work and furnish all the materials specified in the contract,!in the manner and time prescribed, and according to the requirements of the Engineer as therein set forth, and that he/she will take in full payment therefore an amount based on the unit prices specified herein below, for the various items of work, the total of said work as estimated herein being (Insert total) 1 and the following being the unit prices bid, to wit: 1 Item Bid Item Description Unit Quantity Unit Price (in Total (in ' No. Figures) Figures) 1 Tow Vehicle EA 30 $75.00 $2,250.00 ' 2 Remove Traffic Striping And Markings SF 7155 3 Place Slurry Seal (Site 1) (F) SY 6320 4 Aggregate-Type 2 (Black Rock) (Site 1) Ton 51 5 Latex Emulsified Asphalt (Site 1) Gallon 1960 6 Place Slurry Seal (Site 2) (F) SY 13095 7_ Aggregate-Type 2 (Black Rock) (Site 2) Ton 105 8 Latex Emulsified Asphalt(Site 2) Gallon 4030 9 Place Slurry Seal (Site 3) (F) SY 11413 10 Aggregate-Type 2 (Black Rock) (Site 3) Ton 91 11 Latex Emulsified Asphalt(Site 3) Gallon 3490 12 Place Slurry Seal (Site 4) (F) SY 180415 13 Aggregate-Type 2 (Black Rock) (Site 4) Ton 1440 ' 14 Latex Emulsified Asphalt(Site 4) Gallon 55300 .15 Place Slurry Seal (Site 5) (F) SY 247280 16 Aggregate-Type 2 (Black Rock) (Site 5) Ton 1978 17 Latex Emulsified Asphalt(Site 5) Gallon 75955 18 Thermoplastic Stripe (4"White) LF 653 19 Thermoplastic Stripe (12"White) LF 10597 20 Thermoplastic Stripe (12"Yellow) LF 3031 21 IThermoplastic Stripe (Detail 1) LF 10957 22 Thermoplastic Stripe(Detail 2)' LF 4751 23 Thermoplastic Stripe (Detail 4) LF 277 24 Thermoplastic Stripe (Detail 9) LF 539 25 Thermoplastic Stripe (Detail 11) LF 2135 26 Thermoplastic Stripe (Detail 21) LF 93 27 Thermoplastic Stripe (Detail 22) LF 16235 ' 28 Thermoplastic Stripe (Detail 24) LF 152 29 Thermoplastic Stripe(Detail 27) LF 159 30 Thermoplastic Stripe (Detail 276) LF 5256 31 . Thermoplastic Stripe (Detail 38A) LF 823 32 Thermoplastic Pavement Marking SF 7745 TOTAL ' The work for which this proposal is submitted is for construction in conformance with the special provision's (including the payment of not less than the State general prevailing wage rates or Federal minimum`"wage rates), the project plans, including any addenda thereto, the contract annexed hereto, and also in conformance with the California Department of Transportation Standard Plans, dated May, 2006, the Standard Specifications, dates May, 2006, and the Labor Surcharge and Equipment Rental Rates in effect on the date the work is accomplished. 1 Bids are to be submitted for the entire work. The amount of the bid for comparison purposes will be the total of all items. The bidder shall set forth for each unit basis item of work a unit price and a total for the item, land for each lump sum item a total for the item, all in clearly legible figures in the respective spaces provided for that purpose: In the case of unit basis items, the amount set forth under the "Item Total" column shall be the product of the unit price bid and the estimated quantity for the item. In case of discrepancy between the unit price and the total set forth for a unit basis item, the unit price shall prevail, except as provided in(a)or(b),as follows: (a) If the amount set forth as a unit price is unreadable or,otherwise unclear, or is omitted, or is the same as the amount as the entry in the item total column, then the amount set forth in the item total column''for the item shall prevail and shall be divided by the estimated quantity for the item and the price tthus obtained shall be the unit price; (b) (Decimal Errors) If the product of the entered unit price and the estimated quantity is exactly off by a factor of ten, one hundred, etc., or one-tenth, or one-hundredth, etc. from the entered total, the discrepancy will be resolved by using the entered unit price or item total, whichever most closely approximates percentagewise the unit price or item total in the Agency's Final Estimate of cost. ' If both the unit price and the item total are unreadable or otherwise unclear, or are omitted, the bid may be deemed irregular. Likewise if the item total for a lump sum item is unreadable or otherwise unclear, or is omitted, the bid may deemed irregular unless the project being bid has only a single item and a clear,readable total bid is provided. Symbols such as commas and dollar signs will be ignored and have no mathematical significance in ' establishing any unit price or item total or lump sums. Written unit prices, item totals and lump sums will be interpreted according to the number of digits and, if applicable, decimal placement. Cents symbols also have'!no significance in establishing any unit price or item total since all figures are assumed to be expressed in dollars and/or decimal fractions of a dollar. Bids on lump sum items shall be item totals only; if any unit price for a lump sum item is included in a bid and it differs from the item total, the items total shallprevail. The foregoing provisions for the resolution of specific irregularities cannot be so comprehensive as to cover every omission, inconsistency, error or other irregularity which may occur in a bid. Any situation ' not specifically provided for will be determined in the discretion of the Agency, and that discretion will be exercised in the manner deemed by the Agency to best protect_the public interest in the prompt and economical completion of the work.. The decision of Agency respecting the amount of a bid, or the existence or treatment of an irregularity in a bid, shall be final. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid or proposal of said Contractor, then this instrument shall control;and nothing herein shall be considered as an acceptance of said terms of said proposal conflicting herewith. 3 By my signature hereunder, as Contractor, I certify that I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. t The improvement contemplated in the performance of this contract is an improvement over which the State of California shall exercise general supervision. The State of California, therefore, shall have the ' right.to assume full and direct control over this contract whenever the State of California, at its sole discretion, shall determine that its responsibility to the United States so requires. It is understood and agreed that the quantities of work under each item are approximate only, being given for a basis of comparison of proposal, and the right is reserved to the Agency to increase or decrease the amount of work under any item as may be required, in accordance with provisions set forth in the specifications for this project. It is further understood and agreed that the total amount of money set forth for each item of work or ' as the total amount bid for the project, does not constitute an agreement to pay a lump sum for the work unless it specifically so states. It is hereby agreed that the undersigned, as bidder, shall furnish a Payment Bond in an amount equal to one hundred percent of the total amount of this proposal and a Faithful Performance Bond to be one hundred percent of the total amount of this proposal, to the Agency and at no expense to said Agency, executed by a responsible surety acceptable to said Agency in the event that this proposal is accepted by said Agency. If this proposal shall be accepted and the undersigned shall fails to contract as aforesaid and to give the two bonds in the sums to be determined as aforesaid, with surety satisfactory to the Board of Supervisors and proper evidence of insurance in accordance with the contract requirements within eight (8) days, not including Saturdays, Sundays, and legal holidays, after the bidder has received notice from the public agency that the contract is ready for signature, the Board of Supervisors may, in its discretion, award the contract to the next highest bidder and declare the successful bidder's security forfeited, as provided in Public Contract Code section 5106. 4 PROPOSAL 1 Allgood faith effort documentation must be submitted;with the bid or within'two (2) working",days following the bid opening. Failure to submit the required 'good faith effort documentation within ' two (2) working days following the bid opening may render the bid non- responsive. The; bidder is required to subcontract the following minimum ' percentage of its bid: Mandatory Subcontracting 24 % Minimum (MSM) Requirement NOTE: Outreach Program information and/or assistance may be obtained through the; County's Affirmative Action Office at (925) ' 335-1045. ' *The MSM percentage figure will vary from project to project depending upon staff's determination of the amount of work appropriate for subcontracting, 'the availability of subcontractors,:and other pertinent factors. Engineer to determine this percentage on a project by ' project basis. 5 PROPOSAL(CONT.) t The contractor agrees, by submission of this proposal, to conform to the requirements of ' Section 4100 through 4113 of the Public Contract Code. The undersigned, as bidder, declares that he/she has not accepted any bid from any subcontractor or supplier through any bid depository, the.by-laws, rules or regulations of which , prohibit or prevent the contractor from considering any subcontractor or supplier which is not processed through said bid depository, or which prevent any subcontractor or supplier from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository. The following is a complete list of items to be subcontracted, including the subcontractor's name and address, as required. If a portion of any item of work is done by a subcontractor, the value of the work subcontracted will be based on the estimated cost of such portion of the contract item, determined from information submitted by the contractor, subject to approval by the engineer. Contra Costa County requires that all subcontractor information shall be submitted at ' the time of bid opening, no time extension will be allowed to submit this information per Assembly Bill 1092. The Bidder shall list each subcontractor to whom the Bidder proposes to subcontract any item of work, or portion thereof, in excess of one-half of one percent (.50%) of the total bid or $10,000, whichever is greater in accordance with the Subletting and Subcontracting Fair Practices Act, commencing with Section 4100 of the Public Contract Code. ' i 1 t 1 1 1 1 1 6 x Piz w s. 0 0 13 a a 0 cn � s. i0 0 M •~ o c� 1rA ^ En i 1 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY ' BIDDER AND SUBMITTED WITH BID being first duly sworn, deposes and says (Name) that he or she is of , (Title,position in Company) (Name of Company) the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any ' undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid,and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix overhead, profit, or cost element of the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and , further, that the bidder has not, ' directly or indirectly, submitted his order bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or , agent thereof to effectuate a collusive or sham bid." (Signature of Bidder) State of California ) ACKNOWLEDGEMENT(By Individual,Partnership or , County of )ss Corporation) The person(s) signing above for , known to me individual and business capacities as stated, personally appeared before me today and acknowledged that he/she/they executed it and acknowledged to me that the partnership named above executed it or acknowledged to me that the corporation named above executed it pursuant to its bylaws or a resolution of its board of directors. , Dated: Signature: Name(Typed or Printed) (This area for official notarial seal) 8 For bids exceeding$25,000, accompanying this proposal is a Proposal Guaranty in the amount of Ten 00)Percent of Amount Bid (Cashier's Check, Certified Check or Bidder's Bond acceptable) The names'of all persons interested.in the foregoing proposal as principals are as follows: IMPORTANT NOTICE ' If the bidder or other interested person is a corporation, state legal name of corporation, also names of president, secretary, treasurer, and manager thereof. If a copartnership, state•true name of firm. If bidder or'other interested person is an individual,state first and last name in full. Licensed to do. or subcontract all classes of work involved in the project, in accordance with an act providing for the registration of contractors, License No. Class: (Expires ). By my signature on this proposal I certify, under penalty of perjury under the laws of the State of California, that"the foregoing information is true and correct. Date: (Signature of Bidder ' Business address Place of residence Date 20 9 SAMPLE BID BOND , Bond No. KNOW ALL BY THESE PRESENTS: That we as , Principal, and , a corporation organized and existing under the laws of the State of and authorized to transact surety , business in the State of California, as Surety, are held and firmly bound unto , as Obligee, in the sum of Ten Percent (10%)of the amount of the bid Dollars lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS,the Principal has submitted a bid for (Project Name) (Project Number) , NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with such bid and give bond with good and sufficient surety for the faithful performance of such contract, or in the event of the failure of the Principal to enter into such contract and give such bond, if the Principal shall pay to the Obligee the difference, not to exceed the penalty hereof, between the amount specified in said bid and the amount for which Obligee may legally , contract with another party to perform the work covered by said bid, if the latter amount be in excess of the former, then this obligation shall be null and void, otherwise to remain in full force and effect. SIGNED AND SEALED,this day of ,20 (SEAL) (SEAL) , (Principal) (Surety) By: (Signature) (Signature) , (SEAL AND ACKNOWLEDGMENT OF NOTARY) G:\GrpData\Design\CTSPEC\PROPOSAL\SAMBIDB.DOC 511101 10 ' Contra Costa County OUTREACH PROGRAM Affirmative Action Office 651 Pine Street,':Martinez,CA 94553 (925)335-1045 Fax(925)646-1353 LETTER OF INTENT TO PERFORM AS A SUBCONTRACTOR/ SUPPLIER/MANUFACTURER/TRUCKER/SUBCONSULTANT Name of Prime Contractor Name of Project Project Number The undersigned is a(check one): ' Sole proprietorship Corporation Limited Liability Partnership Joint Venture Check the following which may apply.. 1 MBE WBE SBE LBE _ Subcontractor _ Subcontractor _ Subcontractor _ Subcontractor Supplier _ Supplier _ Supplier _ Supplier ' _ Manufacturer _ Manufacturer _ Manufacturer _ Manufacturer _ Trucker _ Trucker _ Trucker _ Trucker _ Other'i _ Other _ Other _ Other — Describe Describe Describe Describe None of the Above Apply The undersigned is prepared to perform the following described work in connection with the above project ' (specify in detail the particular work items or parts thereof to be performed): ' Total Amount I'Bid to Prime Contractor: $ Signature Position'Title Date Name of Person Completing this Form_ Company Name Phone Number ' Fax Number G:\Grp Data\Design\CTSPEC\PROPOSAL\]trintent.doc Revised Effective 8/3/2000 1 ' 11 i Contra Costa County OUTREACH PROGRAM ' Affirmative Action Office 651 Pine Street,Martinez, CA 94553 (925)335-1045 Fax(925)646-1353 VERIFICATION OF PERFORMANCE SUBCONTRACTOR/SUPPLIER/MANUFACTURER/TRUCKER/SUBCONSULTANT , 1. Name of Prime Contractor 2. Name of Project 3. Project Number 4. The undersigned performed work in connection with the above project as(check one): , Sole proprietorship Corporation Limited Liability Partnership Joint Venture 5. Check the following which may apply. ' MBE WBE SBE LBE Subcontractor _ Subcontractor _ Subcontractor _ Subcontractor Supplier _ Supplier _ Supplier — Supplier ' _ Manufacturer _ Manufacturer _ Manufacturer _ Manufacturer _ Trucker _ Trucker _ Trucker _ Trucker Sub Consultant _ Sub Consultant _ Sub Consultant _ Sub Consultant _ Other _ Other _ Other _ Other Describe Describe Describe Describe None of the Above Apply 6. The undersigned has performed the following described work in connection with the above project (specify in detail the particular work items or parts that were performed): , 7. Total Bid to Prime Contractor or Consultant: $ ' 8. Total Amount Received: $ 9. Explain any difference between lines#7 and#8 by attaching a written explanation. i 10. 'Signature Position/Title Date 11. Name of Person Completing this Form ' 12. ) Company Name Phone Number , FAX Number 12 WARRANTY AND REPAIR AGREEMENT ToA enc � g Y)• ' The undersigned agrees to repair and/or replace all improvements installed as part of 2008 Slurry Seal Project (Insert Project Name) 0672-6U2849-08 (Insert Project Number) iShould any of the materials or equipment prove defective or should the work as a whole prove defective, due to faulty workmanship, material furnished or methods of installation, or should the work of any part thereof fail to operate properly as originally intended and in accordance with the plans and specifications, due to any of tfie above causes, for a period of 12 months after date on which the contract work is accepted by the Agency. I'The undersigned also agrees to reimburse the Agency, upon demand, for its expenses incurred in restoring said work to the condition contemplated in said project, including the cost of any such equipment or materials replaced and the cost of removing and replacing any other work necessary to make such replacementor repairs, if such work is perby the Agency. Alternatively, upon demand by the Agency, the undersigned further agrees to replace any such material and to repair said work completely without cost to the Agency so that said work will function successfully as originally contemplated. The Agency shall have the unqualified option to make any needed replacements or repairs itself or to ' have such replacements or repairs done by the undersigned. In the event the Agency elects to have`such work performed by the undersigned, the undersigned agrees that the repairs shall be made and such materials as are necessary shall be furnished and installed within a reasonable time after the receipt of ' demand from the Agency. If the undersigned shall fail or refuse to comply with his obligations under this agreement, the,Agency shall be entitled to all costs and expenses, including attorneys' fees, reasonably incurred by reason of the said failure or refusal. The,warranty period on the replaced materials or repaired defects shall commence, 'for a separate period of 1'2 months, beginning on the date the repair work is accepted by the Agency. .,In no event will the warranty period extend beyond three (3) years from the date the original contract work is accepted by the Agency. r (Company Name) ' (Authorized Signature) ' (Print Name) Date: G:\GrpData\Design\CTSPEC\PROPOSAL\MAINT.doc 7/30/98 13 SAMPLE CONTRACT(Page 1 of 4) ' (Contra Costa County Standard Form Construction Agreement) 1.SPECIAL TERMS. These special terms are incorporated below by reference. (See Secs.2,3) Parties: Public Agency-- Contra Costa County Contractor-- Use complete legal name of Contractor. , Effective Date: (see Section 4 for starting date.) (See Sec.3) Project Name Proj.No. ' located The work consists of all in accordance with the Plans,Drawings,Special Provisions and/or Specifications , prepared by or for the Public Works Director/Chief Engineer(cross out one)and in accordance with the accepted Bid Proposal (See See.4) Completion Time: ((DELETE ONE OF THE FOLLOWING STATEMENTS.)) , (a) By (b) Within working/calendar((circle the appropriate word))days from starting date. ' (See Sec.5) Liquidated Damages: $ per calendar day. (See Sec.6) Public Agency's Agent: , (See Sec.7) Contract Price: $ more or less, in accordance with finished quantities at unit bid prices. ((DELETE TEXT if not unit price bid.)) (See Sec.8) Federal Taxpayer's I.D.or Social Security No. ' 2. SIGNATURES&ACKNOWLEDGEMENT. Public Agency,By: Maurice M.Shiu, Public Works Director , Contractor, hereby also certifying awareness of and compliance with Labor Code Sections 1861 and 3700 concerning Workers' Compensation Law, By: (Designate official capacity in the business) By: (Designate official capacity in the business) ' Note to Contractor: For corporations,the contract must be signed by two officers. The first signature must be that of the chairman of the board, president or vice president;the second signature must be that of the secretary,assistant secretary,chief financial officer or assistant treasurer. (Civil Code,Section 1190 and Corporations Code,Section 313.) The acknowledgment below must be signed by a Notary Public. CERTIFICATE OF ACKNOWLEDGMENT , State of California ) ss. County of ) On before me, (here insert name and title of the officer),personally appeared personally known to me(or proved to me on the basis of satisfactory evidence)to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s),or the entity upon behalf of which the person(s)acted,executed the instrument. WITNESS my hand and official seal. Dated: (Notary's Seal) (Notary Public) , 14 SAMPLE CONTRACT(Paget of 4) ' 3.WORK CONTRACT,CHANGES. (a) By their signatures in Section 2,effective on the above date,these parties promise and agree as set forth in this contract,incorporating by these references the material in Section 1,SPECIAL TERMS. h (b) Contractor shall,at his own cost and expense,and in a workmanlike manner,fully and faithfully perform and complete the work;and will furnish all materials,labor,services and transportation necessary,convenient and proper in order fairly to perform the requirements of this contract,all strictly in accordance with the Public Agency's plans,drawings and specifications and in accordance with the accepted bid proposal. (c) The work can be changed only with Public Agency's prior written order specifying such change and its cost agreed to by the parties;and the Public. ' Agency shall never have to pay more than specified in Section 7,PAYMENT,without such an order. 4. TIME:' NOTICE TO PROCEED. • Contractor shall start this work as directed in the specifications or the Notice to Proceed; and'shall complete it as specified in Section 1,SPECIAL TERMS. iy 5. LIQUIDATED DAMAGES. If the Contractor fails to complete this contract and this work within the time fixed therefor,allowance being made for contingencies as provided herein,he becomes liable to the Public Agency for all its loss and damage therefrom;and because,from the nature of the case,it is and wiWbe impracticable and extremely difficult to ascertain and fix the Public Agency's actual damage from any delay in performance hereof,it is agreed that Contractor will pay as liquidated damages to the Public Agency the reasonable sum specified in Section 1,SPECIAL TERMS, the result of the parties'reasonable endeavor to estimate fair average compensation therefor,for each calendar day's delay in finishing said work;and if the same be not paid,Public Agency may,in addition to its other remedies,deduct the same from any money due or to become due Contractor under this contract. If the Public:Agency for any cause authorizes or contributes to a delay,suspension of work or extension of time,its duration shall be added to the time allowed for completion,but it shall not be deemed a waiver nor be used to defeat any right of the Agency to damages for non-completion or delay hereunder. Pursuant to Government Code Section 4215,the Contractor shall not be assessed liquidated damages for delay in completion of the work, when such delay was caused by the failure of the Public Agency or the owner of a utility to provide for removal or relocation of existing utility facilities. 6. INTEGRATED DOCUMENTS. The plans,drawings and specifications or special provisions of the Public Agency's call for bids; and Contractor's accepted bid for this work are hereby incorporated into this contract;and they are intended to cooperate,so that anything exhibited in the plans or drawings and not mentioned in the specifications or special provisions;or vice versa,is to be executed as if exhibited,mentioned and set forth in both,to the true intent.'and meaning thereof when taken all together;and differences of opinion concerning these shall be finally determined by Public Agency's Agent specified in Section 1,SPECIAL TERMS. ' 7. PAYMENT: (a) For his strict and literal fulfillment of these promises and conditions,and as full compensation for all this work,the Public Agency shall pay the Contractor the sum specified in Section I.SPECIAL TERMS,except that in unit price contracts that payment shall be for finished quantities at unit bid prices. (b) On or about the first of each calendar month,the Contractor shall be paid for all work done through the 15th of the preceding calendar month,as determined by Public Agency,minus 10%thereof pursuant to Public Contract Code Section 9203,but not until defective work and materials have been removed,replaced,and',made good. 8.PAYMENTS WITHHELD. (a) The Public Agency or its Agent may' withhold any payment,or because of later discovered evidence nullify all or any certificate for payment,to such extent and period of time only as may be necessary,to protect the Public Agency from loss because of: (1) Defective work not remedied,or uncompleted work,or (2) Claims filed or reasonable evidence indicating probable filing,or (3) Failure to properly pay subcontractors or for material or labor,or (4) Reasonable doubt that the work can be completed for the balance then unpaid,or (5) Damage to another contractor,or (6) Damage to the Public Agency,other than damage due to delays. (b) The Public Agency shall use reasonable diligence to discover and report to the Contractor,as the work progresses,the materials and labor which are not satisfactory to it,so as to avoid unnecessary trouble or cost to the Contractor in making good any defective work or parts. ' (c) 35 calendar days after the Public Agency files its notice of completion of the entire work,it shall issue a certificate to the Contractor and pay the balance of the contract price after deducting all amounts withheld under this contract,provided the contractor shows that all claims for labor and materials have been paid,no claims have been presented to the Public Agency based on acts or omissions of the Contractor,and no liens or withhold notices have been filed against the work or site,and provided there are not reasonable indications of defective or missing work or of late-recorded notices of liens or claims against Contractor. 9. INSURANCE. (Labor Code Secs.1860-61) On signing this contract,Contractor must give Public Agency (1) a certificate of consent to self- insure issued by the Director of Industrial Relations,or (2) a certificate of Workers'Compensation insurance issued by an admitted insurer,or (3) an exact copy of duplicate thereof certified by the Director or the insurer. Contractor is aware of and complies with Labor Code Section 3700 and the Workers'Compensation Law. 10. BONDS. On signing this contract Contractor shall deliver to Public Agency for approval good and sufficient bonds with sureties,in amount(s) specified in the specifications or special provisions,guaranteeing his faithful performance of this contract and his payment for all labor and materials ' hereunder. 1 • 15 SAMPLE CONTRACT(Page 3 of 4) 11. FAILURE TO PERFORM. If the Contractor at any time refuses or neglects,without fault of the.Public Agency or its agent(s),to supply sufficient materials or workmen to complete this agreement and work as provided herein,for a period of 10 days or more after written notice thereof by the Public Agency,the Public Agency may furnish same and deduct the reasonable expenses thereof from the contract price. 12. LAWS APPLY. General. Both parties recognize the applicability of various federal,state,and local laws and regulations,especially Chapter I of Part 7 of Division 2 of the Labor Code(beginning with Section 1720,and including Sections 1735, 1777.5,and 1777.6 forbidding discrimination). The parties specifically stipulate that the relevant penalties and forfeitures provide in the Labor Code,especially in Sections 1775 and 1813 concerning , prevailing wages and hours,as well as Section 1776 concerning certified payroll records,shall apply to this agreement. 13. SUBCONTRACTORS. Public Contract Code Sections 4100-4.114 are incorporated herein. 14. WAGE RATES. (a) Pursuant to Labor Code Section 1773,the Director of the Department of Industrial Relations has ascertained the general prevailing rates of wages per diem,and for holiday and overtime work,in the locality in which this work is to be performed,for each craft,classification,. or type of workman needed to execute this contract,and said rates are as specified in the call for bids for this work and are on file with the Public Agency, and are hereby incorporated herein. (b) This schedule of wages is based on a working day of 8 hours unless otherwise specified;and the daily rate is the hourly rate multiplied by the number of hours constituting the working day. When less than that number of hours are worked,the daily wage rate is proportionately reduced,but the hourly rate remains as stated. (c) The Contractor,and all his subcontractors,must pay at least these rates to all persons of this work,including all travel,subsistence,and fringe ' benefit payments provided for by applicable collective bargaining agreements. All skilled labor not listed above must be paid at least the wage scale established by collective bargaining agreement for such labor in the locality where such work is being performed. If it becomes necessary for the Contractor or any subcontractor to employ any person.in a craft,classification or type of work(except executive,supervisory,administrative,clerical or other non-manual workers as such)for which no minimum wage rate is specified,the Contractor shall immediately notify the Public Agency which shall ' apply from the time of the initial employment of the person affected and during the continuance of such employment. 15. HOURS OF LABOR. Eight hours of labor in one calendar day constitutes a legal day's work,and no workman employed at any time on this work by the Contractor or by any subcontractor shall be required or permitted to work longer thereon except as provided in Labor Code Sections 18 10- , 1815. 16. APPRENTICES. Properly indentured apprentices may be employed on this work in accordance with Labor Code Sections 1777.5 and 1777.6, forbidding discrimination. 17. DESIRE TO PROMOTE ECONOMY OF CONTRA COSTA. The Public Agency desires to promote the industries and economy of Contra , Costa county,and the Contractor therefore is encouraged to use the products,workmen,laborers and mechanics of this County in every case where the price,fitness and quality are equal. 18. ASSIGNMENT. The agreement binds the heirs,successors,assigns,and representatives of the Contractor;but he cannot assign it in whole or in part,nor any monies due or to become due under it,without the prior written consent of the Public Agency and the Contractor's surety or sureties, unless they have waived notice of assignment. 19. NO WAIVER BY PUBLIC AGENCY. Inspection of the work and/or materials, or approval of work and/or materials inspected, or , statement by any officer,agent or employee of the Public Agency indicating the work or any part thereof complies with the requirements of payments therefor, or any combination of these acts, shall not relieve the Contractor of his obligation to fulfill this contract as prescribed;nor shall the Public Agency be thereby estopped from bringing any action for damages or enforcement arising from the failure to comply with any of the terms and conditions hereof. , 20. HOLD HARMLESS&INDEMNIFICATION (a) Contractor promises to and shall defend,indemnify, save,and hold harmless the indemnitees from the liabilities as defined in this , section. (b) The indemnitees benefitted and protected by this promise are the Public Agency and its elective and appointive boards,commissions, officers, agents, and employees, together with any additional persons and entities, if any, listed in the Supplementary General Conditions (Division G), ' (c) The liabilities protected against are any and all claims,demands,causes of action,damages, costs, expenses, actual attomeys' fees, losses,or liabilities arising out of or in connection with the actions defined below for personal injury,sickness,disease,emotional injury,death, property damage(including loss of use),trespass,nuisance,inverse condemnation,patent infringement,or any combination of these,regardless of whether or not such liability,claim,or damage was foreseeable at any time before the Public Agency approved the improvement plans or accepted the improvements as completed,and including the defense of any suit(s)or action(s)at law or equity concerning these. (d) The actions causing liability are any act or omission (negligent or non-negligent) in connection with the matters covered by this contract and attributable to the Contractor,subcontractor(s),supplier(s),trucker(s),anyone for whose acts the Contractor may be liable,or any ' officer(s),agent(s)or employee(s)of one or more of them. (e) The promise and agreement in this section is not conditioned or dependent on whether or not any indemnitee has prepared,supplied,or approved any plan(s),drawing(s),specification(s),or special provision(s)in connection with this work or has insurance or other indemnification , covering any of these matters. 16 ' SAMPLE CONTRACT(Page 4 of 4) '. (f) Except as prohibited by Civil Code Section 2782,the Contractor's obligations under this section shall exist regardless of the existence or degree of fault of the Public Agency or any indemnitee. (g) The Contractor's obligations under this section shall extend to claims arising after the work is completed and accepted if the claims are related to alleged acts or omissions that occurred during the course of the work. Public Agency's inspection is not a waiver of full compliance with these requirements. (h) The Contractor and the Contractor's insurance carrier(s) shall respond within 15 days to the tender of any claim for defense and ' indemnity by the Public Agency,unless this time has been extended by the Public Agency. (I) With respect to third-party claims against the Contractor,the Contractor waives all rights of any kind to express or implied indemnity against the indemnitees'. 0) Nothing in this section is intended to establish a standard of care owed to any third party or,to extend to any third party the status of a third-party beneficiary.,'. 21. EXCAVATION. Contractor shall comply with the provisions of Labor Code Section 6705,if applicable,by submitting to Public Agency a ' detailed plan showing the design of shoring,bracing,sloping,or other provisions to be made for worker protection from the hazard of caving ground during trench excavation. 22. RECORD RETENTION. Except for records delivered to Public Agency,Contractor shall retain, for a period of at least five years after ' Contractor's receipt of the final payment under this contract,all records prepared in the performance of this contract or otherwise pertaining to the work, including without limitation bidding,financial and payroll records. Upon request by Public Agency,Contractor shall make such records available to Public Agency,or to authorized representatives of the state and federalgovernments,at no additional charge and without restriction or limitation on.their use. ' 23. CONFLICT WITH BID. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this contract and the bid or proposal of said Contractor,then this contract shall control and nothing herein shall be considered as an acceptance of.said terms of said proposal conflicting herewith. 24. USE OF PRIVATE PROPERTY..Contractor shall not use private property for any purpose in connection with the work absent a prior,written agreement with the affected property owner(s). ((Use Sections 25&26 only on CALTRANS-supervised projects.)) ' 25. CONTROL,BY STATE. The improvement contemplated in the performance of this contract is an improvement over which the State of California shall exercise general supervision. The State of California,therefore,shall have the right to assume full and direct control over this contract whenever the State of California,in its sole discretion,shall determine that its responsibility to the United States would so require such action. 26. RENTAL AND WAGE RATES. The statement of prevailing wages appearing in the Equipment Rental Rates and General Prevailing Wage Rates is hereby specifically referred to and by this reference is made a part of this contract. \tt FORM APPROVED by County Counsel. (CC-1;Rev.3-95) ' G:\Design\CTSPEC\PROPOSAL\samcontr-DRAFT.doc 511101 17 SAMPLE PERFORMANCE BOND -- PUBLIC WORK ' Bond No. Premium Any claim under this Bond should be sent to the following address: KNOW ALL BY THESE PRESENTS: That we, as Principal, and a corporation organized and existing under the laws of the State of and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto as Obligee, in the sum of Dollars($ ) lawful money of the , United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. , THE CONDITION of the above obligation is such that, whereas the Principal has entered into a contract dated , with the Obligee to do and perform the following work, , to-wit: as is more specifically set forth in the contract documents,reference to which is hereby made. NOW THEREFORE, if the Principal shall well and truly perform all the requirements of said contract ' documents required to be performed on its part, at the times and in the manner specified therein,then this obligation shall be null and void,otherwise it shall remain in full force and effect. PROVIDED, that any alterations in the work to be done or the materials to be furnished, or changes in , the time of completion, which may be made pursuant to the terms of said contract documents, shall not in any way release the Principal or the Surety thereunder, nor shall any extensions of time granted under the provisions of said contract documents release either the Principal or the Surety, and notice of such , alterations or extensions of time is hereby waived by the Surety. PROVIDED, that if any action is commenced on this bond by the Obligee, in addition to the sum ' specified above, the Principal and the Surety, their heirs, executors, administrators, successors and assigns,jointly and severally, shall be obligated to pay to the Obligee all costs, attorney's fees and other litigation expenses incurred by the Obligee in collecting monies due under the terms of this bond. SIGNED AND SEALED, this day of (SEAL) (SEAL) , (Principal) (Surety) By: (Signature) (Signature) ' (SEAL AND ACKNOWLEDGMENT OF NOTARY) 18 ' SAMPLE PAYMENT BOND --PUBLIC WORK [Civ. Code Secs. 3247 - 3248] Bond No. Premium Any claim under this Bond should be sent to the following address: KNOW ALL BY THESE PRESENTS: That we, as Principal, and ' a corporation organized and existing under the laws of the State of and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto as Obligee, in the sum of ' Dollars($ I' ) lawful'money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and ' assigns,jointly and severally, firmly by these presents. THE CONDITION of the:above obligation is such that, whereas the Principal has entered into a contract dated with the Obligee to,do and perform the following work, to-wit: as is more specifically set forth in the contract documents,reference to which is hereby made. ' NOW THEREFORE, if the Principal or a subcontractor fails to pay any of the persons named in Section 3181 of the Civic,.Code, or amounts due under the Unemployment Insurance Code with respect to work or labor performed under the contract, or for any amounts required to be deducted, withheld ' and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code, with respect to such work and labor, the Surety will pay for the same, in an amount not exceeding the sum ' specified in this bond, and also, in case suit is brought upon this bond, a reasonably attorney's fee, to be fixed by the court. ' This bond shall'ensure to the benefit of any of the persons named in Section 3181 of the Civic Code so as to give a right of action to such persons or their assigns in any suit brought upon this bond. ' SIGNED AND SEALED,this day of (SEAL) (SEAL) (Principal) (Surety) iBy: (Signature) (Signature) (SEAL AND ACKNOWLEDGMENT OF NOTARY) 19 CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS PLANS AND SPECIAL PROVISIONS FOR 2008 SLURRY SEAL PROJECT PROJECT NO 0672-6U2849-08 0H 11 i C FOR USE WITH STANDARD SPECIFICATIONS DATED MAY, 2006 AND STANDARD PLANS DATED MAY, 2006 OF THE CALIFORNIA DEPARTMENT OF TRANSPORTATION, AND GENERAL PREVAILING WAGE RATES AND APPLICABLE LABOR SURCHARGE AND EQUIPMENT RENTAL RATES, AS ON FILE WITH THE CLERK OF THE BOARD OF SUPERVISORS. BID OPENING DATE: March 18, 2008 FOR PRE-BID INFORMATION CONTACT: Pete Warden (925) 313-2248 ENGINEER'S ESTIMATE: $788,000 FOR PLAN HOLDER'S LIST CALL (925) 313-2000 Visit the Design Division at the Public Works website for other advertised and developing projects www.co.contra-costa.ca.us/depart/pw/ (under"Contractor Info.") THIS SHEET IS FOR INFORMATION PURPOSES ONLY AND SHALL NOT BE CONSIDERED A PART OF THIS CONTRACT SPECIAL NOTICE 1 The Bidder shall submit applicable list of subcontractors with the bid proposal. Failure to submit this information with the bid proposal may result in rejection of the bid. SPECIAL NOTICE 2 A pre-bid meeting is scheduled for this project on the date given in the Notice to Contractors. Discussions will cover project construction and,,the Bidder Outreach Program i requirements. To further assist bidders in fulfilling County Outreach Program requirements, a "Good Faith Effort Documentation Booklet" is available online at: www.co.contra-costa.ca.us/'depart/pw. Mouse-over "Contractor Info' at the left of the screen to activate the drop down menu. Click on "Co. Outreach GFE Booklet" from the drop down menu for a pdf document entitled"Good Faith Effort Document Booklet". SPECIAL NOTICE 3 In cases of utility leaks, breaks, or emergencies, the following numbers should be called: Utility Phone Number EBMUD (510) 835-3000 PG&E (Gas) :(800) 743-5000 PG&E (Electric) (800) 743-5000 AT&T 611 CENTRAL CONTRA COSTA SANITARY DISTRICT 925 933-0955 ASTOUND (925) 459-1000 COMCAST (888) 824-8219 RODEO SANITARY DISTRICT .''(510) 799-2970 MOUNTAIN VIEW SANITARY DISTRICT _ (925) 228-5635 EX.10 CONTRA COSTA. WATER DISTRICT (925) 688-8095 SPECIAL NOTICE 4 In the case where a bidder claims an inadvertent error in listing subcontractors, a notice of the claim must"be submitted to the Engineer, in writing within two (2) working days after- the time of the bid opening and copies of the notice must be sent to the subcontractors involved. SPECIAL NOTICE 5 The bidder's attention is directed to the State and Federal laws concerning fraud, bribery, collusion, conspiracy, and making false statements in connection with bidding upon, award of, or performance of any public works contract. The U.S. Department of Transportation,Office of Inspector General,has established the following telephone hotline to report violations. In California call 1-800-545-7496 Outside California call 1-800-424-9071 Confidentiality may be maintained and callers may remain anonymous. SPECIAL NOTICE 6 The bidder's attention is directed to Section 2-1.01A of these Special Provisions regarding the requirement of a WARRANTY AND REPAIR AGREEMENT for the entire project. i SPECIAL NOTICE 7 Planholders lists for projects out to bid for the Contra Costa County Public Works Department may be viewed on-line at the Public Works Web Site. Projects under development for the upcoming season may also be viewed at the site. 1. Log-on at www.co.contra-costa.ca.us/depart/pw 2. Mouse-over "Contractor Info" at the left of the screen to activate the drop-down menu 3. Click on"Plan Holders List" from the drop-down menu 4. On the "Projects Out to Bid"web-page you will find a listing of current active projects with pertinent project information including a. Access to the "Notice to Contractors" which will give you a brief description of the project as well as how to obtain a set of bid documents and b. Access to the "Planholders List". DISCLAIMER r Contra Costa County Public Works Department provides the Planholders List as a convenience to Contractors, Subcontractors and suppliers. The Public Works Department is under no legal obligation to provide this information. While we make every effort to keep this information current and correct, the Public Works Department makes no guarantee as to the accuracy or completeness of these documents. sE ti - -L -= Contra Costa County n �S Attention oOST''�'COUP7'T� GAv Special Notice Date: January 2004 To: Prime Contractors From: Emma Kuevor r Affirmative Action Officer Subject: New Business Enterprise Category On October 14, 2003, the Board of Supervisors approved the. addition of the Disabled Veterans Business Enterprise (DVBE) category to' the County's Outreach Program. The definition of a DVBE is: A Disabled Veteran Business Enterprise (DVBE) is a business entity at least 51% owned by one or more disabled veterans and whose daily business operations: must be managed and controlled by one or more disabled veteran(s); the disabled veteran(s) who manages and controls the business is not required to be the disabled veteran business owner(s); and the home office must be located in the U.S. (the home office cannot be a branch or subsidiary of a foreign corporation, foreign firm, or other foreign based-business). The disabled Veteran must be a California resident, have a service-connected disability of at least 10% or more and be an honorably discharged veteran of the' U.S. Military, Naval or Air Services. In Section 3 "Outreach Program/ Mandatory Subcontracting Minimum/Award and Execution of Contract" of these Special Provisions, whenever you see the listing of Minority Business Enterprises (MBEs), Women Business Enterprises (WBEs), Small Business Enterprises (SBEs), and Local Business Enterprises (LBEs), please add Disabled Veteran Business Enterprises (DBVEs) to the list of business enterprises. For example: MBE, WBE, SBE, LBE, and DVBE. Contact the following agency for a listing of DVBEs: State of California Department of General Services Procurement Division Small Business and DVBE Certification 707 Third Street, 1St Floor, Room 400 P.O. Box 989052 West Sacramento, CA 95798-9052 (800) 559-5529 http://www.pd.dgs.ca.gov/smbus/certinq.htm If you have any questions contact: Affirmative Action Office County Administration Building 651 Pine Street, 10th Floor Martinez, California 94553-1229 (925) 335-1045 Fax: (925) 646-1353 V i PROJECT NO. 0672-6U2849-08 Th special provisions contained herein have n The sp p be prepared by or under the direction of the following Registered Persons: ?RO�E CIVIL ca�� x-68tz 9 �'VI L i TABLE OF CONTENTS PLANS (9 SHEETS) NOTICE TO CONTRACTORS SPECIAL PROVISIONS SECTION 1. SPECIFICATIONS AND PLANS..................................:....................................2 AMENDMENTS TO MAY 2006 STANDARD SPECIFICATIONS.......................................3 SECTION 2. PROPOSAL REQUIREMENTS AND CONDITIONS...................................27 2-1.01 GENERAL...................................................................................................................27 2-1.02 WARRANTY AND REPAIR AGREEMENT.........................................................28 ' SECTION 3-1.00 OUTREACH PROGRAM.....:...........:...........................:............................28 3-1.01 GENERAL.................:...................................:.......................................:.....................28 3-1.02 MBE/WBE/OBE PARTICIPATION.......................................................................28 3-1.03 DEFINITIONS............................................................................................................28 3-1.04 CERTIFICATION AND PARTICIPATION OF MINORITY AND WOMEN BUSINESS ENTERPRISES...................................................................................................30 3-1.05 GOOD FAITH EFFORT DOCUMENTATION......................................................34 3-1.05A GOOD FAITH EFFORT DOCUMENTATION SUBMITTAL ....................... 38 3-1.06 AWARD OF CONTRACT....:....................................:..............................................38 3-1.07 SUBCONTRACTOR SUBSTITUTION...................................................................39 3-1.08 SUB-AGREEMENT FALSIFICATION..................................................................39 3-1.09 FINAL SUBCONTRACTING REPORT SUBMITTAL/VERIFICATION OF PERFORMANCEFORMS...................:................................................................................40 3-1.10 REVIEW OF RECORDS...........................................................................................40 3-1.11 PROMPT PAYMENT............................................................................................:...40 SECTION 3-2.00 MANDATORY SUBCONTRACTING MINIMUM...............:.................40 3-2.01 GENERAL...................................................................................................................40 3-2.02 MANDATORY SUBCONTRACTING MINIMUM PARTICIPATION LEVEL40 3-2.03. DEFINITIONS............................................................................................................40 3-2.04 MSM PARTICIPATION RECOGNITION.............................................................41 SECTION 3-3.00 EXECUTION OF CONTRACT..................................................................42 3-3.01 AWARD OF CONTRACT.........................................................................................42 3-3.02 BONDS....................:...............................::...................................................::..............42 3-3.03 INSURANCE REQUIREMENTS.....................................................................6.......42 3-3.04 EXECUTION OF AGREEMENT (CONTRACT)..................................................44 SECTION 4. BEGINNING OF WORK AND TIME OF COMPLETION..........:...............44 { 4-1.01 GENERAL...................................................................................................................44 4-1.02 PRE-CONSTRUCTION CONFERENCE ...............................................................45 SECTION5. GENERAL...........................................................................................................46 SECTION5-1. MISCELLANEOUS........................................................................................46 5-1.01 LEGAL HOLIDAYS..................................................................................................46 5-1.02 PAYROLL RECORDS..............................................................................................46 5-1.03 AFFIRMATIVE ACTION AND EQUAL EMPLOYMENT OPPORTUNITY....46 5-1.04 SCOPE OF PAYMENT........ 5-1.05 INCREASES AND DECREASES IN QUANTITIES.............................................50 5-1.06 INTERPRETATION OF CONTRACT DOCUMENTS ........................................50 , 5-1.07 CONTROL OF WORK..... ..50 ' 5-1.08 COST REDUCTION INCENTIVE..........................................................................50 5-1.09 LABOR NONDISCRIMINATION...........................................................................51 5-1.10 PAYMENTS................................................................................................................ 51 5-1.11 INTEREST ON PAYMENTS....................................................................................52 5-1.12 PUBLIC SAFETY ................................................:.....................................................52 5-1.13 TESTING..................................................................................................................... 54 5-1.14 SURFACE MINING AND RECLAMATION ACT................................................54 5-1.15 CLAIMS BY CONTRACTOR..............................................................................:...54 5-1.16 AREAS FOR CONTRACTOR'S USE..................................................................... 57 e 5-1.17 AIR POLLUTION CONTROL................................................................................. 57 5-1.18 SUBCONTRACTING................................................................................................57 , 5-1.19 PROMPT PROGRESS PAYMENT TO SUBCONTRACTORS...........................58 5-1.20 PROMPT PAYMENT OF WITHHELD FUNDS TO SUBCONTRACTORS.....58 5-1.21 RECORDS................................................................................................................... 58 5-1.22 ACCEPTANCE OF CONTRACT:...........................................................................59 5-1.23 PUBLIC CONVENIENCE........................................................................................ 59 5-1.24 ENCROACHMENT PERMIT-CITY OF MARTINEZ...................................... 61 5-1.25 ENCROACHMENT PERMIT-CALTRANS........................................................61 SECTION 6. ADDITIONAL INSUREDS,WORKING DAYS, AND LIQUIDATED DAMAGES..................................................................................................................................62 6-1.01 ADDITIONAL INSUREDS.......................................................................................62 6-1.02 WORKING DAYS......................................................................................................62 6-1.03 LIQUIDATED DAMAGES.......................................................................................62 SECTION7 (BLANK)................................................................................................................62 , SECTION8. MATERIALS .......................................................................................................62 SECTION 8-1. MISCELLANEOUS.........................................................................................62 8-1.01 PREQUALIFIED AND TESTED SIGNING AND DELINEATION MATERIALS .......................................................................................................................... 62 8-1.02 TESTING..................................................................................................................... 69 8-1.03 QUALITY CONTROL TESTING............................................................................ 70 SECTION8-2. (BLANK) ............................................................................................................ 70 SECTION8-3. (BLANK) .........,..............................:.....:............................................ ............... 70 SECTION 9. DESCRIPTION OF WORK.............................................................. ............... 70 SECTION 10 CONSTRUCTION DETAILS ........................................................................70 SECTION10-1. GENERAL.... .........................................................:................................70 10-1.01 ORDER OF WORK................................................................................................. 70 10-1.02 WATER POLLUTION CONTROL....................................................................... 72 10-1.03 PRESERVATION OF PROPERTY....................................................................... 74 10-1.04 CONSTRUCTION AREA TRAFFIC CONTROL DEVICES.............................75 10-1.05 CONSTRUCTION AREA SIGNS .......................................................................... 76 10-1.06 MAINTAINING TRAFFIC..................................................................................... 77 10-1.07 TEMPORARY PAVEMENT DELINEATION..................................................... 81 10-1.08 EXISTING HIGIHWAY FACILITIES.................................................................. 81 10-1.08A REMOVE PAVEMENT MARKERS ..................... 10-1.08B REMOVE THERMOPLASTIC STRIPE AND THERMOPLASTIC PAVEMENT MARKING.....................:. .................................... ............................... 82 10-1.09 CLEARING AND GRUBBING ..............................................................................82 10-1.10 SLURRY SEAL ........................................................................................................ 83 10-1.11 TRAFFIC STRIPES AND PAVEMENT MARKINGS.........................................94 10-1.12 PAVEMENT MARKERS........................................................................................95 APPENDICES.................................. .................... ........ ......... ................................................ 96 APPENDIX A LIST OF STREETS TO BE SLURRY SEALED APPENDIX B THERMOPLASTIC STRIPING SCHEDULE APPENDIX C ENCROACHMENT PERMIT APPLICATIONS i i 1 f I CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT 2008 SLURRY SEAL PROJECT. PROJECT NO. 0672-6U2849-08 TO BE SUPPLEMENTED BY STATE STANDARD PLANS DATED MAY, 2006 THE CONTRACTOR SHALL POSSESS THE CLASS (OR CLASSES) OF LICENSE AS SPECIFIED IN THE "NOTICE TO CONTRACTORS" SITE 5 SITE 4 � a Pall - a ♦ - - ,µurp or m ' e, to Ipl1 ,` ���• �.o ecr 9 ,m / sCIQIIS � '. 4 ASOLII b rxr �. � t olodsol � � a p ", enoln000 14MEK ' . dtr SITE 3 ° . ALAW a i d am SITE 2 . i i SITE 1 - - � LOCATION MAP NOT TO SOLE 2008 I'MO r &"IN / LEGEND CL � (JY1'�ri 212008 IBNIOR Pita®CI' sNO NBBR ' TYPE II SLURRY SEAL CL 01 W/, 24008 MRVONo O& INWItNOTE= SEE APPENDIX A FOR LISTING OF PROJECT ROADS AND ESTIMATED AREAS OF SLURRY SEAL. 2 /qu7( dc284908.001 )6 rectory \design\current projects PLAN SHEET 1 OF 9 1 File No.MA-216-2008 CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT 2008 SLURRY SEAL PROJECT - - - - - - - - - - - - - - - - - - - GUTTER LIP OR EDGE / OF PAVEMENT VALLEY SLURRY SEAL GUTTER LIMITS r TYPICAL SLURRY LIMITS DETAIL NOT TO SCALE aze4gos.00z PLAN SHEET 2 OF9 File No.MA-216-2008 drectory \design\current projects CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT 2008 SLURRY SEAL PROJECT A O 1 A r NOTES: i 1A SLURRY . OVERLAP SHALL NOT EXCEED 2". A EXCESS SLURRY SHALL BE REMOVED DAILY. STAINS IN THIS AREA NEED NOT BE REMOVED. D STAINS IN THIS AREA, INCLUDING FACE OF CURB, SHALL BE REMOVED. A UTILITY AND MONUMENT COVERS SHALL BE CLEANED DAILY. CLEANUP DETAIL NOT TO SCALE de284908.003 PLAN SHEET 3 OF 9 d rectory \design\current projects File No.MA-216-2008 . CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT 2008 SLURRY SEAL PROJECT - lb - - _ �1 �4 , 11 II 11 / 1 SITE 1 MORGAN TERRITORY AREA PLAN SHEET 4 OF 9 NO SCALE dC2eee08.004 NOTE:STREETS OUTLINED IN BOLD ARE TO BE SLURRY SEALED. File No. MA-216-2008 CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT 2008 SLURRY SEAL PROJECT I'{.l�/JI' III�II' f'1' rIEH Cr � u iR IT -� E \ r Ay /4 1 g 0 fLEWG OR IT J " y wourR cr �ou.r+�� a B r-TA IT O Yr RA R Cr " g OE-` i J a El Cr s cF � � P `+ .g JA Y � V F Won p ' YT OEEE OR 5 SITE 2 CLAYTON AREA PLAN SHEET 5 OF 9 No SCALE aozaaeoa.m NOTE: STREETS OUTLINED IN BOLD ARE TO BE SLURRY SEALED. File No. NIA-216-2008 CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT 2008 SLURRY SEAL PROJECT e r s � y a 0.4 � o� d r4 N qr 8 C 4 0 r i B c SITE 3 coNcaRo AREA PLAN SHEET 6 OF . 9 NO SCALE ac2e490e.006 NOTE:STREETS OUTLINED IN BOLD ARE TO BE SLURRY SEALED. File No. MA-216-2008 CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT 2008 SLURRY SEAL PROJECT �f �f 1Y V i f a�Vf E 'Y �4 b C� 3 M(M qlUAVAS � \ M SITE 4 IrARTAiEZ AREA PLAN SHEET 7 OF 9 NO FALrL ao294900.007 NOTE: STREETS OUTLINED IN BOLD ARE TO BE SLURRY SEALED. File No.NSA-216-2008 �♦�♦���IIII I ♦�♦�`���:• IIIIIII gw sw �� • III '' �. ..,:._..., :: � '��/ •� �� ��SII ��__ ,._. 34 `�,,,♦,� ♦,/I,'��I/I/IIII�j��/VIII/■ t� \,�� ♦�t/�/��/I/j/��I�j//�// I/I��� ���1�11 til; �. � ■�■�.. ■ ♦♦���Ij�////j/////II��� �♦� W-. .*7 / 1,__ IIIA 1�■t �1 IIIA X1111 ■ t MW ZEN =11 ON INS so Emma mm ■ ems �� ► ♦ � ��Ell pw -■ ■ ...- ♦, r W. !� ► p �o �1_ ■11 ��:-III �� ���� �I/��• �� `1; I_����� ��'�I SII ` IN WMAN � �� •I. moo, :,�: ��� �. ♦ ��O�,,i `� ♦�♦�� ��, �. � 41F♦ I �� ' .. �♦♦moi ��, �� 1 UPOM NAM MAIN I WRA mw 8% RIX Mis- �is--ME Project Name: 2008 SLURRY SEAL PROJECT Project Number: 0672-6U2849-08 i Contra Costa County Public Works Department 255 Glacier Drive, Martinez, California 94553-4897 ' NOTICE TO CONTRACTORS The Public Works Director will receive sealed bids at the Public Works Department, C.C. Rich Building, 255 Glacier Drive, Martinez, California 94553-4897, .until 2 o'clock p.m., on March 18, 2008, at which time they will be publicly opened and read, for: 2008 SLURRY SEAL PROJECT. General work description: Cleaning road surface, including weed removal and sweeping,removing pavement striping and markings, applying Type II slurry seal as per the plans, site cleanup, and placing thermoplastic striping and pavement markings. Various County roads will be treated in the following areas: Morgan Territory Road, Clayton, Concord,Martinez, and Rodeo. Engineer's cost estimate: $788,000 ' A pre-bid meeting will be held on Monday, March 3, 2008 at 10:00 a.m. at the Public Works Department to cover the County's Bidder Outreach Program. Prospective bidders ' attendance is recommended but not mandatory. Contract Documents, including plans and specifications,may be viewed and/or obtained at the Public Works Department, C.C. Rich Building, 255 Glacier Drive, Martinez, California 94553-4897, Monday - Thursday (7:00 a.m. - 12 Noon and 1:00 p.m. - 5:00 p.m.), and Friday (8:00 a.m. - 12 Noon and 1:00 p.m. - 5:00 p.m.). To obtain plans and specifications a service charge is required in the amount of $17.00 (sales tax included). ' Plans and specifications may be ordered by mail for an additional shipping and handling fee of$3.00. Checks shall be made payable to 'The County of Contra Costa' and be mailed to the above address. The Public Works Department does not guarantee the arrival of the plans and specifications in time for bidding. Plans and specifications will not be sent overnight mail. This project is to be advertised pursuant to Public Contract Code 22037. This contract is subject to state contract nondiscrimination and compliance requirements ' pursuant to Government Code, Section 12990. The Contractor shall possess a Class A or Class C-12 License at the time the Contract is awarded. , Bids must cover the entire project, and neither partial nor contingent bids will be considered. The successful bidder shall furnish a payment bond and a performance bond. The Board has ascertained the general prevailing rate of wages applicable to this work. The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors, and is incorporated herein by reference thereto, the same as if set forth in full herein. For , any classification not included in the list, the minimum wage shall be the general prevailing rate for Contra Costa County. The bid opening date may be extended by addendum issued by the Public Works , Department no later than March 14, 2008, in which case any bids submitted for the original bid opening will be returned unopened and sealed bid proposals for the extended bid opening shall be submitted on or before April 1, 2008, at 2:00 p.m., and.will be opened, ' read and recorded at the same place specified above. All proposals received late will be returned unopened. The said Board reserves the right to reject an and all bids or an portion of an bid ' g J Y any Y and/or waive any irregularity in any bid received. For questions regarding the project contact Pete Warden,Design Division, at(925) 313- , 2248. By order of the Board of Supervisors of Contra Costa County ' John Cullen Clerk of the Board of Supervisors and County Administrator , By 1Deputy Dated: , Publication dates: , 1 1 1 ' CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT ' SPECIAL PROVISIONS SECTION 1. SPECIFICATIONS AND PLANS The work embraced herein shall be done in accordance with the Standard Specifications and the Standard Plans dated May, 2006, of the State of California, Department of Transportation, and the Standard Plans of the Contra Costa County Public Works Department insofar as the same may apply and in accordance with the following special provisions. In case of conflict between the Standard Specifications and these special provisions, the special provisions shall take precedence over and be used in lieu of such conflicting ' portions. DEFINITIONS AND TERMS As used herein unless theon ex c t t implies otherwise, the following terms have the following meaning: Agency. The legal entity for which the work is being performed. tBoard of Supervisors. The Board of Supervisors of Contra Costa County, State of California is the governing board for the agency having jurisdiction over the work.being done under this contract.. Co un Contra Costa County, a political subdivision of the State of California. The agency having jurisdiction over the work being done under this contract. Department, Department of Transportation, Director, Director of Transportation. The Board of Supervisors of Contra Costa County, State of California. Deputy Director Transportation Engineering, or Engineer. The Public Works Director of Contra Costa County, State of California, acting either directly or through properly authorized agents, such agents acting within the scope of the particular duties entrusted to them. Laboratory. The Materials and Testing Laboratory of Contra Costa County or Laboratories authorized by the Engineer to test materials and work involved in the ' contract. Standard Specifications. The 2002 edition of the Standard Specifications of the State of ' California, Department of Transportation. Any reference therein to the State of California or a state agency, office or officer shall be interpreted to refer to the. County or its corresponding agency, office or officer acting under this contract. 2 State. "Agency" as defined above. , State Highway Engineer. The Public Works Director, Contra Costa County, State of California. ' Transportation Building, Sacramento. C. C. Rich Building, 255 Glacier Drive, Martinez, California. AMENDMENTS TO MAY 2006 STANDARD SPECIFICATIONS UPDATED FEBRUARY 1,2008 SECTION 0: GLOBAL REVISIONS Issue Date: July 31, 2007 , Global revisions are changes to contract documents not specific to a section of the , Standard Specifications. • In each contract document at each occurrence: 1. Except where existing asphalt concrete is described, replace "asphalt concrete" with "hot mix asphalt" 2. Except where existing AC is described, replace "AC" with "HMA" where AC means asphalt concrete SECTION 1: DEFINITIONS AND TERMS , Issue Date: January 18, 2008 Section 1-1.01, "General," of the Standard Specifications is amended by adding the following: • The Department is gradually changing the style and language of the specifications. The new style and language includes: 1. Use of- I.I. f:1.1. Imperative mood 1.2. Introductory modifiers , 1.3. Conditional clauses 2. Elimination of- 2.1. f:2.1. Language variations 2.2. Definitions for industry-standard terms ' 2.3. Redundant specifications 3 ' 2.4. Needless cross-references • The use of this new style does not change the meaning of a specification not yet using this style. • The, specifications are written to the Bidder .before award and the Contractor after. Before award, interpret sentences written in the imperative mood as starting with "The Bidder must" and interpret "you" as "the Bidder" and "your" as "the Bidder's." After award, interpret sentences written in the imperative mood as starting with "The Contractor must" and interpret "you" as "the Contractor" and "your" as "the Contractor's." • Unless an object or activity is specified to be less than the total, the quantity or amount is all of the object or activity. • All items in a list apply unless the items are specified as choices. • Interpret terms as defined in the Contract documents. A term not defined in the Contract documents has the meaning defined in Means Illustrated Construction Dictionary, Condensed Version, Second Edition. The 1st table in Section 1-1.02, "Abbreviations," of. the Standard Specifications is iamended by adding: 1 SSPC The Society for Protective Coatings Section 1, "Definitions and Terms," of the Standard Specifications is amended by adding the following sections: 1-1.082 BUSINESS DAY • Day on the calendar except Saturday or holiday. 1-1.084 CALIFORNIA MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES • The California Manual on Uniform Traffic Control Devices for Streets and Highways (California MUTCD) is issued by the Department of Transportation and is the ' Federal Highway Administration's MUTCD 2003 Edition, as amended for use in California. a1-1.125 DEDUCTION • Amount of money permanently taken from progress payment and final payment. Deductions are cumulative and are not retentions under Pub Cont Code § 7107. 14.205 FEDERAL-AID CONTRACT 8Contract that has a Federal-aid project number on the cover of the Notice to Contractors and Special Provisions. 1-1.245 HOLIDAY 1. Every Sunday 2. January 1 st,New Year's Day 3. 3rd Monday in January, Birthday of Martin Luther King, Jr. 4 4. February 12th, Lincoln's Birthday ' 5. 3rd Monday in February, Washington's Birthday 6. March 31 st, Cesar Chavez Day 7. Last Monday in May, Memorial Day 8. July 4th, Independence Day 9. 1 st Monday in September, Labor Day 10. 2nd Monday in October, Columbus Day 11. November 1 lth, Veterans Day 12. 4th Thursday in November, Thanksgiving Day 13. Day after Thanksgiving Day ' 14. December 25th,Christmas Day • If January 1st, February 12th, March 31st, July 4th, November 11th, or December 25th falls on a Sunday, the Monday following is a holiday. If November 11th falls on a Saturday, the preceding Friday is a holiday. Interpret "legal holiday" as "holiday." , 1-1.475 WITHHOLD • Money temporarily or permanently taken from progress payment. Withholds are cumulative and are not retentions under Pub Cont Code § 7107. Section 1-1.255, "Legal Holidays," of the Standard Specifications is deleted. ' Section 1-1.265, "Manual on Uniform Traffic Control Devices," of the Standard , Specifications is deleted. Section 1-1.266, "Manual on Uniform Traffic Control Devices California Supplement," of the Standard Specifications is deleted. , Section 1-1.39 "State," of the Standard Specifications is amended to read: 1-1.39 STATE • The State of California, including its agencies, departments, or divisions, whose conduct or action is related to the work. SECTION 3: AWARD AND EXECUTION OF CONTRACT ' Issue Date: August 17, 2007 Section 3-1.025, "Insurance Policies," of the Standard Specifications is amended to read: 3-1.025 INSURANCE POLICIES a • The successful bidder shall submit: ' 1. Copy of its commercial general liability policy and its excess policy or binder until such time as a policy is available, including the declarations page, applicable ' endorsements, riders, and other modifications in effect at the time of contract execution. 5 Standard ISO form No. CG 0001 or similar exclusions are allowed if not inconsistent with Section 7-1.12, "Indemnification and Insurance." Allowance of additional exclusions is at the discretion of the Department. 2. Certificate of insurance showing all other required coverages. Certificates of insurance, as evidence of required insurance for the auto liability and any other required policy, shall set forth deductible amounts applicable to each policy and all exclusions that are added by endorsement to each policy. The evidence of insurance shall provide that no cancellation, lapse, or reduction of coverage will occur without 10 days prior written notice to the.Department. 3. A declaration under the penalty of perjury by a certified public accountant certifying the accountant has applied Generally Accepted Accounting Principles (GAAP) guidelines confirming the successful bidder has sufficient funds and resources to cover any self-insured retentions if the self-insured retention is $50,000 or higher. . If the successful bidder uses any form of self-insurance for workers compensation in lieu of an insurance policy, it shall submit a certificate of consent to self-insure in accordance with the provisions of Section 3700 of the Labor Code. aSection 3-1.03, "Execution of Contract," of the Standard Specifications is amended to read: 3-1.03 EXECUTION OF CONTRACT • The contract shall be signed by the successful bidder and returned, together with the contract bonds and the documents identified in Section 3-1.025, "Insurance Policies," within 10 business days of receiving the contract for execution. Section 3-1.04, "Failure to Execute Contract," of the Standard Specifications is amended to read: 3-1.04 FAILURE TO EXECUTE CONTRACT • Failure of the lowest responsible bidder, the second lowest responsible bidder, or the third lowest responsible bidder to execute the contract as required in a Section 3-1.03, "Execution of Contract," within 10 business days of receiving the contract for execution shall be just cause for the forfeiture of the proposal guaranty. The successful bidder may file with the Department a written notice, signed by the bidder or a the bidder's authorized representative, specifying that the bidder will refuse to execute the contract if it is presented. The filing of this notice shall have the same force and effect as the failure of the bidder to execute the contract and furnish acceptable bonds within the time.specified. Section 3-1.05, "Return of Proposal Guaranties," of the Standard Specifications is amended to read: 3-1.05 RETURN OF PROPOSAL GUARANTIES • The Department keeps the proposal guaranties of the 1st, 2nd and 3rd lowest responsible bidders until the contract has been executed. The other bidders' guaranties, other than bidders' bonds, are returned upon determination of the 1st, 2nd, and 3rd a apparent lowest bidders, and their bidders' bonds are of no further effect. 6 a SECTION 4: SCOPE OF WORK Issue Date: August 17, 2007 ' Section 4-1.01, "Intent of Plans and Specifications," of the Standard Specifications is amended by adding the following: • Nothing in the specifications voids the Contractor's public safety responsibilities. _ ' SECTION 5: CONTROL OF WORK Issue Date: February 1, 2008 Section 5, "Control of Work," of the Standard Specifications is amended by adding the following sections: 5-1.005 GENERAL ' • Failure to comply with any specification part is a breach of the contract and a waiver of your right to time or payment adjustment. ' • After contract approval, submit documents and direct questions to the Engineer. Orders, approvals, and requests to the Contractor are by the Engineer. • The Engineer furnishes the following in writing: 1. Approvals 2. Notifications 3. Orders • The Contractor must furnish the following in writing: , 1. Assignments 2. Notifications ' 3. Proposals 4. Requests, sequentially numbered 5. Subcontracts , 6. Test results • The Department rejects a form if it has any error or any omission. • Convert foreign language documents to English. • Use contract administration forms available at the Department's Web site. • If the last day for submitting a document falls on a Saturday or holiday, it may ' be submitted on the next business day with the same effect as if it had been submitted on the day specified. 5-1.015 RECORD RETENTION,INSPECTION, COPYING,AND AUDITING ' • Retain project records and make them available for inspection, copying, and ' auditing by State representatives from bid preparation through: 7 1. FinalPaY ment 2. Resolution of claims, if any • For at least 3 years after the later of these, retain and make available, for inspection, copying, and auditing cost records by State representatives including: 1. Records pertaining to bid preparation 2. Overhead 3. Payroll records and certified payroll 4. Payments to suppliers and subcontractors 5. Cost accounting records 6. Records of subcontractors and suppliers • Maintain the records in an organized way in the original format, electronic and ahard copy, conducive to professional review and audit. • Before contract acceptance, the State representative notifies the Contractor, subcontractor, or supplier 5 days before inspection, copying,or auditing. • If an audit is to start more than 30 days after contract acceptance, the State representative notifies the Contractor, subcontractor, or supplier when the audit is to start. . Section 5-1.01, Authority of Engineer, of the Standard Specifications is amended by adding: • Failure to,enforce a contract provision does not waive enforcement of any contract provision. Section 5-1.04, "Coordination and Interpretation-of Plans, Standard Specifications, ' and Special Provisions," of the Standard Specifications is amended to read: 5-1.04 CONTRACT COMPONENTS. • A component in one contract part applies as if appearing in each. The parts are ' complementary and describe and provide for a complete work. • If a discrepancy exists: ' 1. The governing ranking of contract parts in descending order is: ' 1.1. Special provisions 1.2. Project plans .1.3. Revised Standard Plans ' 1.4. Standard Plans 1.5. Amendments to the Standard Specifications 1.6. Standard Specifications 1.7. Project information 2. Written numbers and notes on a drawing govern over.graphics ' 3. A detail drawing governs over a general drawing 8 4: A detail specification governs over a general specification ' 5. A specification in a section governs over a specification referenced by that section • If a discrepancy is found or confusion arises, request correction or clarification. Section 5-1.07, "Lines and Grades," of the Standard Specifications is replaced with the following: 5-1.07 LINES AND GRADES • The Engineer places stakes and marks under Chapter 12, "Construction Surveys," of the Department's Surveys Manual. • Submit your request for Department-furnished stakes: , 1. On a Request for Construction Stakes form. Ensure: 1.1. Requested staking area is ready for stakes ' 1.2. You use the stakes in a reasonable time ' 2. A reasonable time before starting an activity using the stakes • Establish priorities for stakes and note priorities on the request. ' • Preserve stakes and marks placed by the Engineer. If the stakes or marks are destroyed, the Engineer replaces them at the Engineer's earliest convenience and deducts the cost. ' Section 5-1.116, "Differing Site Conditions," is amended to read: 5-1.116 DIFFERING SITE CONDITIONS (23 CFR 635.109) 5-1.116A Contractor's Notification , • Promptly notify the Engineer if you find either of the following: I. Physical conditions differing materially from either of the following: . ' 1.1. Contract documents 1.2. Job site examination , 2. Physical conditions of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in the work provided for in the , contract • Include details explaining the information you relied on and the material ' differences you discovered. • If you fail to notify the Engineer promptly, you waive the differing site condition claim for the period between your discovery of the differing site condition and ' your notification to the Engineer. • If you disturb the site after discovery and before the Engineer's investigation, , you waive the differing site condition claim. 9 ' 5-1.116B g Engineer's Investigation and Decision • Upon your notification, the Engineer investigates job site conditions and: ' 1. NotifiesY ou whether to resume affected work 2. Decides whether the condition differs materially and is cause for an adjustment of time, payment, or both ' 5-1.116C Protests • You may protest the Engineer's decision by: 1. Submitting an Initial Notice of Potential Claim within 5 business days after receipt of the Engineer's notification 2.. Complying_with claim procedures ' The Initial Notice of Potential Claim must detail the differences in your position from the Engineer's determination and support your position with additional information, 1 including additional geotechnical data. Attach to the Initial Notice of Potential Claim a certification stating that you complied with Section 2-1.03, "Examination of Plans, Specifications; Contract, and Site of Work." • Promptly submit supplementary'information when obtained. SECTION 6: CONTROL OF MATERIALS ' Issue Date: August 17, 2007 g ' Section 6-1.05, "Trade Names and Alternatives," of the Standard Specifications is amended to read: 6-1.05 Specific Brand or Trade Name and Substitution • A reference to a specific brand or trade name establishes a quality standard and is not intended to limit competition. You may use a product.that is equal to or better than ' the specified brand or trade name if approved. • Submit a substitution request within a time period that: ' 1. Follows Contract award 2. Allows 30 days for review 3. Causes no delay • Include substantiating data with the substitution request that proves the ' substitution: 1. Is of equal or better quality and suitability . ' 2. Causes no delay in product delivery and installation Section 6, "Control of Materials," of the Standard Specifications is, amended by adding the following sections: 10 SECTION 7: LEGAL RELATIONS AND RESPONSIBILITIES Issue Date: February 1, 2008 ' Section 7-1.01, "Laws To Be Observed," of the Standard Specifications is amended to read: ' 7-1.01 LAWS TO BE OBSERVED • Comply with laws, regulations, orders, decrees, and permits applicable to the ' project. Indemnify and defend the State against any claim or liability arising from the violation of a law, regulation, order, decree, or permit by you or your employees. Immediately report to the Engineer in writing a discrepancy or inconsistency between the contract and a law, regulation, order, decree, or permit. The 3rd listed requirement.of the 1st paragraph of Section 7-1.01A(2), "Prevailing , Wage," of the Standard Specifications is amended to read: 3. Upon becoming aware of the subcontractor's failure to pay the specified prevailing rate ' of wages to the subcontractor's workers, the Contractor must diligently take corrective action to stop or rectify the failure, including withholding sufficient funds due the ' subcontractor for work performed on the public works project. The 2nd paragraph of Section 7-1.O1A(2), "Prevailing Wage," of the Standard , Specifications is amended to read: • Pursuant to Section 1775 of the Labor Code, the Division of Labor Standards ' Enforcement must notify the Contractor on a public works project within 15 days of the receipt by the Division of Labor Standards Enforcement of a complaint of the failure of a subcontractor on that public works project to pay workers the general prevailing rate of ' per diem wages. If the Division of Labor Standards Enforcement determines that employees of a subcontractor were not paid the general prevailing rate of per diem wages and if the Department did not withhold sufficient money under the contract to pay those employees the balance of wages owed under the general prevailing rate of per diem wages, the Contractor must withhold an amount of moneys due the subcontractor sufficient to pay those employees the general prevailing rate of per diem wages if ' requested by the Division of Labor Standards Enforcement. The Contractor must pay any money withheld from and owed to a subcontractor upon receipt of notification by the Division of Labor Standards Enforcement that the wage complaint has been resolved. If ' notice of the resolution of the wage complaint has not been received by the Contractor within 180 days of the filing of a valid notice of completion or acceptance of the public works project, whichever occurs later, the Contractor must pay all moneys withheld'from , the subcontractor to the Department. The Department withholds these moneys pending the final decision of an enforcement action. The 2nd paragraph of Section 7-1.OIA(3), "Payroll Records," of the Standard ' Specifications is amended to read: 11 • The Department withholds the penalties specified in subdivision (g) of Labor Code § 1776 for noncompliance with the requirements in Section 1776. The 4th paragraph of Section 7-1.01A(3), "Payroll Records," of the Standard Specifications is amended to read: ' The Department withholds for delinquent or inadequate payroll records (Labor Code § 1771.5). If the Contractor has not submitted an adequate payroll record by the month's 15th day for the period ending on or before the 1st of that month, the Department withholds 10 percent of the monthly progress estimate, exclusive of mobilization. The Department does not withhold more than $10,000 or less than$1,000. The 5th paragraph of Section 7-1.01A(3), "Payroll Records," of the Standard Specifications is deleted. Section 7-1.01A(6), "Workers' Compensation," of the Standard Specifications is amended to read: '. 7-1.101A(6) (Blank) The fourth sentence of the second paragraph of Section 7-1.02, "Load Limitations," ' of the Standard Specifications is amended to read: • Trucks used to haul treated base, portland cement concrete,.or hot mix asphalt ' shall enter onto the base to dump at the nearest practical entry point ahead of spreading equipment. ' The first sentence of the eighth paragraph of Section 7-1.09, "Public Safety," of the Standard Specifications is amended to read: ' Signs, lights, flags, and other warning and safety devices and their use shall conform to the requirements set forth in Part 6 of the California MUTCD. The sixteenth paragraph of Section 7-1.09, "Public Safety," of the Standard Specifications is amended to read: ' When vertical clearance is temporarily reduced to 15.5 feet or less, low clearance warning signs shall be placed in accordance with Part2 of the California ' MUTCD and as directed.by the Engineer. Signs shall conform to the dimensions, color, and legend requirements of the California MUTCD and these specifications except that the signs shall have black letters and numbers on an orange retroreflective background. ' W 12-2P signs shall be illuminated so that the signs are clearly visible. The last sentence of the 2nd paragraph of Section 7-1.11, "Preservation of Property," of the Standard Specifications is amended to read: • The cost of the repairs must be borne by the Contractor and will be deducted. 12 Section 7-1.12, "Indemnification and Insurance," of the Standard Specifications is ' amended to read: 7-1.12 INDEMNIFICATION AND INSURANCE ' • The Contractor's obligations regarding indemnification of the State of California and the requirements for insurance shall conform to the provisions in Section 3-1.025, "Insurance Policies," and Sections 7-1.12A, "Indemnification," and 7-1.12B, ' "Insurance," of this Section 7-1.12. 7-1.12A Indemnification ' • The Contractor shall defend, indemnify, and save harmless the State, including its officers, employees, and agents (excluding agents who are design professionals) from any and all claims, demands, causes of action, damages, costs, expenses, actual attorneys' fees, losses or liabilities, in law or in equity (Section 7-1.12A Claims) arising out of or in connection with the Contractor's performance of this contract for: 1. Bodily injury including,but not limited to, bodily injury, sickness or disease, emotional injury or death to persons, including, but not limited to, the public, any employees or ' agents of the Contractor, the State, or any other contractor; and 2. Damage to property of anyone including loss of use thereof; caused or alleged to be caused in whole or in part by any negligent or otherwise legally actionable act or omission of the Contractor or anyone directly or indirectly employed by the Contractor ' or anyone for whose acts the Contractor may be liable. • Except as otherwise provided by law, these requirements apply regardless of the , existence or degree of fault of the State. The Contractor is not obligated to indemnify the State for Claims arising from conduct delineated in Civil Code Section 2782 and to ' Claims arising from any defective or substandard condition of the highway that existed at or before the start of work, unless this condition has been changed by the work or the scope of the work requires the Contractor to maintain existing highway facilities and the Claim arises from the Contractor's failure to maintain. The Contractor's defense and indemnity obligation shall extend to Claims arising after the work is completed and accepted if the Claims are directly related to alleged acts or omissions by the Contractor. ' that occurred during the course of the work. State inspection is not a waiver of full compliance with these requirements. • The Contractor's obligation to defend and indemnify shall not be excused ' because of the Contractor's inability to evaluate liability or because the Contractor evaluates liability and determine that the Contractor is not liable. The Contractor shall respond within 30 days to the tender of any Claim for defense and indemnity by the ' State, unless this time has been extended by the State. If the Contractor fails to accept or reject a tender of defense and indemnity within 30 days, in addition to any other remedy authorized by law, the Department may withhold such funds the State reasonably , considers necessary for its defense and indemnity until disposition has been made of the Claim or until the Contractor accepts or rejects the tender of defense, whichever occurs first. • With respect to third-party claims against the Contractor, the Contractor waives all rights of any type to express or implied indemnity against the State, its officers, employees, or agents (excluding agents who are design professionals). ' 13 ' Nothing in the Contract is intended to establish a standard of care owed to any member of the public or to extend to the public the status of a third-party beneficiary for any of these indemnification specifications. 7-1.12B Insurance 7-1.1211(1) General ' 0 Nothing in the contract is intended to establish a standard of care owed to any member of the public or to extend to the public the status of a third-party beneficiary for any of these insurance specifications. 7-1.12B(2) Casualty Insurance ' The Contractor shall procure and maintain insurance on all of its operations with companies acceptable to the State as follows: 1. The Contractor shall keep all insurance in full force and effect from the beginning of the work through contract acceptance. 2. All insurance shall be with an insurance company with a rating from A.M. Best ' Financial Strength Rating of A-.or better and a Financial Size Category of VII or better. 3. The Contractor shall maintain completed operations coverage with a carrier acceptable to the State through the expiration of the patent deficiency in construction statute of repose set forth in Code of Civil Procedure Section 337.1. 7-1.12B(3) Workers' Compensation and Employer's Liability Insurance 1 In accordance with Labor Code Section 1860, the Contractor shall secure the payment of worker's compensation in accordance with Labor Code Section 3700. • In accordance with Labor Code Section 1861, the Contractor shall submit to the ' Department the following certification before performing the work: I am aware of the provisions of Section 3700 of the Labor Code which require every ' employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. • Contract execution constitutes certification submittal. The Contractor shall provide Employer's Liability Insurance in amounts not less than: 1. $1,000,000 for each accident for bodily injury by accident 2. $1,000,000 policy limit for bodily injury by disease 3. $1,000,000 for each employee for bodily injury by disease ' If there is an exposure of injury to the Contractor's employees under the U.S. Longshoremen's and Harbor Workers' Compensation Act, the Jones Act, or under laws, ' regulations, or statutes applicable to maritime employees, coverage shall be included for such injuries or claims. 1 14 1 7-1.12B(4) Liability Insurance ' 7-1.12B(4)(a) General The Contractor shall carry General Liability and Umbrella or Excess Liability Insurance covering all operations by or on behalf of the Contractor providing insurance ' for bodily injury liability and property damage liability for the following limits and including coverage for: 1. Premises, operations, and mobile equipment ' p 2. Products and completed operations 3. Broad form property damage (including completed operations) ' 4. Explosion, collapse, and underground hazards 5. Personal injury 6. Contractual liability ' 7-1.12B(4)(b) Liability Limits/Additional Insureds ' • The limits of liability shall be at least the amounts shown in.the following table: Total Bid For Aggregate Gener Umbrell ' Each for al a or Occur Products/C Aggre Excess rencel ompleted gate2 Liability ' Operation 3 <$1,000,0 $1,00 $2,000,000 $2,000 $5,000, 00 0,000 ,000 000 , >$1,000,0 $1,00 $2,000,000 $2,000 $10,000 00 0,000 5000 ,000 ' <$5,000,0 00 >$5,000,0 $2,00 $2,000,000 $4,000 $15,000 00 0,000 ,000 ,000 ' <$25,000, 000 >$25,000, $2,00 $2,000,000 $4,000 $25,000 000 0,000 1000 1000 1. Combined single limit for bodily injury and property damage. _ 2. This limit shall apply separately to the Contractor's work under this contract. ' 3. The umbrella or excess policy shall contain a clause stating that it takes effect (drops down) in the event the primary limits are impaired or exhausted. • The Contractor shall not require certified Small Business subcontractors to carry , Liability Insurance that exceeds the limits in the table above. Notwithstanding the limits specified herein, at the option of the Contractor, the liability insurance limits for certified ' Small Business subcontractors of any tier may be less than those limits specified in the table. For Small Business subcontracts, "Total Bid" shall be interpreted as the amount of subcontracted work to a certified Small Business. ' 15 • The State, including its officers, directors, agents (excluding agents who are design professionals), and employees, shall be named as additional insureds under the General Liability and Umbrella Liability Policies with respect to liability arising out of or connected with work or operations performed by or on behalf of the Contractor under this contract. Coverage for such additional"insureds does not extend to liability: 1. Arising from any defective or substandard condition of the roadway which existed at or before the time the Contractor started work, unless such condition has been changed by the work or the scope of the work requires the Contractor to maintain existing roadway facilities and the claim arises from the Contractor's failure to maintain; 2. For claims occurring after the work is completed and accepted unless these claims are directly related to alleged acts or omissions of the Contractor that occurred during the course of the work; or 3. To the extent prohibited by Insurance Code Section 11580.04 • Additional insured coverage shall be provided by a policy provision or by an endorsement providing coverage at least as broad as Additional Insured (Form B) endorsement form CG 2010, as published by the Insurance Services Office (ISO), or tother,form designated by the Department. 7-1.12B(4)(c) Contractor's Insurance Policy is Primary • The policy shall stipulate that the insurance afforded the additional insureds applies as primary insurance. Any other insurance or self-insurance maintained by the State is excess only and shall not be called upon to contribute with this insurance. 7-1.12B(5) Automobile Liability Insurance ' The Contractor shall carry automobile liability insurance, including coverage for all owned, hired, and nonowned automobiles. The primary limits of liability shall be not less than $1,000,000 combined single limit each accident for bodily injury and property damage. The umbrella or excess liability coverage required under Section 7-1.12B(4)(b) also applies to automobile liability. ' 7-1.12B(6) Policy Forms, Endorsements, and Certificates ` • The Contractor shall provide its General Liability Insurance under Commercial General Liability policy form No. CG000I"as published by the Insurance Services Office (ISO) or under a policy form at least as broad as policy form No. CG0001. 7-1.12B(7) Deductibles The State may expressly allow deductible clauses, which it does not consider excessive, overly broad, or harmful to the interests of the State. Regardless of the allowance of exclusions or deductions by the State, the Contractor is responsible for any deductible amount and shall warrant that the coverage provided to the State is in accordance with Section 7-1.1213, "Insurance." 1 7-1.1213(8) Enforcement • The Department may assure the Contractor's compliance with its insurance ' obligations. Ten days before an insurance policy lapses or is canceled during the 16 contract period, the Contractor shall submit to the Department evidence of renewal or replacement of the policy. • If the Contractor fails to maintain any required insurance coverage, the Department may maintain this coverage and withhold or charge the expense to the Contractor or terminate the Contractor's control of the work in accordance with Section 8-1.08, "Termination of Control." • The Contractor is not relieved of its duties and responsibilities to.indemnify, defend, and hold harmless the State, its officers, agents, and employees by the Department's acceptance of insurance policies and certificates. • Minimum insurance coverage amounts do not relieve the Contractor for liability in excess of such coverage, nor do they preclude the State from taking other actions available to it, including the withholding of funds under this contract. 7-1.12B(9) Self-Insurance • Self-insurance programs and self-insured retentions in insurance policies are subject to separate annual review and approval by the State. • If the Contractor uses a self-insurance program or self-insured retention, the Contractor shall provide the State with the same protection from liability and defense of suits as would be afforded by first-dollar insurance. Execution of the contract is the Contractor's acknowledgement that the Contractor will be bound by all laws as if the Contractor were an insurer as defined under Insurance Code Section 23 and that the self-insurance program or self-insured retention shall operate as insurance as defined under Insurance Code Section 22. SECTION 8: PROSECUTION AND PROGRESS Issue Date: August 17, 2007 , The 2nd paragraph of Section 8-1.02, "Assignment," of the Standard Specifications is amended to read: • If the Contractor assigns the right to receive contract payments, the Department accepts the assignment upon the Engineer's receipt of a notice. Assigned payments remain subject to deductions and withholds described in,the contract. The Department may use withheld payments for work completion whether payments are assigned or not. SECTION 9: MEASUREMENT AND PAYMENT Issue Date: August 17, 2007 The last sentence of the 1st paragraph of Section 9-1.02, "Scope of Payment," of the . Standard Specifications is amended to read: • Neither the payment of any estimate nor of any retained percentage or withhold relieves the Contractor of any obligation to make good any defective work or material. ' The 6th paragraph of Section 9-1.03C, "Records," of the Standard Specifications is deleted. 17 The 2nd sentence of the 14th paragraph of Section 9-1.04, "Notice of Potential Claim," of the Standard Specifications is amended to read: • Administrative disputes are disputes of administrative deductions or withholds, contract item quantities, contract item adjustments, interest payments, protests of contract change orders as provided in Section 4-1.03A, "Procedure and Protest," and protests of the Weekly Statement of Working Days as provided in Section 8-1.06, "Time of Completion." Section 9-1.05, "Stop Notices," of the Standard Specifications is amended to read: 9-1.05 STOP NOTICE WITHHOLDS The Department may withhold payments to cover claims filed under Civ Code § 3179 et seq. Section 9, "NVlbasurement and.Payment," of the.Standard Specifications is amended by adding the following sections: 9-1.053 PERFORMANCE FAILURE WITHHOLDS • ' During each estimate.period you fail to comply with a contract part, including ' submittal of a document as specified, the jDepartment withholds a part of the progress payment. The documents include quality control plans, schedules, traffic control plans, and water pollution control submittals. For 1 performance failure, the Department withholds 25 percent of the progress payment but does not withhold more than 119 percent of the total bid. • For multiple performance failures; the Department withholds 100percent of the progress payment but does not withhold more than 10 percent of the total bid. • The Department returns performance-failure withholds in the progress payment following the correction of noncompliance. 9-1.055 PENALTY WITHHOLDS • Penalties include fines and damages that are proposed, assessed, or levied against you or the Department by a governmental agency or citizen lawsuit. Penalties are also payments made or costs incurred in settling alleged permit violations of Federal, State; or local laws, regulations, or requirements. The cost incurred may include the amount spent for mitigation or correcting a violation. • If you or,the Department is assessed a penalty, the Department may withhold the penalty amount until the penalty disposition has been resolved. The Department may withhold penalty funds and notify you within 15 days of the withhold. If the penalty amount is less than the amount being withheld from progress payments for retentions, the Department will not withhold the penalty amount. If the .penalty is resolved for lessthan the amount withheld, the Department pays interest at'a rate of 6 percent per year on the excess withhold. If the penalty is not resolved,the withhold becomes a deduction. { Instead of the withhold, you may provide a bond payable to the Department of Transportation equal to the highest estimated liability' for any disputed penalties proposed. 18 1 I 9-1.057 PROGRESS WITHHOLDS FOR FEDERAL-AID CONTRACTS • Section 9-1.057, "Progress Withholds for Federal-Aid Contracts," applies to a Federal-aid contract. • The Department withholds 10 percent of a partial payment for noncompliant progress.Noncompliant progress occurs when: .1. Total days to date exceed 75 percent of the revised contract working days 2. Percent of working days elapsed exceeds the percent of value of work completed by more than 15 percent • The Engineer determines the percent of working days elapsed by dividing the total days to date by the revised contract working days and converting the quotient to a percentage. • The Engineer determines the percent of value of work completed by summing payments made to date and the amount due on the current progress estimate, dividing this sum by the current total estimated value of the work, and converting the quotient to a percentage. These amounts are shown on the Progress Payment Voucher. • When the percent of working days elapsed minus the percent of value of work completed is less than or equal to 15 percent, the Department returns the withhold in the next progress payment. The 3rd paragraph of Section 9-1.06, "Partial Payments," of the Standard Specifications is amended to read: • For a non-Federal-aid project, the Department retains 10 percent of the estimated value of the work done and 10 percent of the value of materials estimated to have been furnished and delivered and unused or furnished and stored as part security for the fulfillment of the contract by the Contractor, except that at any time after 20 percent of the work has been completed, if the Engineer finds that satisfactory progress is being made, the Department may reduce the total amount being retained from payment pursuant to the above requirements to 5 percent of the total estimated value of the work and materials and may also reduce the amount retained from any of the remaining partial payments to 5 percent of the estimated value of the work and materials. In addition, on any partial payment made after 95 percent of the work has been completed, the Department may reduce the amount retained from payment pursuant to the requirements of this Section 9-1.06, to such lesser amount as the Department determines is adequate security for the fulfillment of the balance of the work and other requirements of the contract, but in no event is that amount reduced to less than 125 percent of the estimated value of the work yet to be completed as determined by the Engineer. The reduction is made only upon the request of the Contractor and must be approved in writing by the surety on the performance bond and by the surety on the payment bond. The approval of the surety must be submitted to the Disbursing Officer of the Department; the signature of the person executing the approval for the surety must be properly acknowledged and the power of attorney authorizing the person to give that consent must either accompany the document or be on file with the Department. The retentions specified in this paragraph are those defined in Pub Cont Code § 7107(b). 19 �i The 1st sentence of the 4th paragraph of Section 9-1.06, "Partial Payments," of the ` Standard Specifications is amended to read:` • The Department shall pay monthly to the Contractor, while carrying on the work, the balance' not, retained, as aforesaid, after deducting therefrom all previous payments and all sums to be deducted or withheld under the provisions of the contract. The title and 1st and 2ndara ra hs` of Section 9-1.065 "Payment of Withheld P g P � Y Funds," of the Standard Specifications are amended to read- 9-1.065 RELEASE OF RETAINED FUNDS • The Department releases retained funds if you: { L Request release of the retention(Pub Coni-;Code § 10263) in writing 2. Deposit securities equivalent to the funds you want released into escrow with the State Treasurer or with a bank acceptable to the,Department 3. Are the beneficial owner of and receive interest on the deposited securities substituted for the retained funds The 2nd sentence Section 9-1.07A, "Payment Prior to Proposed Final Estimate," of the Standard Specifications is amended to read: • The Department pays the balance due less previous payments, deductions, withholds, and retentions under the provisions of the contract and those further amounts that the Engineer'determines to be necessary`pending issuance of the proposed final estimate and payment thereon. The 1stara raph of Section9-1.0713, Y "Final Payment and Claims," of the Standard p g Specifications is amended to read: • After acceptance by the Director,,the Engineer makes a proposed final estimate of the total amount payable to the Contractor, including an itemization of the total amount, segregated by contract item quantities, extra work,Viand other basis for payment, and shows each deduction made or to be made for prior payments and amounts to be deducted, withheld, or retained under the provisions of the contract. Prior estimates and payments are subject to correction in the proposed final estimate. The Contractor must submit written approval of the proposed final estimate or, a written statement of claims arising under or by virtue of the contract so that the Engineer receives the written approval or statement of claims no later than close of business of the 30th day after receiving the proposed final estimate. The Contractor's receipt of the proposed final estimate must be evidenced by postal receipt. The Engineer's receipt of the Contractor's written approval or statement of claims must be evidenced by postal receipt or the Engineer's written receipt if delivered by hand. SECTION 12:'.CONSTRUCTION AREA TRAFFIC"CONTROL DEVICES Issue Date: October 6, 2006 20 j , The first sentence of the second paragraph of Section 12-1.01, "Description," of the Standard Specifications is amended to read: • Attention is directed to Part 6 of the California MUTCD. Section 12-2.01, "Flaggers," of the Standard Specifications is amended to read: 12-2.01 FLAGGERS ' • Flaggers while on duty and assigned to traffic control or to give warning to the public that the highway is under construction and of any dangerous conditions to be !� encountered as a result thereof, shall perform their duties and shall be provided with the necessary equipment in conformance with Part 6 of the California MUTCD. The equipment shall be furnished and kept clean and in good repair by the Contractor at the Contractor's expense. The first paragraph of Section 12-3.01, "General," of the Standard Specifications is r amended to read: • In addition to the requirements in Part 6 of the California MUTCD, all devices used by the Contractor in the performance of the work shall conform to the provisions in this Section 12-3. The second sentence of the first paragraph of Section 12-3.06, "Construction Area Signs," of the Standard Specifications is amended to read: • Construction area signs are shown in or referred to in Part 6 of the California MUTCD. The first sentence of the fourth paragraph of Section 12-3.06, "Construction Area Signs," of the Standard Specifications is amended to read: All construction area signs shall conform to the dimensions, color and legend requirements of the plans, Part 6 of the California MUTCD and these specifications. The first sentence of the eighth paragraph of Section 12-3.06, "Construction Area Signs," of the Standard Specifications is amended to read: • Used signs with the specified sheeting material will be considered satisfactory if they conform to the requirements for visibility and legibility and the colors conform to, .the.requirements in Part 6 of the California MUTCD. SECTION 85: PAVEMENT MARKERS Issue Date: July 31,2007 The sixth paragraph in Section 85-1.06, "Placement," of the Standard Specifications is amended to read: 21 Pavement markers shall not be placed on new hot mix asphalt surfacing or seal coatuntil the surfacing or.seal coat has been opened to public traffic for a period of not less than 7 days when hot melt bituminous adhesive is used, and not less than 14 days when epoxy adhesive is used. The second sentence of the fourteenth paragraph in Section 85-1.06, "Placement," of ■ the Standard:Specifications is amended to read: Cleaning shall be done by blast cleaning on all surfaces regardless of age or type, except that blast cleaning of clean, new hot mix asphalt and clean, new seal coat surfaces will not be required when hot,melt;,bituminous adhesive is used. SECTION 92: ASPHALTS Issue Date: February 2, 2007 Section 92, "Asphalts," of the StandardiSpecifications is amended to read: 92-1.01 DESCRIPTION • Asphalt is refined petroleum or-&,mixture of refined liquid asphalt and refined solid asphalt that are prepared from crude petroleum. Asphalt is: 1. Free from residues caused by the artificial distillation of coal, coal tar,.or paraffin 2. Free from water 3. Homogeneous 92-1.02 MATERIALS GENERAL • Furnish asphalt under the Department's "Certification Program for Suppliers of Asphalt." The Department maintains the program requirements, procedures, and a list of approved suppliers at: http://www.dot.ca.go;v/hq/esc/Translab/fpmc6c.htm 0 Transport, store, use, and dispose of asphalt safely. • Prevent the formation of carbonized, particles caused by overheating asphalt during manufacturing or construction. GRADES Performance graded (PG) asphalt binder is: 22 r Performance Graded Asphalt Binder Specification � Grade Property AASHTO Test I Method PG PG PG PG 64-10 64-16 64-28 70-10 i, Original Binder Flash Point,Minimum°C T 4 23 23 23 23 23 8 0 0 0 0 0 Solubility, Minimum%b T 4 99 99 99 99 99 4 Viscosity at 135°C,° T 3 Maximum,Pa-s 16 3.0 3.0 3.0 3.0 3.0 Dynamic Shear, T 3 Test Temp. at 10 rad/s, °C 15 58 64 64 64 70 Minimum G*/sin(delta),kPa 1.0 1.0 1.0 1.0 1.0 0 0 0 0 0 RTFO Test,e T 2 Mass Loss,Maximum,% 40 1.0 1.0 1.0 1.0 1.0 0 0 0 0 0 RTFO Test Ag ed Binder Dynamic Shear, T 3 Test Temp.at 10 rad/s,°C 15 58 64 64 64 70 Minimum G*/sin(delta),kPa 2.2 2.2 2.2 2.2 2.2 Ductility at 25°C T.5 Minimum,cm 1 75 75 75 75 75 PAV Aging, R 2 Temperature, °C 8 10 10 10 10 11 0 0 0 0 0 RTFO Test and PA V Aged Binder Dynamic Shear, T 3 Test Temp.at 10 rad/s, °C 15 22 31 28 22 34 Maximum G*sin(delta),kPa a a a a a 50 50 50 50 50 00 00 00 00 00 Creep Stiffness, T 3 Test Temperature, °C 13 -12 0 -6 -18 0 Maximum S-value,Mpa 30 30 30 30 30 Minimum M-value 0 0 0 0 0 0.3 0.3 0.3 0.3 0.3 00 00 00 00 ' 00 Notes: a. Use as asphalt rubber base stock for high mountain and high desert area. b. The Engineer waives this specification if the supplier is a Quality Supplier as defined by the Department's"Certification Program for Suppliers of Asphalt." C. The Engineer waives this specification if the supplier certifies the asphalt binder can be ; adequately pumped and mixed at temperatures meeting applicable safety standards. 23 d. Test the sample at 3°C higher if it fails at the specified test temperature. G*sin(delta)remains 5000 kPa maximum. e. "RTFO Test",means the asphaltic residue obtained using the Rolling Thin Film Oven Test, AASHTO Test Method T 240 or ASTM Designation:D 2872. The residue from mass change determination may be used for other tests. f.. "PAW means Pressurized Aging Vessel., • Performance graded polymer modified asphalt binder(PG Polymer Modified) is: 24 Performance Graded Polymer Modified Asphalt Binder' Specification Grade Property AASHTO Test PG PG PG Method 58-34 64-28 76-22 PM PM PM Original Binder Flash Point, Minimum °C T 48 230 230 230 Solubility, Minimum % T 44° 98.5 98.5 98.5 Viscosity at 135°C, d T 316 Maximum,Pa-s 3.0 3.0 3.0 Dynamic Shear, T 315 Test Temp. at 10 rad/s, °C 58 64 76 Minimum G*/sin(delta),kPa 1.00 1.00 1.00 RTFO Test , T 240 Mass Loss,Maximum,% 1.00 1.00 1.00 RTFO Test Aged Binder Dynamic Shear, T 315 Test Temp. at 10 rad/s, °C 58 64 76 Minimum G*/sin(delta),kPa 2.20 2.20 2.20 Dynamic Shear, T 315 �- Test Temp. at 10 rad/s,°C Note Note Note y Maximum(delta);% e e e 80 . 80 80 Elastic Recovery', T 301 Test Temp., °C 25 25 25 Minimum recovery,% 75 75 65 PAVI Aging, R 28 Temperature, °C 100 100 110 RTFO Test and PA V Aged Binder Dynamic Shear, T 315 Test Temp. at 10 rad/s,°C 16 22 31 Maximum G*sin(delta),kPa 5000 5000 5000 — Creep Stiffness, T 313 Test Temperature,°C -24 -18 -12 Maximum S-value,MPa 300 300 300 Minimum M-value 0.300 0.300 0.300 Notes: i a. Do not modify PG Polymer Modified using acid modification. b. The Engineer waives this specification if the supplier is a Quality Supplier as defined by the Department's "Certification Program for Suppliers of Asphalt." C. The Department allows ASTM D 5546 instead of AASHTO T 44 d. The Engineer waives this specification if the supplier certifies the asphalt binder can be adequately pumped and mixed at temperatures meeting applicable safety standards. 25 e Test temperature is the temperature at which G*/sin(delta) is 2.2 kPa. A graph of log G*/sin(delta) plotted against temperature may be used to determine the test temperature when G*/sin(delt'a) is 2.2 kPa. A graph of(delta)'versus temperature may be used to determine delta at the temperature when G*/sin(delta) is 2.2 kPa. The Engineer also accepts direct measurement of (delta) at the temperature when G*/sin(delta) is 2.2 kPa. f. Tests without a force ductility clamp may be performed. 9. "PAW means Pressurized Aging Vessel. SAMPLING • Provide a sampling device in the asphalt feed line 'connecting the plant storage tanks to the asphalt weighing system or spray bar. Make the sampling device accessible between 24 and 3`0 inches above the platform. Provide a receptacle for flushing the sampling device. • Include with the sampling device a valve: L Between 1/2 and 3/4 inch in diameter 2.. Manufactured in a manner that a one-quart sample may be taken slowly at any time during plant operations 3. Maintained in good condition. • Replace failed valves. • In the Engineer's presence, take 2'one-quart samples per operating day. Provide round, friction top, one-quart containers for storing samples. .r 92-1.03 EXECUTION ` If asphalt is applied, you must comply with the heating and application specifications for liquid asphalt in Section 93, "Liquid Asphalts." 92-1.04 MEASUREMENT If the contract work item for asphalt is paid by weight, the Department measures asphalt tons by complying with the specifications for weight determination of liquid asphalt in Section 93, "Liquid Asphalts." • The Engineer determines the asphalt weight from volumetric measurements if you: 1. Use a partial asphalt load 2: Use_asphalt at a location other than a mixing plant and no scales within 20 miles are available and suitable 3'. Deliver asphalt in either of the following: 3.1: A calibrated truck with each tank accompanied by its measuring stick and calibration card 3.2. A truck equipped with a calibrated thermometer that determines the asphalt temperature at the delivery time and with a vehicle tank meter complying with the specifications for weighing, measuring, and metering devices in Section 9-1.01, "Measurement of Quantities" 26 • If you furnish asphalt concrete from a mixing plant producing material for only one project, the Engineer determines the asphalt quantity by measuring the volume in the tank at the project's start and end provided the tank is calibrated and equipped with its measuring stick and calibration card. • The Engineer determines pay quantities from volumetric measurements as follows: 1. Before converting the volume to weight, the Engineer reduces the measured volume to that which the asphalt would occupy at 60 °F. 2. The Engineer uses 235 gallons per ton and 8.51 pounds per gallon for the average weight and volume.for PG and PG Polymer Modified asphalt grades at 60 °F. 3. The Engineer uses the Conversion Table in Section 93, "Liquid Asphalts." SECTION 93: LIQUID ASPHALTS Issue Date: November 3, 2006 ' ri The ninth paragraph of Section 93-1.04, "Measurement," of the Standard Specifications is amended to read: • The following Legend and Conversion Table is to be used for converting volumes of liquid asphalt products, Grades 70 to 3000, inclusive, and paving asphalt Grades PG 58-22, PG 64-10, PG 64-16, PG 64-28, and . PG 70-10, and Grades PG 58-34 PM, PG 64-28 PM, and PG 76-22 PM. END OF AMENDMENTS SECTION 2. PROPOSAL REQUIREMENTS AND CONDITIONS . 2-1.01 GENERAL The bidder's attention is directed to the provisions in Section 2, "Proposal Requirements and Conditions," and Section 8-1.01, "Subcontracting," of the Standard Specifications and these special provisions for the requirements and conditions which must be observed in the preparation of the proposal form and the submission of the bid. The first paragraph in Section 2-1.07, "Proposal Guaranty," of the Standard Specifications is amended to read: All bids shall be presented under sealed cover and, if the bid is greater than $25,000, accompanied by one of the following forms of bidder's security: Cash, cashier's check, a certified check, or a bidder's bond executed by an admitted surety insurer,made payable to the Board of Supervisors of Contra Costa County, State of California. The first sentence of the last paragraph in Section 2-1.07, "Proposal Guaranty," of the Standard Specifications is amended to read: The bidder's bond shall conform to the bond form in the "Proposal and Contract" book for the project and shall be properly filled out and executed. 27 The form of Bidder's Bond mentioned in the lastara a h in S - p gr p Section 2 1.07, "Proposal Guaranty," of the Standard Specifications will be found following the signature page of the proposal annexed hereto. In conformance with Public Contract Code Section 7106, a Noncollusion Affidavit is included in the Proposal. Signing the Proposal shall also constitute signature of the Noncollusion Affidavit. To assist the Agency in verifying a bidder's intent to comply with Section 8-1.01, "Subcontracting," of the Standard Specifications, the bidder shall furnish upon request from the Agency copies of all subcontracts; all accepted subcontract or supplier quotes; and/or written explanation as to the bidder's plan for compliance within 48 hours of such a request. Non-compliance with such a request may be grounds for declaring a bidder non-responsive and therefore ineligible for award. 2-1.02 WARRANTY AND REPAIR AGREEMENT All improvements installed under this contract, including all road, storm drain, irrigation, traffic signal, and highway,lighting system improvements and equipment shall be covered by the WARRANTY AND REPAIR AGREEMENT found in the Proposal. This agreement shall be executed without contingencies by the Contractor prior to the acceptance of the work as complete. SECTION 3. OUTREACH PROGRAM/MANDATORY SUBCONTRACTING i. MINIMUM/AWARD AND EXECUTION OF CONTRACT SECTION 3-1.00 OUTREACH PROGRAM 3-1.01 GENERAL This project is subject to the policies and requirements established in the County's Outreach Program for the use of Minority Business Enterprises (MBEs), Women Business Enterprises(WBEs), Other Business Enterprises. (OBEs), Small Business Enterprises (SBEs), and Local Business Enterprises (LBEs). The'' County is committed to ensuring full and equitable participation by minority, women, and other sub-bid or subcontracting businesses in County-funded construction projects. The Outreach Program is set forth herein. Bidders should be fully informed of this programa Bidders are encouraged to use MBE/WBE firms whenever there is a need to subcontract portions of the.work. Failure to comply with the County's Outreach Program may render the bid non-responsive. . 3-1.02 MBE/WBE/OBE PARTICIPATION The Outreach Program requires the bidder to make a "Good Faith Effort" to obtain sub- bid participation by MBEs, WBEs, SBEs, and 'LBEs which is anticipated by the County to produce reasonable levels of participation by all businesses. 3-1.03 DEFINITIONS For purposes of this program,.the following definitions shall apply: A. "Minority or Women Business Enterprise (MBE or WBE)" means a business enterprise that meets both of the following criteria: 28 I. A business entitythat is at least 51 percent owned b one or more minority p Y Y persons or women or, in the case of any business whose stock is held, at least 51 percent of the stock is owned by one or more minority persons or women; and 2. A business whose management and daily business operations are controlled by one or more minority persons or women. B. "Other Business Enterprise (OBE)" means any business which does not otherwise qualify as a Minority or Women Business Enterprise. C. "Small Business Enterprise (SBE)" means a small business concern, as defined in Section 3 of the Small Business Act and implementing regulations (Volume 13 of the Code of Federal Regulations, Chapter 1). D. "Local Business Enterprise (LBE)" means a business that has its main office of principal lace of business within the boundaries of Contra Costa County. �! E. "Minority person" means African Americans; Hispanic Americans; Native Americans (including American Indians, Eskimos, Aleuts, and Native Hawaiians); Asian Pacific(including persons whose origins are from Japan, China, Taiwan, Korea, Vietnam, Laos, Cambodia, the Philippines, Samoa, Guam, the U.S. Trust Territories of the Pacific and the Northern Marianas); and Asian Indians (including persons whose origins are from India, Pakistan, and Bangladesh). F. Subcontract means an agreement between the prime contractor and an individual, firm, or corporation for the performance of a particular portion(s) of the work which the prime contractor has obligated itself. G. "Subcontractor" means an individual, firm, or corporation having a direct contract with the contractor for the performance of a part of the work which is proposed to be constructed or done under the contract or permit, including the furnishing of all labor, materials, or equipment. H. "Vendor and/or supplier" means a firm that owns, operates, or maintains a store, warehouse, or other establishment in which the materials or supplies required for the .performance of the contract are bought, kept in stock, and regularly sold to the public in the usual course of business. The firm must engage in , as its principal business, and its own name, the purchase and the sale of the products in question. A vendor and/or supplier of bulk items such as steel, cement, stone, and petroleum products need not keep such products in stock, if it owns or operates distribution equipment. I. "Manufacturer" means a firm that operates or maintains a factory or establishment that produces on the premises the materials or supplies obtained by the contractor. J. "Trucker"means a firm that performs hauling or trucking work with trucks owned or leased by that firm. 29 ' K. "Broker" means a firm that changes:;for providing.a bona fide service such as g p. g professional, technical, consultant, or managerial services and assistance in the procurement of essential personnel, facilities, equipment, insurance or bonds, materials, or supplies required for the performance of the contract. The fee or commission is to be reasonable and not excessive as compared with fees customarily allowed for similar services. 3-1.04 CERTIFICATION AND PARTICIPATION OF MINORITY AND WOMEN BUSINESS ENTERPRISES A. If recognition is to be given to MBE/WBE participation on this project, within two(2) working days after bid opening, an MBE/WBE must be (a) certified by the involved County department or self-certified.on an appropriate form satisfactory to the County; or (b) certified by any of the following agencies ---State of California Department of Transportation (Caltrans), City of Oakland, Port of Oakland, Regional Transit Coordinating Council, San Francisco Human Rights Commission, Los Angeles `County Metropolitan Transportation Commission, or U.S. Small Business Administration. Applications for certification and/or directories of MBE/WBE/SBE/LBE certified firms are available at the following locations: 1. Contra Costa County Affirmative Action Office 651 Pine Street, 11th Floor Martinez, California 94553 Phone: 925-335-1045 Fax: 925-335-1098 Webpage: http://www.co.contra-costa.ca.us ' Look under"Doing Business With Us" 2. City of Oakland City Managers Office Contract Compliance Division 250 Frank H. Ogawa Plaza, #3341 Oakland, California 94612 Phone: 510 -238-3970 Fax: 510—238-3363 www.oaklandnet.com (Contract Compliance Section) ■ 3. U. S. Small Business Administration San Francisco District Office 455 Market Street, 6th Floor San Francisco,CA 94105-2420 Phone: 415- 744-6808 Fax: 415- 744-6812 www.sba.gov 30 4. California Unified Certification Program . The following agencies belong to the California Unified Certification Program �. (CUCP) and certify firms as DBEs in accordance .with U.S. Department of Transportation regulations to be placed in the UCP Directory. CUCP Directory State of California Department of Transportation(CalTrans) Office of Civil Rights Certification Unit 2830 Alhambra Boulevard Sacramento, CA 95816 Phone: 866-810-6346 Fax: 916-227-9596 www.dot.ca.gov (Civil Rights Section) a. Bay Area Rapid Transit District(BART) Lee Davis, Director Office of Civil Rights 300 Lakeside Drive, 26`h Floor Oakland, CA 94604-2688 OR �. 800 Madison Street Oakland, CA 94604-2688 OR �. P. O. Box 12688 Oakland, CA 94604-2688 Phone: 510-464-7580 (Roland Hom) Fax: 510-464-7587 www.bart.gov (Doing Business Section) b. Central Contra Costa Transit Authority (CCCTA) Office of Civil Rights 2477 Arnold Industrial Way Concord, CA 94520-5327 Phone: 925-676-1976 EXT 207 Fax: 925-686-2630 www.cceta.org c. San Mateo County Transit District (SAMTRANS) Peninsula Corridor Joint Powers Board (JPB) DBE Office 1250 San Carlos Avenue San Carlos, CA 94070 Phone: 650-508-7939 Fax: 650-508-6415 www.samtrans.com (Procurement Section) 31 d. San Francisco Public Transportation Department .Accessible Services and Contract Compliance 1145 Market Street, 7th Floor San Francisco, CA 94103 Phone: 415-934-3087 Fax: 41`5-934-3980 www.sfmuni.com e. San Francisco International Airport Airport Minority/Women Opportunity For Concessions Only P. O. Box 8097 San Francisco, CA 94128 Phone: 650-821-5021 Fax: 650-821-5146 www.flysfo.com. E. Santa Clara Valley Transportation Authority(VTA) Small.& Disadvantaged Businesses 3331 North First. Street San Jose, CA 95134-1906 Phone: 408-321-5962 Fax: 408-955-9729 www.vta.ora g. San Joaquin Regional Rail Commission DBE Liaison Officer 5000 S. Airport Way, #102 Stockton, CA 95206 Phone: 1-800-411-7245 Phone: 209-944-6220 Fax: 209-944-6225 www•.aceraii.com h. City of Fresno DBE Program 2101 G Street, Building-A Fresno, CA 93706 Phone: 559-498-4071 Fax: : 559-488-1069 www.ci.fresno.ca.us - 1 32 Y i. Yolo County Transportation District DBE Programs . 350 Industrial Way Woodland, CA 95776 Phone: 530-661-0816 Fax: 530-661-1732 www.yctd.org j. Los Angeles County Metropolitan Transportation Authority (MTA) Small Business Diversity and Labor Compliance One Gateway Plaza Los Angeles, CA 90012 Phone: 213-922-2600 Phone: 213-922-4827 (Elfa Tran) Phone: 213-922-2600 Ext 722-4163 Certification Hot Line Fax: 213-922-7660 www.mta.net k. City of Los Angeles Office of Contract Compliance 600 South Spring Street, Suite 1300 Los Angeles, CA 90014 Phone: 213-847-6480 Fax: 213-847-5566 www.lacity.org/bca 5.. San Francisco Human Rights Commission 25 Van Ness Avenue, Suite 800 San Francisco, CA 94102-6033 Phone: 415-252-2500 Fax 415-431-5764 www.sthrc.org 6. State of California I Department of General Services Procurement Division Small Business and DVBE Certification 707 Third Street, 1St Floor, Room 400 West Sacramento, CA 95798-9052 Phone: 800-559-5529 Phone: 916-375-4940 Fax: 916-375-4950 www.pd.dgs.ca.gov/smbus/certing.htm OR P.O. Box 989052 West Sacramento, CA 95798-9052 , 33 7. Port of Oakland Contract Compliance Office Office of Social Responsibility 530 Water Street Oakland, CA 94607 Phone: 510-627-1513 (Don Soria) Phone: 510-627-1436 (Ms. Marvell Jones) Fax: 510-451-1656 www.portofoakland.com B. This applies to recognition as an MBE/WBE. 1. All listed MBE or WBE firms must be certified as defined under the proceeding paragraph before credit may be allowed toward the respective MBE or WBE participation,level 2.. Work.performed by a prime contractor will be considered for credit in computing any level of anticipated MBE/WBE participation established for this project. The prime contractor will be required to make a good faith effort to obtain certified MBEs/WBE through subcontracting to reach anticipated participation levels. 3. A listed MBE or WBE firm must perform a commercially useful function i.e., must be responsible for the execution of a distinct element of the work and must carry out its responsibility by`actually performing, managing, and supervising the work. 4. Recognition for materials and/or supplies is limited to 60 percent of the amount to be paid to the vendor for such materials/ supplies in computing the levels of MBE/WBE participation, unless the vendor manufactures - or substantially alters the ,! materials/supplies. 5. MBE/WBE credit shall-,not be given to a Joint Venture partner listed as a subcontractor by a Joint Venture bidder. 6. MBE/WBE credit for brokers required for performance of the contract is limited to the reasonable fee or commission charged, as not considered excessive, as compared with fees customarily allowed for similar services. 3-1.05 GOOD FAITH EFFORT DOCUMENTATION The bidder must take affirmative steps prior to bid opening to ensure that a maximum effort is made to recruit sub-bidder/subcontractors. Minority and women-owned and controlled business must be considered along with other business enterprises whenever possible as sources of supplies, construction, and other services. The required affirmative steps for Good Faith Effort documentation are outlined below. It is a policy of Contra Costa County to provide all MBEs, WBEs, OBEs, SBEs and LBEs an equal opportunity to participate in the performance of all County contracts. Bidders must assist the County in implementing this policy by taking all reasonable steps to ensure that all qualified business enterprises, including MBEs, WBEs, OBEs, SBEs and LBEs have an equal opportunity to compete for and participate in County contracts. A bidder's good faith efforts to reach out to MBEs, WBEs, OBEs, SBEs and LBEs (subcontractors, suppliers, manufacturers, truckers, etc.) will be determined.by the Board of Supervisors from written documentation of I 34 the level of effort put into achieving the indicators. Failure to include supporting documentation of a good faith effort and failure to achieve a minimum of 75 out of 100 Good . Faith Effort evaluation points may render the bid non-responsive and may .result in its rejection. Adequacy of bidder's good faith effort will be determined after consideration of the indicators of good faith as set forth below. Indicator 1 1,2 13 4 1 5 16 17 18 19 110 1 Total Points 0 10 13 9 10 10 5 10 26 7 100 Each indicator (2-10) is evaluated on a pass/fail basis, i.e., either full or zero points can be achieved for compliance with each item. 1 LEVEL OF ANTICIPATED MBE/WBE PARTICIPATION No Points The bidder has made a good faith effort to obtain sub-bid participation by MBEs, WBEs, OBEs, SBEs, and LBEs which could be expected by the County to produce a reasonable level of participation by interested business enterprises, and to have the bidder meet the Mandatory Subcontracting Minimum for the project. 2 ATTENDED PRE-BID MEETING 10 Points The bidder has attended the pre-bid meeting scheduled by the County to inform all bidders of the requirements for the project for which the contract will be awarded. This requirement may be waived only if the bidder certifies in writing prior to the pre-bid meeting that it was already informed as to those project requirements. Required Documentation: a) Attend this project's pre-bid meeting and be listed on the attendance sheet; or b) Submit a letter and a copy of a previous attendance sheet from a pre-bid meeting or construction workshop. Bidder must be listed on the attendance sheet from a previous pre-bid meeting or a County Construction Workshop (covering the procedure for completing the "Good Faith Effort" documentation) within the last twelve months from the date of the pre-bid meeting for the current project. Submit the letter and the previous attendance sheet either by fax to (925) 313-2044 or by mail to Public Works Department, Construction Division, 255 Glacier Drive, Martinez, CA 94553-4825. 3 SUFFICIENT WORK IDENTIFIED FOR 13 Points SUBCONTRACTORS The bidder has identified, listed and selected specific work items in the project to be P p J performed by sub-bidders/subcontractors in order to provide an opportunity for participation by MBEs, WBEs, OBEs, SBEs, and LBEs. Upon making this determination, the bidder 35 subdivided the total contract work requirements into smaller portions or quantities to permit maximum active participation of MBEs, WBEs, OBEs,.SBEs, and LBEs. Required Documentation: Proof of this must be demonstrated in either Indicator 4 or 5. 4 ADVERTISEMENT 9 Points - Not less than ten (10) calendar days prior to bid opening, the bidder advertised for sub-bids from interested business enterprises in one or more daily or weekly newspapers, trade association publications, minority or trade oriented publications, trade journals, or other media, specified by the County, such as the Daily Construction Service, the Daily Pacific Builder, or the Small Business Exchange. Required Documentation: A copy of the advertisement and a proof of publication statement or other verification, which confirms the date the advertisement was published. Note: The advertisement must be specific to the project, not generic; and may a not be plan holder advertisement provided by the publication. It should include the County project name, name of bidder, areas of work available for subcontracting, and a contact person's name and telephone number, information on the availability of plans and specifications and the bidder's policy concerning assistance to subcontractors, in obtaining bonds, lines of credit, and/or insurance. Consideration will be given to the wording of the advertisement to ensure that it did not exclude or seriously limit the number of potential respondents. 5 WRITTEN NOTICES TO SUBCONTRACTORS 10 Points "Che bidder has provided written notice of its interest in receiving sub-bids on the contract ' to those subcontractors, suppliers, manufacturers, and truckers, including MBEs, WBEs, OBEs, SBEs, and LBEs having an interest in participation in the selected work items. All notices of interest shall be provided not less than ten (10) calendar days prior to the date the bids are required to be submitted. SRequired Documentation: A copy of each ,letter sent to available MBEs, WBEs, OBEs, BEs, and LBEs for each item of work to be performed. If there is only one master notification, then a copy of the letter along with a listing of all recipients will suffice. Faxed copies must include. the fax transmittal confirmation slip showing the date and,time of transmission. Mailed letters must include copies of the metered envelopes or certified mail receipts. Letters must contain: areas of work.to be subcontracted; County project name; name of the bidder; contact person's name, address; and telephone number; information on the availability of plans ,and specifications; and the bidder's policy_ concerning assistance with bonds, lines of credit, and insurance. Note: This written notice can be used to satisfy Indicators 3 7 and 10. 36 w. CERTIFICATION AGENCIES (Bidders should contact the agencies listed in Paragraph 3-1.04A above to obtain current copies of MBE/WBE directories for listings of certified MBE/WBE firms.) 61 FOLLOW-UP ON INITIAL SOLICITATION 10 Points The bidder has documented efforts to follow-up initial solicitations made in Indicator#5 by contacting the MBEs, WBEs, OBEs, LBEs, and SBEs to determine with certainty whether said businesses were interested in performing specific portions of the project work, to answer any questions from them, to record any telephone quotes, and to confirm/record the business' interest in bidding on the project. Required Documentation: A copy of telephone logs. These logs must include the name of the company called, telephone number, contact person, who did the calling, time, date, and the result of the conversation. Bidder must follow-up with all subcontractors to whom they sent letters. 7 PLANS, SPECIFICATIONS AND REQUIREMENTS 5 Points The bidder has provided interested sub-bid enterprises with information about the plans, specifications, and requirements for the selected sub-bid/subcontracting work. Required Documentation: Include in Indicator 4 or 5, information detailing how, where, and when the bidder will make the required information available to interested subcontractors. 8 CONTACTED RECRUITMENT/PLACEMENT 10 Points ORGANIZATIONS The bidder has requested assistance from organizations that provide assistance in the recruitment and placement of MBEs, WBEs, OBEs, SBEs, and LBEs not less than fifteen (15) calendar days prior to the submission of bids. Any organizations which have been contacted must be listed in the required documentation. Required Documentation: A copy of each letter sent to outreach agencies requesting assistance in recruiting MBEs, WBEs, OBEs, SBEs, and LBEs. Faxed copies must include the fax transmittal confirmation slip showing the date and time of transmission. Mailed letters must include copies of the metered envelopes or certified mail receipts. Letters must contain areas of work to be subcontracted, County project name, name of the bidder, and contact person's name, address, and telephone number. 9 NEGOTIATE IN GOOD FAITH . 26 Points The bidder has negotiated in good faith with interested MBEs, WBEs, OBEs, SBEs, and LBEs and did not unjustifiably reject as unsatisfactory bids or proposals prepared by any enterprise, as determined by the County. 37 Required Documentation: a) Copies of all MBE/WBE/OBE/SBE/LBE bids or quotes received; and b) Summary sheet organized by work area, listing the bids received, the name of the company that submitted the bid,the dollar amount of the bid and the subcontractor selected for that work area. If the bidder elects to perform a listed work area with its own forces, they must include a bid that shows their own costs for the work. 10 BOND, LINES OF CREDIT, AND INSURANCE 7 Points ASSISTANCE The bidder has documented efforts to advise and assist interested MBEs, WBEs, OBEs,. SBEs, and LBEs in obtaining bonds, lines of credit, and insurance required by the County or contractor. Required Documentation:. Include in Indicator 4 or 5, information about the bidder's efforts to assist with bonds, lines of credit, and insurance. 3-1.05A GOOD FAITH EFFORT DOCUMENTATION SUBMITTAL No later than two .(2) working days following bid opening, the bidders shall submit completed good faith effort documentation to the County. In its review of the good faith effort documentation, the County may request additional information to validate and/or clarify that the good faith effort submission was adequate. Such information shall be submitted promptly upon request by the County. To assist the bidders in properly documenting their outreach efforts, the County has prepared the "Good Faith . Effort Documentation Booklet". The booklet can be downloaded from the Internet at the following location: www.co.contra-costa.ca.us/depart/pw/ Click on"Contractor Info" and select,"Co. Outreach GFE Booklet." For MBE/WBE firms to be used on the project, the bidder shall submit, within two (2) working days after bid opening, a completed "Letter of Intent" form for each such firm (see sample form attached to the Proposal). Use of the form will verify the amount of work each MBE/WBE subcontractor, supplier, manufacturer, or.trucker intends to perform. The form shall be signed by the MBE/WBE subcontractor, supplier, manufacturer, or trucker identifying the item(s) of work to be performed and the actual dollar value to be received. 3-1.06 AWARD OF CONTRACT The Board reserves the right to reject any and all bids. The award of a contract will be to the lowest responsive, responsible bidder whose proposal complies with all requirements prescribed herein. This includes compliance with the required Outreach Program.. A positive and adequate demonstration to the satisfaction of the Board of Supervisors that a good faith effort to include MBE/WBE/OBE/SBE/LBE subcontractors' participation was made is a condition for eligibility for award of the contract. In the event that the Board considers awarding away from the apparent,low bidder because of the bidder's failure to supply adequate good faith effort documentation, the County shall afford the bidder an opportunity to present further evidence prior to award of contract. 38 The Board specifically reserves the right, in its sole discretion, to waive any of the time requirements set forth in Section 3 and to waive any other irregularities relating to compliance with the County's Outreach Program. 3-1.07 SUBCONTRACTOR SUBSTITUTION In addition to the requirements set forth in the provisions pertaining to the listing of subcontractors the following shall apply for the purpose of this program: A. Substitution During Construction: The contract award requires that the level of all subcontractor participation shall be maintained throughout the duration of the contract. 1. The Contractor shall request advance approval for all substitutions of bid-listed subcontractors. 2. The request shall be in writing and submitted to the County. The request shall give the reason for the substitution, the name of the subcontractor, supplier, trucker, or manufacturer, and the name of the replacement. B. MBE/WBE Sub-bidder/Subcontractor Substitution: The County requires that whenever the Contractor seeks to substitute a bid-listed MBE/WBE subcontractor, supplier, manufacturer, or trucker, the Contractor must make a good faith effort to replace the MBE/WBE with a firm of the same certification status (i.e., MBE for MBE and WBE for WBE). 1. The Contractor shall call at least two 2 certified MBE or WBE sub-bid prospects from each trade for which sub-bid/subcontracting work is available and document the following for submittal: Name of the company called; contact person and telephone number; date and time of contact. Response for each item of work which was solicited, including dollar amounts. Reason for selection or rejection of sub-bid prospect. 3. The Contractor shall submit all documentation of good faith efforts to the County for review and approval by the County Administrator's Office. 3-1.08 SUB-AGREEMENT FALSIFICATION Falsification or misrepresentation of a sub-agreement as to company name, contract amount, and/or actual work to be done by the sub-bidder/subcontractor will result in sanctions set forth in provisions pertaining to listing of subcontractors. 39 3-1.09 FINAL SUBCONTRACTING REPORT SUBMITTALNERIFICATION OF PERFORMANCE FORMS The Contractor must submit the Final Subcontracting Report to the County Affirmative Action Office within fifteen (15) calendar days after the final inspection of the contract work by the County. Failure to comply may result in,the assessment of liquidated,damages in the amount of five hundred dollars ($500.00)per calendar day by the Board of Supervisors. Up-on completion of work, the Contractor shall submit a completed "Verification of p p Performance" form (see sample form attached to the Proposal) for each MBE/WBE prime contractor, subcontractor, supplier, manufacturer, or trucker used on the project or listed in the bid. The form shall be signed by the MBE/WBE identifying the item(s) of work performed and the actual dollar amount received. Final payment for work done may be withheld until all MBE/"E Verification of Performance forms are received. The Prime Contractor must explain in writing any total dollar amounts paid to MBE/WBE subcontractors, suppliers, manufacturers, or truckers that are less than the dollar amounts shown on the respective Letter of Intent. 3-1.10 REVIEW OF RECORDS Upon request, the Contractor and its subcontractors and truckers shall promptly make available, for review by the County Administrator's Office, certified payroll records and copies of purchase orders, invoices, and/or contracts from suppliers and manufacturers. 3-1.11 PROMPT PAYMENT The Contractor shall make prompt payment to its 'subcontractors, truckers, suppliers, and manufacturers in accordance with their contracts and legal relationships. SECTION 3-2.00 MANDATORY SUBCONTRACTING MINIMUM " 3-2.01 GENERAL This project is subject to the policies and requirements established by the Board of Supervisors Outreach Program-Construction. The County is committed to maximizing. subcontracting opportunities in the provision of all goods and services to the County on a contractual basis. The Outreach Program is set forth herein. Bidders should be fully informed of this program. Failure to comply with the Mandatory Subcontracting Minimum requirements may render the bid non-responsive. ! 3-2.02 MANDATORY SUBCONTRACTING MINIMUM PARTICIPATION LEVEL To be eligible for award of this project, the Board of Supervisors requires the bidder to subcontract a minimum percentage of its bid, which is stated in the proposal form, to any qualified available contractor, and list all subcontractors, regardless of amount, that the bidder wishes to be credited toward achieving the required MSM. Failure to list the subcontractors and subcontracting amounts with the bid on the form'provided in the proposal, sufficient to meet or exceed the required MSM, may cause the bid to be rejected by the Board of Supervisors as non-responsive. 3-2.03 DEFINITIONS For purposes of this program,the following definitions shall apply: 40 A. "Subcontractor" means an individual, firm or corporation having a direct contract with the contractor for the performance of a part of work which is proposed to be constructed or done under the contract or permit, including the furnishing of all labor, materials, or equipment. B. "Subcontract" means an agreement between the prime contractor and an individual, firm or corporation for the performance of a particular portion(s) of the work which the prime contractor has obligated itself. C. "Vendor and/or supplier" means a firm that owns, operates or maintains a store, warehouse, or other establishment in which the materials or supplies required for the performance of the contract are bought, kept in stock, and regularly sold to the public in the usual course of business. The firm must engage in, as its principal business, and its own name, the purchase and sale of the products in question. A supplier of bulk items such as steel, cement, stone and petroleum products need not keep such products in stock, if it owns or operates distribution equipment. D. "Manufacturer" means a firm that operates or maintains a factory or establishment that produces on the premises the materials or suppliers obtained by the contractor.. E. "Broker" means a firm that charges for providing a bona fide service, such as professional, technical, consultant or managerial services and assistance in the procurement of essential personnel, facilities, equipment, insurance or bonds, materials or supplies required for performance of the contract. The fee or commission is to be reasonable and not excessive as compared with fees customarily allowed for similar services. 3-2.04 MSM PARTICIPATION RECOGNITION A. Work performed by a prime contractor will not be considered for credit toward the MSM participation level. B. MSM credit for materials and/or supplies is limited to 60 percent of the amount to be paid to the vendor for the materials/supplies. C. MSM credit for a vendor who substantially alters materials/supplies and/or is a manufacturer will be 100 percent. D. MSM credit for brokers required for performance of the contract is limited to the reasonable fee or commission charged, as not considered excessive, as compared with fees customarily allowed for similar services. E. MSM credit shall not be given to a Joint Venture partner listed as a subcontractor by a Joint Venture bidder. M 41 SECTION 3-3.00 EXECUTION OF CONTRACT 3-3.01 AWARD OF CONTRACT The second paragraph of section 3-1.01, "Award of Contract", of the Standard Specifications is superseded by the following special provision The award of the contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed herein,including without limitation the requirements for a Project Labor Agreement if required (see Section 5 of these Special Provisions) and the Outreach Program and Mandatory Subcontracting Minimum requirements. Such award, if made, will be made within the time period during which bids may not be withdrawn as specified in the Notice to Contractors. The award of the contract if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed herein within 37 days after the opening of the proposals for contract bid amounts under $1,000,000 and within 65 days for contract bid amounts equal to or exceeding $1,000,000, which require a Project Labor Agreement. This period will be subject to extension for such further period as may be agreed upon in writing. between the Department and the bidder concerned. 3-3.02 BONDS Contractor shall provide, at the time of the-execution of the agreement or contract for the work, and at no additional expense to-the Agency, a surety bond executed by an admitted surety insurer in an amount equal to at least one-hundred percent(100%)of the contract price as security for the faithful performance of said agreement. Contractor shall also provide, at the time of the execution of the agreement or contract for the work, and at no additional expense to the Agency, a separate surety bond executed by an admitted surety insurer in an amount equal to at least one-hundred percent (100%) of the contract price as security for the payment of all persons performing labor and furnishing materials in connection with said agreement. Sureties on each of said bonds shall be satisfactory to the Agency. 3-3.03 INSURANCE REQUIREMENTS Sections 7-1.12 "Indemnification and Insurance" through 7-1.12B(6), "Miscellaneous", of the Standard Specifications are superseded by the following special provisions. Before performing any work pursuant to the Agreement (Contract), the Contractor, and its subcontractors, shall, at no additional expense to the Agency, obtain and maintain in force during the entire term of the contract and until acceptance of the completed job the following insurance: With Respect to the Contractor's Operations: 1. Worker's Compensation Insurance pursuant to State Law, including Employer's Liability. 42 2. Comprehensive or Commercial General Liability Insurance, including coverage for blanket contractual, owners' and contractors' protective and broad form property damage liability, with a minimum combined single limit coverage of one million dollars for all damages because of bodily injury, sickness, disease, or death to any person and damages to property including the loss of use thereof arising out of each accident or occurrence. 3. Comprehensive Motor Vehicle Liability Insurance, including coverage for motor vehicles, owned, non-owned, leased or hired by or on behalf of the contractor with a minimum combined single limit of one million dollars for all damage because of bodily injury or death to -any person and damages to property including loss of use thereof arising out of each accident or occurrence.. With Respect to Subcontractor's Operations: 1. Worker's Compensation Insurance pursuant to State law. 2. Comprehensive Motor Vehicle Liability Insurance, including coverage for motor vehicles owned, non-owned, leased, or hired by or on the behalf of the subcontractor with a minimum combined single limit coverage of$500,000 for all damages because of bodily injury or death to any person and damage to property including the loss of use thereof arising out of each accident or occurrence. Additional Insurance Policy Requirements Such insurance as is afforded by the policy to the Contractor for Comprehensive or Commercial Liability Insurance shall include coverage for property damage caused by blasting, collapse, structural injuries or damage to underground utilities. The policy shall not contain the so-called "x" "c" "u" exclusions. The minimum limits of liability for this,insurance are as follows: $500,000 $1,000,000 Bodily Injury Liability Each Person Each Occurrence $250,000 $500,000 Property Damage Liability Each Aggregate Occurrence Insurance coverage in the minimum amounts set forth herein shall not be construed to relieve the Contractor for liability in excess of that coverage, nor shall it preclude the Agency from taking such other actions as is available to it under any other provision of this contract (except retainage of money due the Contractor) or otherwise in law. Regarding Comprehensive or Commercial General Liability and Motor Vehicle Liability Insurance, the policy or policies and the riders attached thereto or the certificates for the policies or riders shall name the Agency, and those agencies or individuals listed in Section 6, "ADDITIONAL INSUREDS, WORKING DAYS, AND LIQUIDATED DAMAGES," of these special provisions and their respective officers, agents, employees, representatives, governing body,commissioners and volunteers as additional insureds: 43 All insurance policies shall include a provision for 30 days' written notice to the Agency of cancellation or material change. The insurance hereinabove specified shall be in the form satisfactory to the Agency, shall be placed with an insurance company or companies authorized to transact business in the State of California and satisfactory to. the Agency, and shall be kept in full force and effect until completion to the satisfaction of the Agency and acceptance by the Agency of all of the work to be performed by the Contractor under the Agreement(Contract). The Contractor shall furnish, or cause to be furnished to the Agency, evidence of insurance in the form approved by the Agency. Insurance brokers that .issue certificates of insurance and/or endorsements on behalf of the insurance companies must demonstrate to the satisfaction of the Agency that they are an authorized agent of the insurance, company having the power to amend the policies to conform to this contract's requirements. 3-3.04 EXECUTION OF AGREEMENT (CONTRACT) The following is added to Section 3-1.03, Execution of Contract, of the Standard Specifications. A sample copy of the Agreement(Contract) is contained in the Proposal and Contract book. The submittal of the Agreement (Contract) to the Contractor for execution shall constitute notice of contract award. The Contractor shall sign the Agreement (Contract) and return it to the Engineer together with: 1. The originals and one copy of each of the contract bonds specified in these special provisions. 2. One of the following:. a. Two copies of a certificate of consent to self-insure issued by the Director.of Industrial relations of the State of California. b. Two copies of a certificate of worker's,compensation insurance issued by an admitted insurer. c. Two copies of a certificate of worker's compensation insurance, certified by the Director of Industrial Relations of the State of California or the insurer. 3. Either of the following: a. Two certified copies of the Contractor's insurance policies specified in these special provisions. b. Two copies of certificates of insurance for the Contractor's insurance policies specified in these special provisions. The Agency will review the' contract documents and, if in order, will notify the Contractor that the contract. has been approved within five working days after the contractor submits the documents to the Agency. SECTION 4. BEGINNING OF WORK AND TIME OF COMPLETION 4-1.01 GENERAL Attention is directed to the provisions in Section 8-1.03; "Beginning of Work," and in Section 8-1.06, "Time of Completion," of the Standard Specifications and these special provisions. The first paragraph of Section 8-1.03, "Beginning of Work," of the Standard Specification is amended to read: 44 The first working day shall be no sooner than July 14, 2008 but no later than July 28,2008 i. calendar days from contract award by the Board of Supervisors. The Contractor and Engineer may revise the start of work date if they mutually agree and the Engineer confirms in writing. Even though the counting of working days may have begun, in no case will the Contractor be allowed to begin work before the preconstruction conference is held. All specified submittals shall be furnished to the Engineer at, or prior to, the preconstruction conference. All specified approvals contained in the Standard Specifications and these special provisions shall be obtained prior to the beginning of work. The Contractor shall begin work as arranged through coordination with the County Chip Seal Program. The 2008 County Chip Seal Program will begin approximately July 7, 2008,on site 1 and continue through site 5 in the Rodeo area. The Contractor shall not begin work on sites 1 through 5 prior to July 14, 2008,unless approved by the Engineer in writing. After starting work, the Contractor shall diligently prosecute the work to completion within the time limit provided in Section 6, "ADDITIONAL INSUREDS_ , WORKING DAYS, AND LIQUIDATED DAMAGES," of these special provisions. 4-1.02 PRE-CONSTRUCTION CONFERENCE Prior to the beginning of work, a pre-construction conference will be held at 255 Glacier Drive, Martinez, California, for the purpose of discussing with the Contractor the scope of work, contract drawings, Specifications, existing conditions, materials to be ordered, equipment to be used, and all essential matters pertaining to the prosecution of and the satisfactory completion of the project as required. The pre-construction conference shall be held within 10 days of contract award. The Contractor's representatives at this conference shall include all major superintendents for the work and may include major subcontractors. The following submittals shall be presented to the Engineer at the pre-construction conference and will be required before work can begin: I, Progress schedule using working days format. 2, The on-site authorized representative (and home phone number) who shall have complete authority to present the contractor. 1 A list naming each official (with title) who is authorized to sign contract change orders, daily extra work reports,and the final pay estimate. 4. Three copies of a list of all the materials which are to be used on the project, their source, and the name(s) and address(es) of the supplier(s). Please identify each material by contract item number and name. 5. A statement giving the name and address of each subcontractor together with the item number,description,unit cost, and total cost of each item to be subcontracted. , 6. A list giving the description, identification number, make, model number, and other necessary information for each piece of equipment to be used on this project. (Do not send listing of all items in equipment pool) 7. Three copies of the "Storm Water Pollution Protection Plan" if required by these special provisions. 45 8. Any other submittals and/or approvals required by the Standard Specifications and these special provisions. 9. A list of first tier subcontractors, suppliers, manufacturers, or truckers for which a "Verification of Performance"form will be required by these special provisions. SECTION 5. GENERAL SECTION 5-1. MISCELLANEOUS 5-1.01 LEGAL HOLIDAYS In lieu of the provisions in SECTION .1, "DEFINITIONS AND TERMS," of the jStandard Specifications, the following days are designated as legal holidays: January 1St, known as New Years Day Third Monday in January, known as Dr. Martin Luther King Jr. Day Third Monday in February, known as President'.s Day The last Monday in May, known as Memorial Day July 4th, known as Independence Day First Monday in September, known as Labor Day November 1 Ith, known as Veteran's Day Fourth Thursday in November, known as Thanksgiving'Day' The Friday after Thanksgiving Day December 25th, known as Christmas Day When a designated 'legal holiday falls on a Saturday, the proceeding Friday shall be considered to be the legal holiday. When a designated legal holiday falls on a Sunday, the following Monday shall be considered to be the legal holiday. 5-1,02 PAYROLL RECORDS The provisions of Section 7-1.01A(3), "Payroll Records," of the Standard Specifications are amended with the following: "(h) The contractor shall permit the Engineer to interview employees during working hours on the job to verify the above mentioned payroll records." 5-1.03 AFFIRMATIVE ACTION AND EQUAL EMPLOYMENT OPPORTUNITY The Contractor shall,pay special attention to Section 7-1.01A (4), "Labor Nondiscrimination" of the Standard Specifications and these special provisions. Employment Goals.--On contracts of $1,000,000 or more.it shall be-the goal of each Contractor and subcontractor to ensure that the composition of all persons employed specifically r for the purpose of completing this contract shall reflect the 25.7 percent overall minority composition of the labor force of Contra Costa County and a 6.9 percent,of the labor force for women employed s ecificall for the purpose of completing this contract. This requirement does not apply to current employees used on this contract. The Contractor shall make a maximum effort to achieve this employment goal withiri each trade by ensuring that the percentage of total hours worked within each trade by persons who are 46 members of minority groups are in proportion to the overall minority composition of the Contra Costa County labor force population. The goals shall apply to the Contractor and all subcontractors regardless of how they are selected. Specific Affirmative Action Steps.--No Contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet these goals. The Contractor and subcontractors shall be given the opportunity to demonstrate that they have instituted these Specific Affirmative Action Steps and have made every "good faith" effort to make these steps , work toward the attainment of the above employment goals. The Contractor shall inform its subcontractors of their respective obligations under the terms and requirements of these special provisions. The Contractor's and subcontractors' Affirmative Action Program must include specific affirmative action steps to increase minority and women utilization. Any Contractor who fails to meet the employment goals outlined in Section 5-1.02A "Employment Goals", above, must demonstrate to the satisfaction of the Contract Compliance Officer that a good faith effort was made to meet these goals. This effort must be at least as extensive and specific as the following: 1) The Contractor shall notify the union (hiring hall) in writing that the employment goal of this project is not being met, and the Contractor shall solicit the union's assistance in meeting the specified goals. 2) The Contractor shall make specific and continuing personal recruitment efforts, both written and oral, directed at minority, female and community organizations, schools with minority and female students, minority and female recruitment organizations, and minority and female training organizations within the greater San Francisco Bay Area. 3) The Contractor shall notify the Contract Compliance Officer whenever the union or unions with whom the Contractor has a collective bargaining agreement have not referred to the Contractor a minority person or female in response to a request sent by the Contractor to the union or whenever the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet the specified employment goals. 4) The Contractor shall actively participate as an individual or through an association in joint apprenticeship programs, and the Contractor shall, where reasonable, develop on-the-job training opportunities and programs which expressly include minorities and females. 5) The Contractor shall solicit and ,sponsor members of minority groups and females for pre-apprenticeship training. 6) The Contractor shall demonstrate an effort to cooperate with the unions with which the Contractor has agreements in the development of programs to assure 47 I ` qualified members or minority groups and females of equal opportunity in employment in the construction trades. 7) The Contractor,shall maintain, a file of the names, addresses and telephone numbers of minority and female workers referred to'said Contractor, what actions were taken with respect to each referred worker, and if the worker was not employed, the reasons why. For each such worker not employed by the Contractor,the Contractor's file shall document the reasons. 8) The Contractor shall establish and maintain a current list of minority and female recruitment sources, and shall notify community organizations that the Contractor has employment opportunities available, and shall maintain the records of organizations' responses. The Contractor shall make a specific effort to encourage its current employees to recruit any qualified minority and female workers. I� 9) The Contractor shall disseminate an Equal Employment Opportunity (EEO) policy within the Contractor's own organization by including it in any policy manual and collective bargaining agreement; by publicizing it in company newspapers and annual reports; by conducting staff and employee representative meetings to explain 'and discuss policy; by posting of the policy; and by specific review of the policy with minority and female employees. 10) The Contractor shall disseminate an EEO policy externally by providing notice of the policy to the unions and training programs and requesting their cooperation in assisting the Contractor in meeting EEO obligations; by informing and discussing it with all recruitment sources; by advertising in the news media, specifically including minority and female news media; by notifying and discussing it with all subcontractors and suppliers. 11) The Contractor shall ensure: that all facilities and company activities are nonsegregated. If necessary, changing facilities shall be provided to assure privacy between the sexes. 12) The Contractor shall conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage such employees to seek or to prepare for, through appropriate training, etc., such opportunities. 13) The Contractor shall review,at least annually, the company's EEO policy. Upon request by the Contract Compliance,Officer, the Contractor shall provide copies of documentation that a goad faith effort was made. Reporting Requirements.--The provisions in Section 7-1.01A(4), "Labor Nondiscrimination", of the Standard Specifications are amended as follows: 48 Each employee shall be identified as to minority or non-minority status and as to j gender on the copy of all payrolls submitted weekly to the Contract Compliance Officer. Such payroll records shall be submitted on U.S. Department of Labor Payroll Report Form WH-347 (or other form approved by the project Contract Compliance Officer) and in accordance with Section 1776 of the Labor Code. Enforcement.--The Contract Compliance Officer will review Contractor's and subcontractors' "project-related" employment practices during the performance of this contract. 1) Determination of Noncompliance.--If the Contract Compliance Officer determines that there is an apparent violation of any substantial requirements of these "Affirmative Action and Equal Employment Opportunity" special provisions and Section 7-1.01A(4), "Labor Nondiscrimination" of the Standard Specifications by the Contractor or one of its subcontractors, the Contract Compliance Officer will hold a meeting with the Contractor, and its subcontractor (if applicable), for the purpose of determining whether the Contractor is indeed out of compliance. If after the meeting the Contract Compliance Officer finds the Contractor out of compliance, the Contractor will be notified of its appeal rights to the County Administrator. In the event that the Contractor disagrees with the County Administrators determination, the Contractor may appeal, in writing, to the Board of Supervisors. If the Board of Supervisors concurs that there has been a violation, the Contract Compliance Officer will notify the Contractor in writing of the sanctions to be imposed. In addition, the Contra Costa County Board of Supervisors will deem a finding of willful violation of the California Fair Employment Act by the Fair Employment Practices Commission to be a violation by the Contractor of the nondiscrimination , requirements of this project, and such violation shall be subject to the sanctions provided herein. The same shall apply to violations of the Equal Employment Opportunity Commission regulation and other state and federal compliance agencies. Any sanctions imposed by the County for such violations shall be in addition to any sanctions or penalties imposed by the regulatory agencies or commissions. 2) Sanctions.--A finding at the public hearing that there has been a violation of the Affirmative Action and Equal Employment Opportunity requirements of this project shall be cause for the Board of Supervisors to impose any or all of the following sanctions: 1. Withhold an additional (10%) of all further contract progress payments until the Contractor provides evidence satisfactory to the Board of Supervisors that the condition of noncompliance has been corrected. 2. Suspend the contract until such time as the Contractor provides evidence satisfactory to the Board of Supervisors that the condition of 49 noncompliance has been corrected. All expenses, including liquidated damages shall be paid by the Contractor for any resultant delays. 3. Cancel the contract and collect appropriate damages from the Contractor. 4. Declaration that the Contractor is non-responsible and is ineligible to make bids on future County contracts until the Contractor can demonstrate to the satisfaction of the Board of Supervisors that the violation has been corrected.. 5-1.04 SCOPE OF PAYMENT The provisions of Section 9-1.02, "Scope of Payment," of the Standard Specifications are amended with the following: Full compensation for furnishing all labor, materials, tools, equipment, and incidentals necessary to the completed work and for performingall work contemplated and embraced under the contract whose payment is not clearly embraced in the various contract payment clauses shall.be considered as included in the various contract items of work and no additional compensation will be allowed. 5-1.05 INCREASES AND DECREASES IN QUANTITIES The provisions of Section 4-1.03B, "Increased or Decreased Quantities," of the Standard Specifications shall apply only to major items of work as defined herein. A major item of work is any item for which the cost, computed on the basis of contract unit price and the quantity shown in the proposal, is equal to or greater than ten (10) percent of the original total contract amount. 5-1.06 INTERPRETATION OF CONTRACT DOCUMENTS Section 5-1.04, "Coordination and Interpretation of Plans, Standard Specifications, and Special Provisions," of the Standard Specifications,is modified by the following addition: The proposal shall govern over the special provisions. In the event of a discrepancy between units shown on plans, .in the special provisions and in the proposal, the units shown in the proposal shall govern. 5-1.07 CONTROL OF WORK Control of work shall conform to the provisions in Section 5, "Control of Work," of the Standard Specifications and these special provisions. 54.08 COST REDUCTION INCENTIVE Attention is directed to Section 5-1.14, "Cost Reduction Incentive," of the Standard Specifications. 50 Prior to preparing a written cost reduction proposal, the Contractor shall request a meeting with the Engineer to discuss the proposal in concept. Items of discussion will also include permit issues, impact on other projects, impact on the project schedule, peer reviews, overall merit of the proposal, and review times required by the Department and other agencies. If a cost reduction proposal submitted by the Contractor, and subsequently approved by the Engineer, provides for a reduction in contract time, 50 percent of that contract time reduction shall be credited to the State by reducing the contract working days, not including plant establishment. . Attention is directed to 'Beginning of Work, Time of Completion and Liquidated Damages" of these special provisions regarding the working days. If a cost reduction proposal submitted by the Contractor, and subsequently approved by the Engineer, provides for a reduction in traffic congestion or avoids traffic congestion during construction, 60 percent of the estimated net savings in construction costs attributable to the cost reduction proposal will be paid to the Contractor. In addition to the requirements in Section 5-1.14, "Cost Reduction Incentive," of the Standard Specifications, the Contractor shall provide detailed comparisons of the traffic handling between the existing contract and the proposed change, and estimates of the traffic volumes and congestion. 5-1.09 LABOR NONDISCRIMINATION Attention is directed to the following Notice that is required by Chapter 5 of Division 4 of Title 2, California Code of Regulations. NOTICE OF REQUIREMENT FOR NONDISCRIMINATION PROGRAM (GOV. CODE, SECTION 12990) Your attention is called to the "Nondiscrimination Clause", set forth in Section 7-1.01A(4), "Labor Nondiscrimination," of the Standard Specifications, which is applicable to all nonexempt State contracts and subcontracts, and to the "Standard California Nondiscrimination Construction Contract Specifications" set forth therein. The specifications are applicable to all nonexempt State construction contracts and subcontracts of$5,000 or more. 5-1.10 PAYMENTS Attention is directed to Section 9-1.06, "Partial Payments," and 9-1.07, "Payment After Acceptance," of the Standard Specifications and these special provisions. The provisions in Section 9-1.06, "Partial Payments," are modified as follows: , No partial payment will.be made for any materials on hand which are furnished but not incorporated in the work. The provisions in Section 9-1.07, "Payment After Acceptance," are modified as follows: Upon satisfactory completion of the entire work, the Engineer will recommend the acceptance of the work to the Board of Supervisors. If the Board accepts the completed work, it will cause a Notice of Completion to be recorded with the County Recorder. Thirty-five days after the filing of the Notice of Completion, the Contractor will be entitled to the balance due for the completion and acceptance of the work, if certification is made by sworn written statement that all claims have been filed with the agency based upon acts or omissions of the Contractor and that no liens or withhold notices have been filed against said work or the property on which the work was done, and contractor has complied with the 51 r . "Final Subcontracting Report, SubmittalNerification of Performance Forms" section of these special,provisions. 5-1.11 INTEREST ON PAYMENTS Interest shall be payable on progress payments, payments after acceptance, final payments, extra work payments, and claim payments as follows: ' rA. Unpaid progress payments, payment after,acceptance, and final payments shall begin to accrue interest 30 days after the Engineer prepares the payment estimate. B. Unpaid extra work bills shall begin to accrue interest 30 days after preparation of the ■ first pay estimate following receipt of a properly submitted and undisputed extra work bill. To be properly submitted, the bill must be submitted within 7 days of the performance of the extra work and in conformance with the provisions in Section 9-1.03C, "Records, and Section 9-1.06, "Partial Payments," of the Standard Specifications. An undisputed extra work bill not submitted within 7 days of performance of the extra work will begin to accrue interest 30 days after the preparation of the second pay estimate following submittal of the bill. C. The rate of interest payable for unpaid progress payments, payments after acceptance, final payments, and extra work payments shall be 10 percent per annum. D. The rate of interest payable on a claim, protest or dispute ultimately allowed under this contract shall be 6 percent per annum. Interest shall begin to accrue 61 days after the Contractor submits to the Engineer information in sufficient detail to enable the Engineer to ascertain the basis and amount of said claim;protest or dispute. ' The rate of interest payable on any award in arbitration shall be 6 percent per annum if allowed under the provisions of Civil Code Section 3289. 5-1.12 PUBLIC SAFETY The Contractor shall provide for-the safety of traffic and the public in conformance with the provisions in Section 7-1.09, "Public Safety," of the Standard Specifications and these special provisions. The Contractor shall install temporary railing (Type K) between a lane open to public ' traffic and an excavation, obstacle, or storage area when the following conditions exist: (1) Excavations.--Any excavation,the near edge of which is 8 feet or less from the edge of the lane, except: (a) Excavations covered with sheet steel or concrete covers of adequate thickness to prevent accidental entry by traffic or the public. Trench plates subject to public traffic shall be the non-skid type (coefficient of friction of 0.35 or higher) and chocked. If more than one, plate is required, the.plates shall be tack welded together. (b) Excavations less than one foot deep. (c) Trenches less than one,foot wide for irrigation pipe or electrical conduit, or excavations less than one foot in diameter. (d) Excavations parallel. to the lane for,the purpose of pavement widening or reconstruction. (e) Excavations in side slopes, where the slope is steeper than 4:1. 52 (f)Excavations protected by existing barrier or railing. (2) Temporarily Unprotected Permanent Obstacles.--Whenever the work includes the installation of a fixed obstacle together with a protective system, such as a sign structure ' together with protective railing, and the Contractor elects to install the obstacle prior to installing the protective system; or whenever the Contractor, for his convenience and with permission of the Engineer, removes a portion of an existing protective railing at an obstacle and does not replace such railing complete in place during the same day. (3) Storage Areas.--Whenever material or equipment is stored within 12 feet of the lane and such storage is not otherwise prohibited by the Standard Specifications and these special provisions. The approach end of temporary railing (Type K), installed in conformance with the provisions in this section "Public Safety" and in Section 7-1.09, "Public Safety," of the Standard Specifications shall be offset a minimum of 15 feet from the edge of the traffic lane open to public traffic. The temporary railing shall be.installed on a skew toward the edge of the traffic lane of not more than one foot transversely to ten feet longitudinally with respect to the edge of the traffic lane. If the 15 foot minimum offset cannot be achieved, the temporary railing shall be installed on the 10 to 1 skew to obtain the maximum available offset between the approach end of the railing and the edge of the traffic lane, and an array of temporary crash cushion modules shall be installed at the approach end of the temporary railing. Except for installing, maintaining and removing traffic control devices, whenever work is performed or equipment is operated in the following work areas the Contractor shall close the adjacent traffic lane unless otherwise provided in the Standard Specifications and these special provisions: Approach speed of public traffic , (Posted Limit) Work Areas (Miles Per Hour) Over 45ithi ' W n6feetofa traffic lane but not on a traffic lane. 35 to 45 Within 3 feet of a traffic lane but not on a traffic lane. The lane closure provisions of this section shall not apply if the work area is protected by i permanent or temporary railing or barrier. When traffic cones or delineators are used to delineate a temporary edge of traffic lane, the line of cones or delineators shall be considered to be the edge of the traffic lane, however; the , Contractor shall not reduce the width of an existing lane to less than 10 feet without written approval from the Engineer. When work is not in progress on a trench or other excavation that required closure of an adjacent lane, the traffic cones or portable delineators used for the lane closure shall be placed 53 off of and adjacent to the edge of the traveled way. The spacing of the cones or delineators shall be not more than the spacing used for the lane closure. Suspended loads or equipment shall not be moved nor positioned over public traffic or pedestrians. Full compensation for conforming to the provisions in this section "Public Safety," including furnishing and installing temporary railing (Type K) and temporary crash cushion modules, shall be considered as included in the contract prices paid for the various items of .work involved and no additional compensation will be allowed therefor. 5-1.13 TESTING Testing of materials and work shall conform to the provisions in Section 6-3, "Testing," of the Standard Specifications and these special provisions: Whenever the provisions of Section 6-3.01, "General," of the Standard Specifications refer to tests or testing, it shall mean tests to assure the quality and to determine the acceptability of the materials and work. The Engineer will deduct .the costs for testing of materials and work found to be unacceptable, as determined by the tests performed by the Department, and the costs for testing of material 'sources identified by the.Contractor which are not used for the work, from moneys due or to become due to the Contractor. The amount deducted will be determined by the Engineer. 5-1.14 SURFACE MINING AND RECLAMATION ACT Attention is directed to the Surface Mining and Reclamation Act of 1975, commencing in Public Resources Code, Mining and Geology, Section 2710, which establishes regulations pertinent to surface. mining operations, and to California Public Contract Code Section 10295.5. Material from mining operations furnished for this project shall only come from permitted sites in compliance with;California Public Contract Code Section 10295.5. State law prohibits local agencies from purchasing California mined construction materials unless the operation is identified in a list referred to as the 3098 List. This list is available on the Department of.Conservation's Office of Mine Reclamation (OMR) website, which can be viewed at: 1 http://www.conservation.ca..Rov/OMR/ab 3098 list/index.htm The requirements of this section shall apply to materials furnished for the project, except for acquisition of materials in conformance with the provisions in Section 4-1.05, "Use of Materials Found on the Work," of the Standard Specifications. 5-1.15 CLAIMS BY CONTRACTOR Section 9-1.10, "Arbitration," of the Standard Specifications 'is deleted and the following is substituted therefor: 1 Attention is directed to therovisions of Government Code Sections'900 900 and following, p g concerning the procedures to be followed when filing claims against the Agency. All claims shall be filed with the Clerk of the Board of Supervisors. Forms specifying the information to be 54 ■ contained in claims against the Agency may be obtained from the Clerk of the Board of , Supervisors. Pursuant to Public Contract Code Section 20104(a), all claims by Contractor of$375,000 or less are subject to Article 1.5 (commencing with Section 20104) of Chapter 1 of Part 3 of the Public Contract Code, which is incorporated into the contract and which provides as follows: ARTICLE 1.5 Resolution of Construction Claims §20104. (a) (1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b) (1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. 2 "Claim" means a separate demand by the contractor for (A) a time extension, (B ( ) p ) payment of money or damages arising from work done by or on behalf of the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. c The provisions of this article or a summa thereof shall be set forth in the plans or ( ) P �' specifications for any work which may give rise to a claim under this article. d This article applies only to contracts entered into on or after January 1 1991. ( ) PP Y �'Y §20104.2 For any claim subject to this article,the following requirements apply: (a), The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b) (1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation , supporting the claim or relating to defenses or claims the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. 55 ' (3) The local agency's written response to the claim as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c) (1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of:the claim, any additional documentation supporting the claim or relating to defenses or claims the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision,upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation,whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand ' an informal conference to meet and confer,for settlement of the issues in dispute. Upon a demand, the.local agency shall schedule a meet and confer conference within 30 days.for settlement of the dispute. (e) If following the meet and confer conference the claim or any portion remains in dispute, the'claimant may file.a claim pursuant to Chapter 1 (commencing with Section 900) and ' Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his ' or her written claim pursuant to subdivision (a) until the time the claim is denied, including any.period of time utilized by the meet and confer conference. §20104.4 The.following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but noearlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended-upon a good cause showing to the court. 56 (b) (1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil Procedure) shall apply to any proceeding brought,under this subdivision consistent with the rules pertaining to judicial arbitration. (2) In addition to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, (A) arbitrators shall, when possible, be experienced in construction law, and (B) any party appealing an arbitration award who does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, also pay the attorney's fees on appeal of the other party. §20104.6 (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise,provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate , on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. 5-1.16 AREAS FOR CONTRACTOR'S USE Attention is directed to the provisions in Section 7-1.19, "Rights in Land and Improvements," of the Standard Specifications and these special provisions. The highway right of way shall be used only for purposes that are necessary to perform the required work. The Contractor shall not occupy the right of way, or allow others to occupy the right of way, for purposes which are not necessary to perform the required work. No State-owned parcels adjacent to the right of way are available for the exclusive use of ' the Contractor within the contract limits. The Contractor shall secure,at the Contractor's own expense, areas required for plant sites, storage of equipment or materials, or for other purposes. The Contractor shall remove equipment, materials, and rubbish from the work areas and ' other State--owned property which the Contractor occupies. The Contractor shall leave the areas in a presentable condition in conformance with the provisions in Section 4-1.02, "Final Cleaning Up," of the Standard Specifications. 5-1.17 AIR POLLUTION CONTROL Air pollution control shall conform to the provisions in Section 7-1.01F, "Air Pollution ' Control," of the Standard Specifications and these special provisions. All construction machinery and vehicles shall be properly tuned. Any machinery or vehicle when not in use shall not be idled unnecessarily. 5-1.18 SUBCONTRACTING Attention is directed to the provisions in Section 8-1.01, "Subcontracting," of the Standard Specifications and these special provisions. 57 1 Pursuant to the provisions in Section 1777:1 of the Labor Code, the Labor Commissioner publishes and distributes a list of contractors ineligible to perform work as a subcontractor ons a public works project. This list of debarred contractors is available from the Department of Industrial Relations web site at: http://www.dir.ca.goV/DLSE/Debar.html 5-1.19 PROMPT PROGRESS PAYMENT TO SUBCONTRACTORS Attention is directed to the provisions in Section 7108.5 of the Business and Professions Code concerning prompt payment to subcontractors. The prime contractor or subcontractor shall pay any subcontractor, not later than 10 days of I receipt of each progress payment, unless otherwise agreed to in writing, the respective amounts allowed the contractor on account of the work performed by the subcontractors, to the extent of each subcontractors interest therein. Any violation of this,section of the Code shall constitute a cause for disciplinary action and shall subject the licensee to a penalty payable to;the subcontractor, of 2 percent of the amount due per month for every month that payment isnot made. In any action for the collection of funds wrongfully withheld, the prevailing party shall be entitled to his or her attorney's fees and costs. 5-1.20 PROMPT PAYMENT OF WITHHELD FUNDS TO SUBCONTRACTORS The Contractor shall return all moneys withheld in retention from the subcontractor within 30 days after receiving payment for work satisfactorily completed, even if the other contract work is not completed, and has not been accepted in conformance with Section 7-1.17, "Acceptance of Contract," of.the Standard Specifications. This requirement shall not be construed to limit or impair any contractual, administrative, or judicial remedies otherwise available to the contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the Contractor or deficient subcontract performance or noncompliance by a subcontractor. 5-1.21 RECORDS The Contractor shall maintain cost accounting records for the contract pertaining to, and in such a manner as to provide a clear distinction between, the following 6 categories of costs of work during the life of the contract: A. Direct costs of contract item work. B. Direct costs of changes in character in conformance with Section 44.03C, "Changes in Character of Work," of the Standard Specifications. C. Direct costs of extra work in conformance with Section 4-1.03D, "Extra Work," of the Standard Specifications. D. Direct costs of work not required by the contract and performed for others. E. Direct costs of work performed under a notice of potential claim in conformance with the', provisions in Section 9-1.04, ."Notice of Potential Claim,". of the Standard ' Specifications. F. Indirect costs of overhead. i 58 Cost accounting records shall include the information specified for daily extra work reports in Section 9-1.03C, "Records," of the Standard Specifications. The requirements for furnishing the Engineer completed daily extra work reports shall only apply to work paid for on a force account basis. ' The cost accounting records for the contract shall be maintained separately from other contracts, during the life of the contract, and for a period of not less than 3 years after the date of acceptance of the contract. If the Contractor intends to file claims against the Department, the Contractor shall keep the cost accounting records specified above until complete resolution of all claims has been reached. N , 5-1.22 ACCEPTANCE OF CONTRACT Section 7-1.17, "Acceptance of Contract", of the Standard Specifications is superseded by the following. ' When the Engineer has made the final inspection as provided in Section 5-1.13, "Final Inspection," and determines that the contract work has been completed in all respects in accordance with the plans and specifications, the Engineer will recommend that the Director formally accept the contract, and immediately upon and after the acceptance by the Director, the Contractor will be relieved of the duty of maintaining and protecting the work as a whole, and the Contractor will not be required to perform any further work thereon. 5-1.23 PUBLIC CONVENIENCE The provisions of Section 7-1.08, "Public Convenience," of the Standard Specifications, are ' supplemented herein. When individual streets or groups of streets are being treated, those streets may be closed to ' traffic by the Contractor, subject to the following conditions: Contractor shall ensure that enough parking is available on streets not being slurried or overlaid to provide parking for residents on streets subject to closure. Street closures shall not cause residents or business traffic to walk distances exceeding 500 feet. At least two working days in advance of any street closure, all residents and businesses fronting that street and all streets requiring use of the closed street shall be notified of the closure by the Contractor in writing. The Notice to Residents shall clearly state the Contractor's plans for lane closures or special handling of the traffic, if less than complete closure of the street will occur. The notice shall include the name of all streets to be closed,the date and times of closure, state the reason for closure and the purpose of the surface treatment. The notice shall include the Engineer's name and phone number, the Contractor's name, day and night telephone number and contact person, additionally, residents shall be requested not to do outdoor watering, immediately prior or during the , period of closure. Each notice shall be hand delivered or securely attached to the door of each residence or business in the event that no one is available to personally accept the notice. Notices shall not be left in mailboxes. Notices shall be typed, on the contractor's stationery (letterhead). A Friday that occurs prior to a Holiday (three day) weekend shall not be considered as a working day for the purpose of this section. Once notices have been delivered, the Contractor shall adhere to the schedule stated in the notices until ' completion of the work in that area. If the Contractor is unable to complete the work in the area in which the residents have been noticed in the time frame specified in the notice, then the Contractor shall distribute new notices in the area in which the work has , 59 ' not been completed specifying why the work has not been completed and stating when the work will be done. Failure to notice the residents in accordance with these special provisions in advance of performing the work affecting the residents or failing to perform the work on the dates specified in the original notice to residents shall result in a deduction of$1000 per day from moneys due or that may become due the Contractor for each day the work has not been completed after the time specified in the original notice. No penalty will be assessed for Contractor's failure to meet the schedule stated in the notice to residents if in the opinion of the Engineer the failure was due to factors beyond the control of the Contractor such as weather on an equipment failure (An ' equipment failure on this project only). The Contractor shall obtain the Engineer's approval'(as to form) of the Notice to Residents prior to notifying any residents. Twenty-four (24) hours prior to the day a street is to be treated, the Contractor shall furnish and erect "No Parking" signs. The signs shall include the date and times of closure. In small writing on the sign the contractor shall write the exact date and time the notices were placed. These notices shall be attached to portable barricades. The "No Parking" signs shall be removed when that street is re-opened for traffic. . The contractor shall arrange for towing and removal of any vehicles which interfere with construction operations. Vehicles shall be towed to the nearest street with available parking which is not subject to that days work, vehicles shall not be towed to the towing companies impound lot. The contractor shall be compensated $75:00 for each vehicle towed or removed to i accommodate that days work. . The $75.00 paid per tow vehicle shall include full,compensation for furnishing all labor, overhead, coordination with a towing company materials tools, equipment and incidentals and for doing all work involved in towing vehicles'complete in place, including all overhead as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. The total number of vehicles to be towed has been estimated. The contractor may tow`more or fewer vehicles than that indicated on the Bid'Proposal document. The number of vehicles ' towed will ;be adjusted up or down to agree with the number of vehicles actually towed. In no event shall the $75.00 per vehicle be modified. No towing will be done or allowed unless the contractor has given the full 24-hour notice to the residents and/or businesses adjoining the streets to be treated. Where directed by the Engineer, or indicated on the plans; the Contractor shall supply a 1.5-meter (5 foot) wide pedestrian path over the wet slurry seal. The path shall be a sand blotted or construction paper and shall be well marked with barricades, traffic cones and signs as directed by the Engineer. At driveways'serving businesses, emergency and public facilities,the Contractor shall provide at least a 37meter (16 foot) wide vehicle access strip.across the treatment area. . The access strip shall be constructed using aggregate material in such a manner that the vehicles are,protected from ' damage"from the treatment and the slurry seal treatment is not damaged by the vehicle traffic. The access strip shall be well marked with barricades, traffic cones and signs as directed by the Engineer. - 60 ' Emergency vehicles shall be permitted to pass through the work area without delay at all ' times. In lieu of the provisions in the nineteenth paragraph of Section 7-1.08, "Public Convenience," of the Standard Specifications regarding payment by the County, full compensation for furnishing, , installing and maintaining signs, barricades, and other warning and safety devices, shall be considered as included in the contract price paid for various items of work and no separate payment will be made therefor. 5-1.24 ENCROACHMENT PERMIT—CITY OF MARTINEZ Attention is directed to Section 7-1.04, "Permits and Licenses," of the Standard Specifications i and these special provisions. The Contractor will be required to obtain a no fee encroachment permit from City of Martinez for construction signs. At the time of application the Contractor shall supply a copy of their , insurance certificate listing the City of Martinez as also insured. Contact Tim Tucker at (925) 372-3562 for information and details to obtain the permit. A sample of the Encroachment Permit is attached for the Contractor's information. Additional provisions may also be included in the final encroachment permit. The Contractor will be required to comply with the provisions of the final encroachment permit. In the event of any conflicts between the requirements of the encroachment permit and what is shown on the plans or specified in the Standard Specifications and these special provisions, the final encroachment permit shall govern. No extension of time will be granted for work involved in obtaining the contractor's encroachment permit or for doing the work covered by the original permit. i Any work required by the final encroachment permits not shown on the plans or specified in the Standard Specifications or these special provisions or the attached sample permit will be paid for as extra work as provided for in Section 4-1.03D, "Extra Work." The contractor shall be reimbursed for the full amount of the fees actually paid to the City of Martinez for the encroachment permit. Full compensation for all work required to obtain the permit from and complying with the provisions of the permit shall be considered as included in the contract price paid for various items of work and no separate payment will be made therefor. 5-1.25 ENCROACHMENT PERMIT—CALTRANS Attention is directed to Section 7-1.04, "Permits-and Licenses," of the Standard Specifications and these special provisions. Attention is directed to the encroachment permit issued to the County by the State Department of Transportation (Caltrans). A copy of the permit is included in the Appendices , of these special provisions and is made a part of these special provisions. The Contractor will be required to comply with the provisions of the encroachment permit , and obtain his own encroachment permit which includes obtaining a separate contractor's encroachment permit and payment of a fee to Caltrans. In the event of any conflicts between the requirements of the encroachment permit and what is shown on the plans or specified in the ' Standard Specifications and these special provisions, the encroachment permit shall govern. No extension of time will be granted for work involved with obtaining the Contractor's , encroachment permit or for doing the work covered by the original permit. 61 ' The Contractor will be required to obtain an 'encroachment permit from Caltrans including payment of all fees. The Contractor shall be reimbursed for the fullamount of the fees actually paid Caltrans for the encroachment permit. Full compensation for all other work required in obtaining: the contractors encroachment. permit shall be considered as included in the contract price paid for various items of work and no additional compensation will be allowed therefor. SECTION 6. ADDITIONAL INSUREDS, WORKING DAYS,AND LIQUIDATED ' DAMAGES 6-1.01 ADDITIONAL INSUREDS In accordance with Section 7-1.12A, "Indemnification" of the standard specifications, "INSURANCE REQUIUREMENTS"," section contained in SECTION 3 of these special provisions and Section 20 of the Contract (Construction Agreement), the following shall be r named as additional insureds and shall be defended,held harmless and indemnified: California Department of Transportation(Caltrans),City of Martinez. 6-1.02 WORKING DAYS In accordance with Section 4-1.01, "GENERAL," of these special provisions, the Contractor will have 40 working days to complete the project. 6-1.03 LIQUIDATED DAMAGES Attention is directed to Section 8-1.075 "LIQUIDATED DAMAGES," of the Standard Specifications and these special provisions. The Contractor shall pay to the Agency the sum of $1000 per day, for each and every calendar day delay, in finishing the work in excess of the ' number of working days prescribed above. If the delay, in finishing the work proceeds past October 15t", then the Contractor shall pay to the Agency the additional amount of$500 per day ($1500 per'day total) until November 1St, at which point the Contractor shall pay to the Agency another additional amount of$500 per day($2000 per day total)until the work is finished. SECTION 7 (BLANK) ' SECTION 8. MATERIALS SECTION 8-1. MISCELLANEOUS 8-1.01 PREQUALIFIED AND TESTED SIGNING AND DELINEATION MATERIALS ' The Department maintains the following list of Prequalified and Tested Signing and Delineation Materials. The Engineer shall not be precluded from sampling and testing products on the list of Prequalified and Tested Signing and Delineation Materials. 62 The manufacturer of products on the list of Prequalified and Tested Signing and Delineation Materials shall furnish the Engineer a Certificate of Compliance in conformance with the provisions in Section 6-1.07, "Certificates of Compliance," of the Standard Specifications for each type of traffic product supplied. ' For those categories of materials included on the list of Prequalified and Tested Signing and Delineation Materials, only those products shown within the listing may be used in the work. Other categories of products, not included on the list of Prequalified and Tested Signing ' and Delineation Materials, may be used in the work provided they conform to the requirements of the Standard Specifications. Materials and products may be added to the list of Prequalified and Tested Signing and ' Delineation Materials if the manufacturer submits a New Product Information Form to the New Product Coordinator at the Transportation Laboratory. Upon a Departmental request for samples, sufficient samples shall be submitted to permit performance of required tests. ' Approval of materials or products will depend upon compliance with the specifications and tests the Department may elect to perform. PAVEMENT MARKERS, PERMANENT TYPE Retroreflective With Abrasion Resistant Surface (ARS) 1. Apex, Model 921 AR(4" x 4") 2. Ennis Paint, Models C88 (4" x 4"), 911 (4" x 4") and 953 (2.75" x 4.5") 3. Ray-O-Lite, Model "AA" ARS (4" x 4") 4. 3M Series 290 (3.5" x 4") ' 5. 3M Series 290 PSA, with pressure sensitive adhesive pad (3.5" x 4") Retroreflective With Abrasion Resistant Surface (ARS) , (for recessed applications only) 1. Ennis Paint,Model 948 (2.3"-x 4.7) 2. Ennis Paint, Model 944SB (2" x 4")* 3. Ray-O-Lite, Model 2002 (2 x 4.6") 4. Ray-O-Lite, Model 2004 ARS (2" x 4")* *For use only in 4.5 inch wide (older) recessed slots ' Non-Reflective, 4-inch Round. 1. Apex Universal (Ceramic) 2. Apex Universal, Models 929 (ABS) and 929PP (Polypropylene) 3. Glowlite, Inc. (Ceramic) ' 4. Hi-Way Safety, Inc., Models P20-2000W and 2001Y (ABS) 5. Interstate Sales, "Diamond Back" (Polypropylene) 6. Novabrite Models Cdot (White) Cdot-y (Yellow), Ceramic ' 7. Novabrite Models Pdot-w(White) Pdot-y (Yellow), Polypropylene 8. Three D Traffic Works TD10000 (ABS), TD10500 (Polypropylene) PAVEMENT MARKERS, TEMPORARY TYPE i Temporary Markers For Long Term Day/Night Use (180 days or less) 1. Vega Molded Products "Temporary Road Marker" (3" x 4") ' Temporary Markers For Short Term Day/Night Use (14 days or less) (For seal coat or chip seal applications, clear protective covers are required) , 63 1. Apex Universal, Model 932 2. Filtrona Extrusion, Models T.O.M., T.R.P.M., and "HH" (High Heat) 3. Hi-Way Safety, Inc., Model 1280/1281 4. Glowlite; Inc.,Model 932 STRIPING AND PAVEMENT MARKING MATERIAL ' Permanent Traffic Striping and Pavement Marking Tape 1. Advanced Traffic Marking, Series 300 and 400 2. Brite-Line, Series 1000 3: Brite-Line, "DeltaLine XRP" 4. Swarco Industries, "Director 35" (For transverse,application only) 5. Swarco Industries, ."Director 60" ' 6. 3M, "Stamark" Series 380 and 5730 7. 3M, "Stamark" Series 420 (For transverse application only) ' Temporary (Removable) Striping and Pavement Marking.Tape (180 days or less) 1. Advanced Traffic Marking, Series 200 2. Brite-Line, Series 100 3. Garlock Rubber Technologies, Series 2000 .4. P.B. Laminations, Aztec, Grade 102 5. Swarco Industries, "Director-2" 6. Trelleborg Industries, R.140 Series 7. 3M Series 620 "CR", and Series A750 8. 3M Series A145,Removable Black Line Mask ' (Black Tape: for use only on Asphalt Concrete Surfaces) 9. Advanced Traffic Marking Black "Hide-A-Line'' (Black Tape: for use only on Asphalt Concrete Surfaces) 10. Brite-Line "BTR" Black Removable Tape (Black Tape: for use only on Asphalt Concrete Surfaces) 11. Trelleborg Industries, RB-140 (Black Tape: for use only on Asphalt Concrete Surfaces) Preformed Thermoplastic (Heated in place) 1. Flint Trading Inc., "Hot Tape" 2. Flint Trading Inc., "Premark Plus" 3. Ennis Paint Inc., "Flametape" Ceramic Surfacing Laminate, 6" x 6" ' 1. Highway Ceramics, Inc. CLASS 1 DELINEATORS One Piece Driveable Flexible Type, 66-inch 1. Filtrona Extrusion, "Flexi-Guide Models 400 and 566" 2. Carsonite, Curve-Flex CFRM-400 ® 3. Carsonite, Roadmarker CRM-375 ■ 4. FlexStake, Model 654 TM 5. GreenLine Model CGD 1-66 64 Special Use Type, 66-inch 1. Filtrona Extrusion, Model FG 560 (with 18-inch U-Channel base) 2. Carsonite, "Survivor" (with 18-inch U-Channel base) 3. Carsonite, Roadmarker CRM-375 (with 18-inch U-Channel base) 4. FlexStake, Model 604 5. GreenLine Model CGD (with 18-inch U-Channel base) 6. Impact Recovery Model D36, with#105 Driveable Base , 7. Safe-Hit with 8-inch pavement anchor (SH248-GP1) 8. Safe-Hit with 15-inch soil anchor (SH248-GP2) and with 18-inch soil anchor (SH248-GP3) Surface Mount Type, 48-inch 1. Bent Manufacturing Company,Masterflex Model MF-180EX-48 , 2. Carsonite, "Channelizer" 3. F1exStake, Models 704, 754 TM, and E134 4. Impact Recovery Model D48, With#10 1 Fixed(Surface-Mount) Base 5. Three D Traffic Works "Channelflex" ID No. 522248W CHANNELIZERS , Surface Mount Type, 36-inch 1. Bent Manufacturing Company, Masterflex Models MF-360-36 (Round) and MF-180-36 (Flat) ' 2. Filtrona Extrusion, Flexi-Guide Models FG300PE, FG300UR, and FG300EFX 3. Carsonite, "Super Duck" (Round SDR-336) 4. Carsonite, Model SDCF0360IMB "Channelizer" ' 5. F1exStake, Models 703, 753 TM, and E133 6. GreenLine, Model SMD-36 7. Hi-way Safety, Inc. "Channel Guide Channelizer" Model CGC36 8. Impact Recovery Model D36, with#101 Fixed (Surface-Mount) Base 9. Safe-Hit, Guide Post, Model SH236SMA 10. Three D Traffic Works 'Boomerang" ID No. 522053W ' Lane Separation System 1. Filtrona Extrusion, "Flexi-Guide (FG) 300 Curb System" , 2. Qwick Kurb, "Klemmfix Guide System" 3. Dura-Curb System CONICAL DELINEATORS 42-inch (For 28-inch Traffic Cones, see Standard Specifications) 1. Bent Manufacturing Company "T-Top" 2. Plastic Safety Systems "Navigator-42" 3. TrafFix Devices "Grabber" 4. Three D Traffic Works "Ringtop" TD7000, ID No. 742143 , 5. Three D Traffic Works, TD7500 OBJECT MARKERS Type "K", 18-inch 1. Filtrona Extrusion, Model FG318PE , 65 2. Carsonite, Model SMD 615 3. FlexStake, Model 701 KM 4. Safe-Hit, Model SH718SMA Type "K-4" / "Q" Object Markers, 24-inch 1. Bent Manufacturing "Masterflex" Model MF-360-24 2. Filtrona Extrusion, Model FG324PE 3. Carsonite, "Channelizer" 4. FlexStake, Model 701KM 5. Safe-Hit, Models SH824SMA_WA and SH824GP3_WA 6. Three D Traffic Works ID No. 531702W and TD 5200 7. Three D Traffic Works ID No. 520896W CONCRETE BARRIER MARKERS AND TEMPORARY RAILING (TYPE K) REFLECTORS Impactable Type 1. ARTUK, "FB" 2. Filtrona Extrusion, Models PCBM-12 and PCBM-T12 3. Duraflex Corp., "Flexx 2020" and "Electriflexx" 4. Hi=Way Safety, Inc., Model GMKRM100' 5. .Plastic Safety Systems "BAM" Models OM-BARR and OM-BWAR ' 6. Three D Traffic Works "Roadguide" Model TD 9304 Non-Impactable Type ' 1. ARTUK, JD Series 2. Plastic Safety Systems "BAM Models OM-BITARW and OM-BITARA 3. Vega Molded Products, Models GBM and JD 4. Plastic Vacuum Forming, "Cap-It.C400" ' METAL BEAM GUARD RAIL POST MARKERS (For use to the left of traffic) 1. Filtrona Extrusion, "Mini" (3 x 10") 2. Creative Building Products, "Dura-Bull, Model 11201" 3. Duraflex Corp., "Railrider" 4. Plastic Vacuum Forming, "Cap-It C300" CONCRETE BARRIER DELINEATORS; 16-inch (For use to the right of traffic) ' L Filtrona Extrusion, Model PCBM T-16 2. Safe-Hit, Model SH216RBM . ' CONCRETE BARRIER-MOUNTED MINI-DRUM (10" x 14" x 22") 1. Stinson Equipment Company "SaddleMarker" GUARD RAILING,DELINEATOR (Place top of reflective element at 48 inches above plane of roadway) Wood Post Type, 27-inch 1. Filtrona Extrusion, FG 427 and FG 527 66 2. Carsonite, Model 427 3. F1exStake, Model 102 GR 4. GreenLine GRD 27 5. Safe-Hit, Model SH227GRD 6. Three D Traffic Works "Guardflex" TD9100 7. New Directions Mfg,NDM27 Steel Post Type 1. Carsonite, Model CFGR-327 RETROREFLECTIVE SHEETING Channelizers,Barrier Markers, and Delineators 1. Avery Dennison T-6500 Series (For rigid substrate devices only) , 2. Avery Dennison WR-7100 Series 3. Nippon Carbide Industries,Flexible Ultralite Grade (ULG) II 4. Reflexite, PC-1000 Metalized Polycarbonate ' 5. Reflexite, AC-1000 Acrylic 6. Reflexite, AP-1000 Metalized Polyester 7. Reflexite, Conformalight, AR-1000 Abrasion Resistant Coating , 8. 3M, High Intensity Traffic Cones, 4-inch and 6-inch Sleeves ' 1. Nippon Carbide Industries, Flexible Ultralite Grade (ULG) II 2. Reflexite, Vinyl, "TR" (Semi-transparent) or "Conformalight" 3. 3M Series 3840 ' 4. Avery Dennison 5-9000C Drums 1. Avery Dennison WR-6100 2. Nippon Carbide Industries, Flexible Ultralite Grade (ULG) II 3. Reflexite, "Conformalight", "Super High Intensity" or "High Impact Drum Sheeting" ' 4. 3M Series 3810 Barricades: Type I, Medium-Intensity (Typically Enclosed Lens, Glass-Bead t Element) 1. Nippon Carbide Industries, CN8117 2. Avery Dennison, W 1100 series ' 3. 3M Series CW 44 Barricades: Type II, Medium-High-Intensity (Typically Enclosed Lens, , Glass-Bead Element) 1. Avery Dennison, W-2100 Series Signs: Type II, Medium-High-Intensity (Typically Enclosed Lens, Glass-Bead Element) ' 1. Avery Dennison, T-2500 Series 2. Nippon Carbide Industries,Nikkalite 18000 67 ' Signs: Type III, High-Intensity (Typically Encapsulated Glass-Bead Element) 1. Avery Dennison, T-5500A and T-6500 Series 2. Nippon Carbide Industries,Nikkalite Brand Ultralite Grade II ' 3. 3M 3$70 and 3930 Series Signs: Type IV, High-Intensity (Typically Unmetallized.Microprismatic Element) ' 1. Avery Dennison, T-6500 Series 2. Nippon Carbide Industries, Crystal Grade, 94000 Series 3. Nippon Carbide Industries, Model No. 94847 Fluorescent Orange 4. 3M Series 3930 and Series 3924S Signs: Type VI, Elastomeric (Roll-Up) High-Intensity,without Adhesive ' 1. Avery Dennison, WU-6014 2: Novabrite LLC, "Econobrite" 3. Reflexite "Vinyl" 4. Reflexite "SuperBright" 5. Reflexite"Marathon" 6. 3M Series RS20 Signs: Type VII, Super-High-Intensity (Typically Unmetallized Microprismatic Element) ' l. 3M Series 3924S, Fluorescent Orange 2. 3M LDP Series 3970 ' Signs: Type VIII, Super-High-Intensity (Typically Unmetallized Microprismatic Element) 1. Avery Dennison, T-7500 Series ' 2. Avery Dennison, T-7511 Fluorescent Yellow 3. Avery Dennison, T-7513 Fluorescent Yellow Green '4. Avery Dennison,W-7514 Fluorescent Orange t 5. Nippon Carbide Industries,Nikkalite Crystal Grade Series 92800 6. Nippon Carbide Industries,Nikkalite Crystal Grade Model 92847 Fluorescent Orange ' Signs: Type IX, Very-High-Intensity "(Typically Unmetallized Microprismatic Element) 1. 3M VIP Series 3981 Diamond Grade Fluorescent Yellow 2. 3M VIP Series 3983 Diamond Grade Fluorescent Yellow/Green " 3. 3M VIP Series 3990 Diamond Grade 4. Avery Dennison T-9500 Series 5. Avery Dennison,T9513, Fluorescent Yellow Green 6. Avery Dennison, W9514,Fluorescent,Orange SPECIALTY SIGNS 1 Reflexite."Endurance" Work Zone Sign (with Semi-Rigid Plastic Substrate) ALTERNATIVE SIGN SUBSTRATES Fiberglass Reinforced Plastic (FRP) and Expanded Foam PVC 1. Fiber-Brite (FRP) 68 2. Sequentia, "Polyplate" (FRP) 3. Inteplast Group "InteCel" (0.5 inch for Post-Mounted CZ Signs, 48-inch or less)(PVC) Aluminum Composite, Temporary Construction Signs Only , 1. Alcan Composites "Dibond Material, 80 mils" 2. Mitsubishi Chemical America, Alpolic 350 8-1.02 TESTING Whenever a reference is made in the Standard Specifications or these special provisions to any of the California Test numbers specified below, the corresponding ASTM Designation or AASHTO Designation test numbers may be used to determine the quality of materials. , CALIFORNIA ASTM AASHTO TEST DESIGNATION DESIGNATION ' 216 D 1557 T 180 231 D 2922 (a) T 238 (a) 203 D 422 T88 ' 204 D 4318 T 89 &T 90 504 C 231 T 152 ' 518 C 138 T 121 521 C 39 T 22 , 523 C392 & C78 T177 & T97 533 C 360 -- ' 211 C131 &C535 T96 Note: (a) When ASTM Designation: D 2922 or AASHTO Designation: T 238 is used, the frequency and areal distribution of such tests shall comply with the requirements specified in California Test 231. For each determination of relative compaction by ' ASTM or AASHTO test methods, laboratory compaction tests per ASTM Designation: D 1557 or AASHTO Designation: T 180 shall be performed, except when the use of previous laboratory maximum dry densities are allowed. Previous laboratory maximum ' dry densities may be used to determine relative compaction if the material, as determined by the Engineer, is from the same general excavation or plant source and has the same visual characteristics of color, gradation, and soil classification as the previous laboratory ' maximum dry densities. The use of previous laboratory maximum dry densities will not be permitted for more than 5 working days or for more than 14 determinations of relative compaction. ' 69 5-1.03 QUALITY CONTROL TESTING The 'Contractor's attention is directed to Section 6-3.02, "Testing by Contractor" of the Standard Specifications regarding responsibility 1for quality control. The acceptance testing performed by'the Agency shall not relieve the Contractor of responsibility for performing quality control testing as required by the above and other provisions of the Standard Specifications and these special provisions. SECTION 8-2. (BLANK) SECTION 8-3. (BLANK) SECTION 9. DESCRIPTION OF WORK The work to be done generally consists of cleaning road surface, including weed removal and sweeping, removing pavement striping and markings, applying Type II slurry seal as per the plans, site cleanup, and placing thermoplastic striping and pavement marking. Various county roads will be treated in the following areas: Morgan Territory Road,Clayton , Concord, Martinez, and Rodeo and such other items or details, not mentioned above, that are required by the plans, Standard Specifications, or these special provisions to be performed, placed, constructed or installed. SECTION 10. CONSTRUCTION DETAILS SECTION 10-1. GENERAL 104.01 ORDER OF WORK Order of work shall conform to the provisions in Section 5-1.05, ".Order of Work," of the Standard Specifications and these special provisions. ' The Contractor shall have a representative on the job site at all times while work is actually in progress whose sole duties shall be to supervise the work crews and coordinate activities ' pertaining to the contract operations, including traffic control and public notifications. Attention is directed to "Maintaining Traffic;" "Temporary Pavement Delineation" and ' "Seal Coat" of these special provisions: At the preconstruction meeting, the Contractor,,shall submit a signed original laboratory report ' of mix design covering the specific material's to be;used on the project, as required by the sections entitled "Proportioning and "Mix Design" of these special provisions and details showing how he intends to comply with Section 10-1.02 "WaterPollution Control"of these special provisions. ' Start of work shall conform to'the provisions in Section 4, "Beginning of Work and Time of Corripletion" of.these special provisions. Prior to the start of work, and prior to; submitting a schedule of work to the Engineer, the Contractor shall contact Mike Giles of the Agency's ' Maintenance Division.at(925)313-7041 to confirm the Agency's chip seal schedule and schedule 70 i I 1 the slurry seal work accordingly. The Contractor shall ensure that public noticing; street surface preparation and slurry seal placement follow the Agency's chip seal operation in a timely manner. The Contractor shall obtain all necessary encroachment permits prior to the commencement of any work in an area where a permit is required. , One week prior to the start of the slurry operation, the Contractor shall furnish to the Engineer a schedule of work showing the Contractor's planned sequence of operations. Unless otherwise approved by the Engineer in writing, the Contractor shall start with Site 1 (Morgan Territory ' Road) and continue sequentially to finish with Site 5 (Rodeo). The schedule shall list all necessary preparatory work (vegetation removal and street cleaning), tree trimming, and slurry sealing operations for each street. Such schedule shall be subject to the review and approval of the Engineer. No work shall be done until the Engineer has approved, in writing, the schedule to be followed by the Contractor. The street closures list shall be divided into sections showing daily a.m. and p.m. closures. The first order of work shall be to spray weeds. The placement of slurry seal shall not be done until at least 5 calendar days after spraying of weeds is complete. At least two working days in advance of any street closure, all residents on that street and streets requiring use of that street ' shall be notified by the Contractor in writing of the time and date of the closure. Various streets in this contract may require special consideration regarding closure and application (timing) of treatment. Streets to receive this consideration besides those described in ' Section 10-1.06 "MAINTAINING TRAFFIC " of these special provisions include, but are not limited to: streets providing access to public schools, and long streets with only one access. The Engineer shall make the determination regarding which streets receive special consideration and ' the adequacy of the proposed scheduling. Slurry seal operations on streets providing access to public schools shall be limited to weekends only. At least one working day prior to scheduled street closures,the Contractor shall have adequate supply of aggregate and emulsion on the site to complete all work on the day of the scheduled street closures. Before oblitering any pavement delineation (traffic stripes, pavement markings, and pavement. 1 markers)that is to be replaced on the same alignment and location,as determined by the Engineer, the pavement delineation shall be referenced by the Contractor, with a sufficient number of control points to reestablish the alignment and location of the new pavement delineation. The ' references shall include the limits or changes in striping pattern, including one- and two-way barrier lines, limit lines, crosswalks, and other pavement markings. Full compensation for referencing existing pavement delineation shall be considered as , included in the contract prices paid for pavement delineation and no additional payment will be made therefor. Sweeping operations shall follow the order in which streets were treated whenever final ' sweeping or brooming of the seal coat surface has been completed on a particular street, permanent traffic stripes and pavement markings shall be completed within 10 days. Attention is directed to Section 9-1.06, "Partial Payments," of the Standard Specifications. , For progress payment purposes, the Department will retain 50 percent of the estimated value of seal coat work done that has not received permanent traffic stripes and pavement markings. . Before applying asphaltic emulsion or binder that would obliterate existing traffic stripes, the Contractor shall place temporary raised pavement markers on the existing traffic stripes as specified in "Temporary Pavement Delineation" of these special provisions. Prior to applying slurry seal, the Contractor shall cover all manholes, valve and monument covers, grates, or other exposed facilities located within the area of application, using a plastic , 71 or oil resistant construction paper secured to the facility being covered by tape or adhesive. The covered facilities shall be referenced by the Contractor, with a sufficient number of control points to relocate the facilities after the slurry seal has been placed. After completion of the ' slurry seal operation, all covers shall be removed and disposed of in a manner satisfactory to the Engineer. Full compensation for covering manholes, valve and monument covers, grates, or other exposed facilities,-referencing, and removing temporary cover shall be considered as included in the contract price paid per square yard for,placing slurry seal, and no additional compensation will be allowed therefor. ' 10-1.02 WATER POLLUTION CONTROL Water pollution control work shall conform to the provisions in Section 7-1.01G, "Water Pollution," of the Standard Specifications and these special provisions. Water pollution control work shall conform tothe requirements in the "Storm Water Pollution Prevention Plan (SWPPP) and Water Pollution Control Program (WPCP) Preparation Manual" and the "Construction Site Best Management Practices (BMPs) Manual," and addenda thereto ' - issued up to, and including, the date of advertisement of the project, hereafter referred to respectively as the "Preparation Manual" and(,,the "Construction Site. BMP Manual" and collectively as the "Manuals." Copies of the Manuals may be obtained from the Department of Transportation, Material Operations Branch, Publication Distribution Unit, 1900 Royal Oaks Drive, Sacramento, California 95815, Telephone:; (916)445-3520. Copies of the Manuals may also be obtained from the Department's Internet Web Site at: ' http://www.dot.ca.gov/hq/construc/stonnwater.html. The Contractor shall know and fully'comply with the applicable provisions of the Manuals and Federal, State, and local regulations that govern the Contractor's operations and storm water discharges from both the project site and areas of disturbance outside the project limits during construction. The Contractor shall designate a Water Pollution Control Manager. The Water Pollution Control Manager shall be responsible for the implementation and adequate i functioning of the various water pollution control practices employed. The Water Pollution Control Managers shall serve as the primary contact for issues related to the WPCP or its implementation. The Contractor shall assure that the Water Pollution Manager has .adequate training and qualifications necessary to implement water pollution control practices. Unless arrangements for disturbance of areas outside the project limits are made by the Department and made part of the contract, it is expressly agreed that the Department assumes no responsibility whatsoever to the Contractor_ or property owner with respect to any ' arrangements made between the Contractor and:property owner to allow disturbance of areas outside the project limits. The Contractor shall be responsible for the costs and for liabilities imposed by law as a result of the Contractor's failure to comply with the requirements set forth in .this section "Water Pollution Control" including, but not limited to, compliance with the applicable I rovisions of the Manuals and Federal, State,and local regulations. For the purposes of this paragraph, costs and liabilities include, but are not limited to, fines, penalties, and damages whether assessed against the State or the Contractor, including those levied under the Federal Clean Water Act and the State Porter Cologne Water Quality Act. In addition to the remedies authorized by law, an amount of the money due the Contractor under the contract, as determined by the Department, maybe retained by the State'of California until disposition has been made of the costs and liabilities. 72 The retention of money due the Contractor shall be subject to the following: ' A. The Department will give the Contractor 30 days notice of the Department's intention to retain funds from partial payments which may become due to the Contractor prior to acceptance of the contract. Retention of funds,from payments made after acceptance of ' the contract may be made without prior notice to the Contractor. B. No retention of additional amounts out of partial payments will be made if the amount to be retained does not exceed the amount being withheld from partial payments ' pursuant to Section 9-1.06, "Partial Payments," of the Standard Specifications. C. If the Department has retained funds and it is subsequently determined that the State is not subject to the costs and liabilities in connection with the matter for which the , retention was made, the Department shall be liable for interest on the amount retained at the legal rate of interest for the period.of the retention. Conformance with the provisions in this section "Water Pollution Control" shall not relieve the Contractor from the Contractor's responsibilities as provided in Section 7, "Legal Relations and Responsibilities," of the Standard Specifications. ' While this contract does not require a formal written water pollution control plan, the contractor shall conduct his operations employing best management practices to reduce the potential of pollutants and sediment entering the storm drainage system. ' The Contractor shall identify pollution sources that may adversely affect the quality of storm water discharges associated with the project and shall identify water pollution ' control measures, hereafter referred to as control measures, to be constructed, implemented, and maintained in order to reduce to the extent feasible pollutants in storm water discharges from the construction site during construction under this contract. The Contractor shall incorporate control measures in the following categories: A. Soil stabilization; B. Sediment control; C. Tracking control; ' D. Wind erosion control; E. Non-storm water control; and F. Waste management and material pollution control. Specific objectives and minimum requirements for each category of control measures are contained in the Manuals. The Contractor shall consider the objectives and minimum requirements presented in the Manuals for each of the above categories. When minimum requirements are listed for any category, the Contractor shall incorporate into his operations and implement on the project, one or more of the listed minimum controls required in order to meet the pollution control objectives for the category. ' Soil stabilization practices and sediment control measures, including minimum requirements, shall be provided throughout the rainy season, defined as between October 15 and April 15. ' The Contractor shall have a year-round program for implementing and maintaining water pollution control practices for wind erosion control, tracking control, non-storm water control, and waste management and materials pollution control. ' 73 The National Weather Service weather forecast shall be monitored and used by the Contractor on a daily basis. An alternative weather forecast proposed by the Contractor may be used if approved by the Engineer. If precipitation is predicted,the necessary water pollution control practices shall be deployed prior to the onset of the precipitation. The Engineer.may order the suspension of construction operations which create water pollution if the Contractor fails to conform to the provisions in this section "Water Pollution Control" as determined by the Engineer. MAINTENANCE To ensure the proper implementation and functioning of control measures, the Contractor shall regularly inspect and maintain the construction site for the control measures implemented. The Contractor, shall identify corrective actions and time needed to address any deficient measures or reinitiate any measures that have been discontinued. PAYMENT Full compensation for conforming to the provisions in this section shall be considered as included in the prices paid for the various contract items of work involved and no additional compensation will be allowed therefor. The Engineer will retain an amount equal,to 25 percent of the estimated value of the contract work performed during estimate periods in which the Contractor fails to conform to the provisions in this section "Water Pollution Control" as determined by the Engineer. Retentions for failure to conform to the provisions in this section "Water Pollution Control" shall be in addition to the other retentions provided for in the contract. The amounts retained 1 for failure of the Contractor to conform to the provisions in this section will be released for payment on the next monthly, estimate for partial payment following the date that water pollution control measures have been implemented or corrected has been implemented and maintained and water pollution.is adequately controlled, as determined by the Engineer. 10-1.03 PRESERVATION OF PROPERTY Attention is directed to the provisions in Section 7-1.11, "Preservation of Property,' of the Standard Specifications and these special provisions. Existing trees, shrubs and other plants, that are not to be removed as shown on the plans or specified elsewhere in these special provisions, and are injured or damaged or caused to fall by reason of the contractor's operations, shall be replaced by the Contractor as directed by the Engineer. . The Engineer shall determine .appropriate number, size and species of plants as restitution. The Contractor shall furnish, plant, and maintain the specified plants at his expense. The maintenance period shall be for three years from the date that the Agency accepts the contract as complete. Typical tree restoration requires trees to be replaced at a 3:1 ratio. This may vary depending on the size and species of the tree, shrub or'other plants removed. In addition, the Contractor shall post a security cash bond in the amount of$2,000 plus an additional$200 per tree in excess of three trees, $100 per shrub, and an amount representing 10 times the actual cost of other plants replaced. This security bond will be returned at the end of the three-year maintenance period provided that an 80% survivability is reached with the replacement planting. Failure to reach this goal will require additional planting and another three-year maintenance period with appropriate security bond being retained by the County. 1 . c 74 .Replacement planting of injured or damaged trees, shrubs and other plants shall be completed not less than 20 working days prior to acceptance of the contract. Replacement plants shall be watered as necessary to maintain the plants in a healthy condition. Damaged or injured plants shall be removed and disposed of outside the highway right of way in accordance with the provisions in Section 7-1.13 of the Standard Specifications. 10-1.04 CONSTRUCTION AREA TRAFFIC CONTROL DEVICES Flagging, signs, and temporary traffic control devices furnished, installed, maintained, and removed when no longer required shall conform to the provisions in Section 12, "Construction Area Traffic Control Devices," of the Standard Specifications and these special provisions. Category 1 temporary traffic control devices are defined as small and lightweight (less than 100 pounds) devices. These devices shall be certified as crashworthy by crash testing, crash testing of similar devices, or years of demonstrable safe performance. Category 1 temporary traffic control devices include traffic cones, plastic drums, portable delineators, and channelizers. If requested by the Engineer, the Contractor shall provide written self-certification for crashworthiness of Category 1 temporary traffic control devices at least 5 days before beginning any work using the devices or within 2 days after the request if the devices are already in use. Self-certification.shall be provided by the manufacturer or Contractor and shall include the following: A. Date, B. Federal Aid number (if applicable), ' C. Contract number, district, county, route and post mile of project limits, D. Company name of certifying vendor, street address, city, state and zip code, E. Printed name, signature and title of certifying person; and F. Category 1 temporary traffic control devices that will be used on the project. The Contractor may obtain a standard form for self-certification from the Engineer. Category 2 temporary traffic control devices are defined as small and lightweight (less than 100 pounds) devices that are not expected to produce significant vehicular velocity change, but may cause potential harm to impacting vehicles. Category 2 temporary traffic control devices include barricades and portable sign supports. Category 2 temporary traffic control devices shall be on the Federal Highway \ Administration's (FHWA) list of Acceptable Crashworthy Category 2 Hardware for Work Zones. This list is maintained by FHWA and can be located at: http://safety.fhwa.dot.gov/roadway_dept/road_hardware/listing.cfm?code=workzone The Department also maintains this list at: http://www.dot.ca.gov/hq/traffops/signtech/signdel/pdf/Category2.pdf Category 2 temporary traffic control devices that have not received FHWA acceptance ' shall not be used. Category 2 temporary traffic control devices in use that have received FHWA acceptance shall be labeled with the FHWA acceptance letter number and the name of 75 the manufacturer. The label shall be readable and permanently affixed by the manufacturer. Category 2 temporary traffic control devices without a label shall not be used. If requested by the Engineer, the Contractor shall provide a written list of Category 2 temporary traffic control,devices to be used on the project at least 5 days before beginning any work using the devices or within 2 days after the request if the devices are already in use. Category 3 temporary traffic control devices consist of temporary traffic-handling equipment and devices that weigh 100 pounds or more and are expected to produce significant vehicular velocity change to impacting vehicles: Temporary traffic-handling equipment and devices include crash cushions, truck-mounted attenuators, temporary railing, temporary barrier, and end treatments for temporary railing and barrier. Type III barricades may be used as sign supports if the barricades have been successfully crash tested, meeting the NCHRP Report 350 criteria, as one unit with a construction area sign attached. Category 3 temporary traffic control devices shall be shown on the plans or on the Department's Highway Safety Features list. iThis list is maintained by the Division of Engineering Services and can be found at: http://www.dot.ca.gov/hq/esc/4pproved_prod ucts_list/HighwaySafe.htm Category 3 temporary traffic control devices that are not shown on the plans or not listed on the Department's Highway Safety Features list shall not be used. r` Full compensation 'for providing self-certification for .crashworthiness of Category 1 temporary traffic control. devices and for providing a list of Category 2 temporary traffic control devices used on the project shall be considered as included in the prices paid for the various items of work requiring the use of the Category 1 or Category 2 temporary traffic control devices and no additional compensation will be allowed therefor. 104.05 CONSTRUCTION AREA SIGNS Construction area signs for temporary traffic control shall be furnished, installed, maintained, and removed when no longer required in conformance with the provisions in s Section 12, Construction Area Traffic Control 'Devices, of the Standard Specifications and these special provisions. Attention is directed to the provisions in "Prequalified and Tested Signing and Delineation Materials" of these special provisions. Type IL's retroreflective sheeting shall not be used on construction area sign panels. Type III, IV, VII, VIII,'or IX retroreflective sheeting shall be used for stationary mounted construction area sign panels. Attention is directed to Construction Project Information . Signs of these special provisions regarding the number and type of construction project information signs to be furnished, erected, maintained, and removed and disposed of. Unless otherwise shown on the plans or specified in these special provisions, the color of construction area warning and guide signs shall have black legend and border on orange �. background, except W10-1 or W47(CA) (Highway-Rail Grade Crossing Advance Warning) sign shall have black legend and border on yellow background. Orange background on construction area signs shall be fluorescent orange. Repair to construction area sign panels will not be allowed, except when approved by the Engineer. At nighttime under vehicular headlight illumination, sign panels that exhibit irregular luminance, shadowing or dark blotches shall be immediately replaced at the r` Contractor's expense. 76 The Contractor shall maintain accurate information on construction area signs. Signs that are no longer required shall be immediately covered or removed. Signs that convey inaccurate information shall be immediately replaced or the information shall be corrected. Covers shall be replaced when they no longer cover the signs properly. The Contractor shall immediately restore to the original position and location any sign that is displaced or overturned, from any cause, during the progress of work. The term "Construction Area Sign", shall include Type II barricades with sign p required uired q for road closures, directing traffic through or around the work during construction, or parking restrictions. Full compensation for construction area signs shall be considered as included in the contract prices paid for the various items of work and no separate payment will be made therefor. o 10-1.06 MAINTAINING TRAFFIC Attention is directed to Sections 7-1.08, "Public Convenience," 7-1.09, "Public Safety," and 12, "Construction Area Traffic Control Devices," of the Standard Specifications and to the provisions in "Public Safety of these special provisions and these special provisions. Nothing in these special provisions shall be construed as relieving the Contractor from the responsibilities specified in Section 7-1.09. Lane closures shall conform to the provisions in section "Traffic Control System for Lane Closure" of these special provisions. At the end of the day's work and when construction operations are suspended, all equipment and other obstructions shall be removed from the roadway. The Contractor shall provide the necessary number of flaggers every working day to provide for safe passage of public through or around the work under the provisions of Standard Specifications Section 7-1.08, "Public Convenience," and Standard Specifications Section 7-1.09, "Public safety," and as approved by the Engineer. Lane closure and road closure shall be in accordance with the current "MANUAL OF TRAFFIC CONTROLS FOR CONSTRUCTION AND MAINTENANCE WORK ZONES," except that the taper length for each closure shall be determined by the Contractor and meet the Engineer's approval. The Contractor shall provide and station competent flaggers in advance of the lane closure. The sole duty of the flaggers shall be to direct traffic around the work. When working on Arthur Road at the 1-680 on and off ramps a minimum of one 12 foot lane shall be maintained to allow vehicles to exit and enter the freeway. MAINTAINING TRAFFIC—LONG ONE-WAY ACCESS STREETS Any street or combination of streets exceeding 500 feet in length that provides sole access in/out to a property shall not be closed in its' entirety. No section of these roadways may be closed where an alternative route is unavailable except for the final 500-foot section of that street. The Contractor shall provide a minimum of one paved traffic lane, not less than 10-feet wide, for public traffic at all times with exception of the final 500-foot section. The provisions in this section will not relieve the Contractor of responsibility for providing additional devices or taking measures as may be necessary to comply with the provisions in Section 7-1.09, "Public Safety," of the Standard Specifications. 77 ll TRAFFIC CONTROL FOR ROAD CLOSURE When individual streets or groups are being treated, these streets may be closed to traffic by the Contractor, subject to the following conditions:; a.. The traffic control system shall conform to the provisions in the Standard Specifications Section 37-1.03, "Maintaining Traffic." b. Slurry seal application operations shall terminate no later than 3:00 p.m. Monday through Friday. Application shall terminate earlier than 3:00 p.m. on Fridays and other days as specified elsewhere in these special provisions to allow opening of roadway by 3:00 p.m. c. No `street shall be closed to traffic before�8:00 a.m. or after 6:00 p.m., unless otherwise indicated: d. No street shall be closed to traffic until immediately prior to the application of the slurry seal. e. No street shall be closed to traffic for more than three hours after being treated unless approved by the Engineer. f. Emergency vehicles shall be permitted to pass through the work area without delay at all times. 1. g. The Contractor shall obtain the Engineer's approval for all street closures, flagging arrangements, detours and traffic signing,', including special signs, at least two working days prior to such closure. h. At least five working days in advance of',street closures, all emergency services, public transportation services, post office, County and local district school bus drivers shall be notified by the Contractor in writing of the locations, time and date of the closure. Engineer to receive copies of the written'notification. In case of schedule changes, the emergency services, etc. Shall be notified by telephone at least two days in advance of the street closure. i. No street shall be closed the day of garbage;collection. j. Arthur Road shallnot be closed in it's entirety at any time. k. Street closures shall not cause residents to walk distances exceeding 500 feet. Personal vehicles of the Contractor's employees shall not be parked on the traveled way including any section closed to public traffic. The Contractor shall:sequence the slurry seal work to ensure that enough parking is available on streets not being slurried to provide parking for residents on streets subject to closure. The Contractor shall notify local authorities of the Contractor's intent to begin work at least 5 days before work is begun. The Contractor shall cooperate with local authorities relative to handling traffic through the area and shall make''arrangements relative to keeping the working area clear of parked vehicles. Local authorities .are defined as, but not limited to, Contra Costa Sheriffs Department, California Highway Patrol, local Fire. Department, United States Post Office, local waste management companies Emergency Response '''Companies and/or all businesses or regular users whose ability to perform their daily job will be affected by road closures, detours or general work by,the Contractor. 78 When work vehicles or equipment are parked on the shoulder within 6 feet of a traffic lane, the shoulder area shall be closed with fluorescent orange traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at 25-foot intervals to a point not less than 25 feet past the last vehicle or piece of equipment. A minimum of 9 traffic cones or portable delineators shall be used for the taper. A W20-1 (ROAD WORK AHEAD) or W21-5b (RIGHT/LEFT SHOULDER CLOSED AHEAD) or C24(CA) (SHOULDER WORK AHEAD) sign shall be mounted on a crashworthy portable sign support with flags. The sign shall be placed where designated by the Engineer. The sign shall be a minimum of 48" x 48" in size. The Contractor shall immediately restore to the original position and location a traffic cone or delineator that is displaced or overturned, during the progress of work. No construction equipment or construction materials shall be parked or stockpiled within 10 feet of a traffic lane when construction operations are not actively in progress. The full width of the traveled way shall be open for use by public traffic on Saturdays, Sundays and designated legal holidays; after 3:00 p.m. on Fridays and the day preceding designated legal holidays; and when construction operations are not actively in progress. Designated legal holidays are listed elsewhere in these special provisions. The provisions in this section will not relieve the Contractor of responsibility for providing additional devices or taking measures as may be necessary to comply with the provisions in Section 7-1.09, "Public Safety," of the Standard Specifications. LATE REOPENING OF CLOSURES If a closure is not reopened to public traffic by the specified time, work shall be suspended in conformance with the provisions in Section 8-1.05, "Temporary Suspension of Work," of the Standard Specifications. The Contractor shall not make any further closures until the Engineer has accepted a work plan, submitted by the Contractor, that will insure that future closures will be reopened to public traffic at the specified time. The Engineer will have 2 working days to accept or reject the Contractor's proposed work plan. The Contractor will not be entitled to any compensation for the suspension of work resulting from the late reopening of closures. Minor deviations from the requirements of this section concerning hours of work which do not significantly change the cost of the work may be permitted upon the written request of the Contractor if, in the opinion of the Engineer, public traffic will be better served and the work expedited. These deviations shall not be adopted by the Contractor until the Engineer has approved the deviations in writing. Other modifications will be made by contract change order. TRAFFIC CONTROL SYSTEM FOR LANE CLOSURE A traffic control system shall consist of closing traffic lanes in conformance with the M details shown on the plans, the provisions in Section 12, "Construction Area Traffic Control Devices," of the Standard Specifications, the provisions under "Maintaining Traffic" and "Construction Area Signs" of these special provisions, and these special provisions. During traffic stripe operations and pavement marker placement operations using bituminous adhesive, traffic shall be controlled, at the option of the Contractor, with either stationary or moving lane closures. During other operations, traffic shall be controlled with 79 1 , stationary lane closures. Attention is directed to the provisions in Section 84-1.04, "Protection From Damage," and Section 85-1.06, "Placement„” of the Standard Specifications. If components in the traffic control system are displaced or cease to operate or function as � specified, from any cause, during the progress of the work, the Contractor shall immediately repair the components to the original condition or replace the components and shall restore the components to the original location. One-way traffic shall be controlled through the project in conformance with the plan entitled "Traffic Control Systems for Lane Closure on Two Lane Conventional Highways" and these special provisions. Utilizing a pilot car will be at the option of the Contractor. If the Contractor elects to use a pilot car, the cones shown along the centerline of the plan need not be placed. The pilot car shall have radio contact with personnel in the work area. The maximum speed of the pilot car through the traffic control zone shall be 25 mph. STATIONARY LANE CLOSURE When lane closures are made for work periods only, at the end of each work period, components of the traffic control system, except portable delineators placed along open �r trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder. If the Contractor so elects, the components may -be stored at selected central locations, designated by the Engineer within the limits of the highway right of way. MOVING LANE CLOSURE Flashing arrow signs used in moving lane closures shall be truck-mounted. Changeable message signs used in moving lane closure operations shall conform to the provisions in Section 12-3.12, "Portable Changeable Message Signs," of the Standard Specifications, except the signs shall be truck-mounted and the full operation height of the bottom of the sign may be less than 7- feet above the ground,but should be as high as practicable. Flashing arrow signs shall be in the caution display mode when used on 2-lane, 2-way highways. } TRAFFIC CONTROL FOR PAVEMENT''DELINEATION During traffic stripe operations and pavement marker placement operations using bituminous adhesive, traffic shall be controlled, at the option of the Contractor, as provided for under "Traffic Control System for Lane Closure," of these Special Provisions, or by use of an alternate traffic control.plan proposed by the Contractor. The Contractor shall not start traffic ' stripe operations using an alternate plan until he has submitted his plan to the Engineer and has received written approval,of said plan. Alternate traffic control plans for striping operations shall conform to the provisions in Section 7-1.08, "Public Convenience," 7-1.09, 'Public Safety," and 12, "Construction Area Traffic Control Devices," of the Standard Specifications and these special provisions. Full compensation for providing traffic control for'-applying traffic stripes and pavement markers shall be considered as included in the contract`prices paid for the various items of work and no separate payment will be made therefor. FLAGGING COSTS In lieu of the provisions of Section 12-2.02, "Flagging Costs,", of the Standard Specifications regarding equal payment by the State and the Contractor, full compensation for furnishing flaggers, including transporting flaggers, providing stands or towers for use of flaggers, shall be 80 ,r- considered as included in the contract price paid for the various items of work that require flagging and no separate payment will be made therefor. PAYMENT Full compensation for providing the traffic control system including the use of pilot cars and meeting all requirements of this section shall be considered as included in the contract prices paid for the various items of work and no separate payment will be made therefor. Traffic control system required by work which is classified as extra work, as provided in v Section 4-103D of the Standard Specifications, will be paid for as part of the extra work. 10-1.07 TEMPORARY PAVEMENT DELINEATION Temporary pavement delineation shall be furnished, placed, maintained and removed in conformance with the provisions in Section 12-3.01, "General", of the Standard Specifications and these special provisions. Nothing in these special provisions shall be construed as reducing the minimum standard specified in the Manual of Traffic controls published by the Department or as relieving the Contractor from his responsibility as provided in Section 7-1.09, "Public Safety`of the Standard Specifications. Before applying asphaltic emulsion or binder that would obliterate existing traffic stripes, the Contractor shall place temporary raised pavement markers on the existing traffic stripes. : Full compensation for furnishing, placing, and maintaining temporary pavement delineation shall be considered as included in the contract prices paid for the slurry seal work and no separate payment will be made therefor. r, 10-1.08 EXISTING HIGHWAY FACILITIES The work performed in connection with various existing highway facilities shall conform to the provisions in Section 15, "Existing Highway Facilities," of the Standard Specifications and these special provisions. , Miscellaneous highway facilities shall include any improvement or facility located within the area of work. Activities controlled by the Contractor, except cleanup or other required work, shall be confined within the paved areas of the roadway. Nothing herein shall be construed as relieving the Contractor of the Contractor's responsibility for final cleanup of the highway as provided in Section 4-1.02 "Final Cleaning Up" of the Standard Specifications. Trees and shrubs shall not be removed unless they are shown and noted on the plans to be removed. All trees and shrubs' conflicting with grading, utilities, or other improvements or overhanging the sidewalk or pavement so as to form a nuisance or hazard to the public shall be trimmed to provide 18 feet of clearance over roadways and 8 feet of clearance over sidewalks and walkways. Prior to applying slurry seal, the Contractor shall cover all manholes, valve and monument covers, grates, or other exposed facilities located within the area of application, using a plastic or oil resistant construction paper secured to the facility being covered by tape or adhesive. The covered facilities shall be referenced by the Contractor, with a sufficient number of control points to relocate the facilities after the slurry seal has been placed. After completion of the slurry seal operation, all covers shall be removed and disposed of in a manner satisfactory to the Engineer. Full compensation for covering manholes, valve and monument covers, grates, or other exposed facilities, referencing, and removing temporary cover shall be considered as 81 included in the contract price paid per square :yard for Place Slurry .Seal, and no additional compensation will be allowed therefor. Any costs incurred by the Agency or the utility(ies),resulting from the contractors failure to locate and clean existing utility.covers within the timeframe specified above shall be deducted from any monies due the contractor. .10-1.08A REMOVE PAVEMENT MARKERS All existing pavement markers on roads to receive a chip seal prior to slurry seal will be removed by others as part of the County Chip Seal Program. The Contractor shall be responsible for removing existing pavement markers on all other roads in this project. Certain,roads listed in Site 4 will not be receiving a prior chip seal. Full compensation for removing and disposing of pavement markers shall be considered as included in the contract prices paid for the various items of work and no separate payment will be made therefor. 10-1.08B REMOVE THERMOPLASTIC STRIPE AND THERMOPLASTIC PAVEMENT MARKING The Contractor shall remove all thermoplastic stripes greater than 4 inches in width and thermoplastic pavement markings not covered over by the County's 2008 Chip Seal Program. See Appendix A for roads that will not be chip sealed. Also, see Appendix A for roads where 1 the 2008 Chip Seal Program will not cover over existing striping and pavement markings within 50 feet of the intersection. Traffic stripes having a width 4 inches or less or any painted traffic stripe or any painted pavement marking need not be removed and shall be covered with slurry seal. Striping and pavement marking removal quantities will be measured by the square foot area of actual thermoplastic material removed from the roadway. The contract.price paid per square foot for remove thermoplastic stripes and pavement markings shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all work involved in removal of thermoplastic stripes and pavement markings, as,specified in the standard specifications and these special provisions, and as directed by the Engineer. 10-1.09 CLEARING AND GRUBBING { Clearing and grubbing shall conform to the provisions in Section 16, "Clearing and Grubbing," of the Standard Specifications and these special provisions. Activities controlled by the Contractor, except cleanup or other required work, shall be confined within the graded areas of the roadway.` Nothing herein shall be construed as relieving the Contractor of the Contractor's " responsibility for final cleanup of the highway as provided in Section 4-1.02, "Final Cleaning Up," of the Standard Specifications. Trees and shrubs shall not be removed unless they'are shown and noted on the plans to be removed. All trees and shrubs conflicting with grading, utilities, or other improvements or overhanging the sidewalk or pavement so as to form a nuisance or hazard to the public shall be trimmed to provide 18 feet,of clearance over roadways and 8 feet of clearance over sidewalks or walkways. All roots exposed in trench and roadway excavation shall be cut'neatly at the excavation line in accordance with recognized standards,of good arboricultural practices. 82 10-1.10 SLURRY SEAL Sl seal shall conform to the provisions in Section 37-2 "Slurry Seal," of the Standard �' P , �'y Specifications and these special provisions. DESCRIPTION This work shall consist of mixing asphaltic emulsion, aggregate, set-control additives, and water and spreading the mixture on a surfacing or pavement where shown on the plans, as specified in these special provisions, and as directed by the Engineer. A listing of streets to be =� slurry sealed is provided in Appendix A. MATERIALS The materials for slurry seal immediately prior to mixing shall conform to the following requirements: Latex emulsified asphalt.—Latex emulsified asphalt shall be a quickset PMCQS I type, shall be homogeneous co-milled and show no separation after thorough mixing. The latex asphalt emulsion shall conform to the following requirements: TEST ON EMULSION: METHOD OF REQUIREMENTS TEST Viscosity, SSF, @77°F, ASTM D244 15- 100 sec Distillation Residue %, 60 Min. Torsional Recovery 20 min. TEST ON RESIDUE FROM DISTILLATION TEST: Penetration, 77° F, 100g, 5s ASTM D5 40-80 Softening Point(Ring & Ball), ASTM D36 120 - 147 F Ductility, 75° F, 5CM/Min, ASTM D113 25 Minimum Frass-Breaking Point, °C DIN 52012 -18 Sieve Test 0.30 QUALITY CONTROL PROGRAM--The Contractor shall show sufficient evidence of the Suppliers Product Quality Control Program in effect during the processing of the emulsified asphalt. Such quality control testing results shall be made available to the Engineer at the preconstruction meeting. The following items shall be included in the Product quality Control Program: 1. The frequency of sampling. 2. The manner of sampling and controlling authority, (i.e. ASTM). 3. The number of samples tested per production unit. 4. The production unit size. 5. The Moving Average compilation of the five most recent subsequent tests. 83 6. The,names of those qualified employees who will perform the sampling and testing. rThe Product Quality Control Program shall remain in effect for all emulsified asphalt supplied and test results shall be supplied to the Engineer. The Contractor shall provide the Engineer with "split" samples of all samples from the production units from which emulsified asphalt is used. Water.--Water shall be of such quality that the asphalt will not separate from the emulsion before the slurry seal is in place in the work. Water shall.be potable and free from harmful soluble salts. Aggregate.--Aggregate shall .consist of sound, durable, crushed stone or crushed gravel and approved mineral filler. The material shall be free from vegetable matter and other deleterious substances. Aggregates shall by Type II, 100% crushed with no rounded particles, volcanic in origin and black in color, as supplied by George Reed, Table Mountain Plant, Sonora, CA or equal. The use of grey or light-colored,''aggregate will not be allowed. All aggregate shall be free of caked lumps and oversized particles. The aggregate, prior to the addition of emulsion, shall conform to the requirements of this section.. Conformance with the grading requirements .will be determined by California Test 202, modified by California Test 105 when there is a difference in specific gravity of 0.2 or more between blends of different aggregates. The percentage composition by weight of the aggregate shall conform to one of the following gradings: Percentage Passing Sieve Size Type II 3/8" 100 No. 4 90-100 No. 8 65-90 No. 16 45-70 No. 30 30-50, No. 50 18-30 No. 100 10-21- No. 200 5-15 , The aggregate shall conform to the following additional quality requirements: Tests Method Requirements Sand Equivalent 217 55 Min. Durability Index 229 55 Min. Percentage of 205 100% Crushed Min i Los Angles Rattler 211 35% 84 f� Loss at 500 Rev Max z 1. California Test 205; Section D, is amended to read "Any particle having 20 or more freshly''mechanically fractured faces shall be considered a crushed particle. r 2. California Test 211, Los Angles Rattler, shall be performed on the parent aggregate before crushing. If the results of the aggregate grading do not meet the graduation specified, the slurry seal represented by the test shall be removed. However, if requested in writing by the Contractor,and approved by the Engineer,the slurry seal may remain in place and the Contractor, shall pay to the County$6.00 per ton for the aggregate represented by the test and left in place. If the results of the Sand Equivalent test for aggregate does not meet the requirement specified, the slurry seal represented by the test shall be. removed. However, if requested in writing by the Contractor and approved by the Engineer, the slurry seal may remain in place'and the Contractor shall pay to the County $ 6.00 per ton for the aggregate represented by the test and left in place. When the results of both the aggregate grading and the Sand Equivalent test do not conform to the requirements specified, both payments to the state shall apply. The Department may deduct these amounts due from any monies due, or that may become due, the Contractor under the contract. No single aggregate grading or Sand Equivalent test shall represent more than 500 tons or one day's production,which ever is smaller. Type 11 aggregate shall be used for Type 11 slurry seal. QUALITY CONTROL PROGRAM--The Contractor shall provide evidence of the aggregate manufacturer's Product Quality Control Program in effect during the processing of the aggregates. The quality control test results shall be made available to the Engineer at the pre- construction meeting. The following items shall be included in the Product Quality Control Program: 1. The frequency of sampling. 2. The manner of sampling and controlling authority, (i.e. ATSM). 3. The number of samples tested per production unit. ` 4. The production unit size. 5. The Moving Average compilation of the five most recent grading tests. Subsequent tests shall show the results for each washed control sieve analysis test and shall include all of the specification sieves. 6. A Moving Average of the five most recent cleanness value tests. 7. The names of those qualified employees who will perform the required testing and calculations. The Product Quality Control Program shall remain in effect for all aggregate supplied. The test results from each production unit shall be supplied to the Engineer.' The Contractor shall supply the Engineer with "split" samples of all samples from all production units from which the aggregate supply is from. 85 PROPORTIONING Asphaltic emulsion shall be added at the rate of one of the following percentages of the weight of the dry aggregate: Type Black Rock yp II ( ) 14 to 18 The exact rate will be determined by the Engineer. At the preconstruction meeting,the Contractor shall submit a signed original laboratory report' of a mix design covering the specific materials to be used on the project. This mix design shall have been performed by a laboratory capable of performing the following International Slurry Seal Association(ISSA)tests: Test Purpose Test Method Specification Slurry Seal Consistency ISSA T106 2-3 centimeters Wet Stripping Test ISSA T114 Pass Compatibility ISSA T 115 *Pass Cohesion Test ISSA T139 **Pass-12 Gr/Cm Wet Track Abrasion ISSA T100 75grams/sq. ft. max. * t at the maximum expected air temperature Mixing test mus pass p p afore **Using project aggregate, emulsion, set-control agents The proposed mix designs shall provide for the spread rates specified in the "PLACING," section of these special provisions. The County will approve, disapprove or modify the proposed \ mix designs: The laboratory report shall show the results of the test on individual materials,comparing their values to those required by these special provisions. The report must clearly show the proportions of aggregate, mineral filler (minimum and maximum), water (minimum and maximum), additive(s) usage and asphalt based on the dry aggregate weights. The emulsion content to be used shall be determined from the design asphalt binder content and the asphalt solids content of the emulsion to be used. Once the materials are approved,no substitutions will be permitted unless first tested and once again approved by the laboratory preparing the design and the Engineer. If necessary for workability, a set-control agent, that will not adversely affect the seal, may be used. Admixtures may be used as necessary to control the mixing and setting rates of the mixture. The admixture, the amount to be added, and the methods by which it is to be added, must be approved by the Engineer before the admixture is used. Water, and set-control agent, if used, shall be added to ensure proper workability and (a) permit a traffic flow, without the assistance of a pilot car, on the slurry seal no more than 1 hour after placement without the occurrence of bleeding, raveling, separation or other distress, and (b) prevent development of bleeding, raveling, separation or other distress within 15 days after placing the slurry seal: If more than one kind of aggregate is used, the correct amount of each kind of aggregate to produce the required grading shall be proportioned separately in a manner that will result in a uniform and homogeneous blend. 86 Uniformity of distribution of asphalt shall be determined by extraction test in accordance with California Test 310. The bitumen ratio (kg of asphalt per 100 pounds of dry aggregates) shall not vary more than 0.5 pounds of asphalt above or 0.5 pound of asphalt below the amount approved by the Engineer. This requirement shall apply to representative samples taken from any location or operation designated by the Engineer. The mixer-spreader trucks shall be equipped with a calibrated emulsion tank with a stick gauge or other measuring device that allows for a quick, accurate measurement of the volume. The mixer-spreader trucks shall be equipped with a water pressure system and fog type spray bar adequate for complete fogging of the surface preceding spreading equipment. . Mixer-spreader trucks shall be equipped to proportion emulsion, water, aggregate, and set- control additives by volume. The aggregate shall be proportioned using a belt feeder operated with an adjustable cutoff gate. The height of the gate opening shall be readily determinable. The emulsion shall be proportioned by a positive displacement pump. Water shall be introduced into the mixer by a meter registering in liters delivered. Any variable rate emulsion pump, if used, shall be equipped with a means to seal the adjusting unit in its calibrated condition. The delivery rate of aggregate and emulsion per revolution of the aggregate feeder shall be calibrated at the appropriate gate settings for each mixer-spreader truck used on the project in accordance with California Test 109. The aggregate belt feeder shall deliver aggregate to the pugmill with such volumetric consistency that the deviation for any individual aggregate delivery rate check-run shall not exceed 2.0% of the mathematical average of three runs of at least 3 tonne in duration each. The emulsion pump shall deliver emulsion to the pugmill with such volumetric consistency that the deviation for any individual delivery rate check-run shall not exceed 2.0% of the mathematical average of three runs of at least 500 gallons in duration each. These check runs shall be performed for each aggregate source using a vehicle scale that has been error tested in accordance with California Test 109,Part 9. The emulsion storage located immediately before the emulsion pump shall be equipped with a device which will automatically shut down the power to the emulsion pump and aggregate belt feeder when the emulsion level is lowered sufficiently to expose the pump suction line. A temperature-indicating device shall be installed in the emulsion storage tank at the pump suction level. The device shall indicate temperature of the emulsion and shall be accurate to 10°F The belt delivering the aggregate to the pugmill shall be equipped with a device to monitor the depth of aggregate being delivered'to the pugmill. Said device for monitoring depth of aggregate shall automatically shut down the power to the aggregate belt feeder whenever the depth of aggregate is less than 70% of the target depth of flow. A second device shall be located where it will monitor movement of the aggregate belt by detecting revolutions of the belt feeder. The device for monitoring no flow or belt movement, as the case may be, shall automatically shut down the power to the aggregate belt when aggregate belt movement is interrupted. This second < device will not be required where the aggregate delivery belt is an integral part of its drive chain. To avoid erroneous shutdown by normal fluctuation, a delay of three seconds between sensing less than desirable storage levels of aggregate or emulsion and shutdown of the proportioning operation will be permitted. The mixer-spreader truck shall.not be operated unless all low-flow and no-flow devices and revolution counters are in good working condition and functioning. All indicators shall be visible while walking alongside the mixer/spreader truck. The Contractor shall furnish an aggregate moisture determination for every two hours of operation or maintain the moisture content to within a maximum daily variation of+/-0.5%. 87 t 4 Mineral filler shall be portland cement or aluminum'sulphate and shall be considered as part of the blended aggregate. Mineral filler shall be used only if necessary to improve the workability of the mixture or gradation of the aggregate. EQUIPMENT All equipment, tools, and machines used in the performance of this work shall be maintained in satisfactory working order at all times. SLURRY MIXING EQUIPMENT The slurry mixing machine (7 cubic yards or larger) shall be a continuous flow mixing unit (rotating drum mixers will.not be allowed) and be capable of delivering accurately at a continuous and constant rate a pre-determined proportion of aggregate, water and asphalt emulsion to the mixing chamber and to discharge the thoroughly mixed product on a continuous basis. The aggregate shall be pre-wetted immediately prior to mixing with the emulsion. The mixing unit of the mixing chamber shall be capable of thoroughly blending all ingredients together. No violent mixing shall be permitted. Gages or approved means of measurement shall be provided on the equipment so that the proportional rates of aggregate, water and asphalt emulsion can be checked at intervals determined by the Engineer. The mixing machine shall be equipped with an approved fines feeder that provides an accurate metering device or method to introduce a pre-determined proportion of mineral filler into the. mixer at the same time and location that the aggregate is fed. The fines feeder shall be used whenever added mineral filler is a part of the aggregate blend... j There shall be a minimum of one mixing machine in good working condition as a backup on the project at all times. MIXING The slurry seal shall be mixed in continuous pugmill mixers of adequate size and power for the type of slurry seal to be placed. All rotating and reciprocating equipment on mixer/spreader trucks shall be covered with metal guards. Aggregate feeders shall be connected directly to the drive on the emulsion pump. The drive shaft of the aggregate feeder shall be equipped with a revolution counter reading to the nearest full revolution of the aggregate delivery belt. SPREADING EQUIPMENT The slurry mixture shall be uniformly spread by means of a controlled spreader box conforming to the following requirements: The spreader shall be capable of spreading a traffic lane width and shall have strips of flexible rubber belting or similar material on each side of the spreader box and in contract with the pavement to positively prevent loss of slurry from the ends of the box. All spreader boxes over 7 %2 feet in width shall have baffles, reversible motor driven augers, or other suitable means, to insure uniform application on superelevated sections and shoulder slopes. The spreader shall be steerable, shall have adjustable skids, and shall have an adjustable width. Spreader box skids shall be maintained in such manner as to prevent chatter(wash boarding) in the finishing mat. 88 The rear flexible strike-off blade(s) shall make close contact with the pavement, and shall be capable of being adjusted to the various crown shapes so as to apply a uniform seal coat. Flexible drags, between 18 and 24 inches in length, to be attached to the rear of the spreader box, shall be provided. All drags and strike-off blades (rubbers) shall be cleaned or changed daily if problems with cleanliness and longitudinal scouring occur, or when directed by the Engineer. The spreader box shall be clean, free of all slurry seal and emulsion, at the start of each shift. �\ At least two (2) operational spreader trucks shall be available at the job site during the spreading operation except when continuous placement type mixer-spreader trucks are used. The mixer-spreader trucks shall have legible identification, at least 2 inches in height, located on the front and rear of the vehicle. AUXILIARY EQUIPMENT' Hand squeegees, shovels, and other equipment shall be provided as necessary to perform the work. TREE AND SHRUB TRIMMING Where required by the Contractor's operations, prior to placing any slurry seal on street, trees and shrubs which may be subject to having their leaves or branches broken off and falling onto the pavement or into the slurry shall be neatly trimmed. All trimming shall be performed by the Contractor and shall not exceed what is necessary to clear the Contractor's equipment. Stub or ledge cuts shall not be left after the removal of limbs. Limbs to be removed shall be undercut to prevent breaks or tearing of the bark. Final cuts shall be made nearly flush with the parent branch or trunk leaving a callus ring. Portions of trunks or parent limbs from which limbs over 1 '/2 inches in diameter have been removed shall be immediately sealed with a commercial type tree sealer. All trimmings shall be disposed of in accordance with Section 7-1.13, "Disposal of Material Outside the Highway Right-of-Way," of the Standard Specifications. STREET SURFACE PREPARATION Immediately prior to the application of the slurry seal and subject to the approval of the Engineer, the street surface shall be thoroughly cleaned of all foreign material such as, but not limited to, leaves, sand, gravel, and dirt. The method of street cleaning shall be by power vacuum broom and hand broom, or flushing sufficient to provide for a bond between the existing pavement surface and the slurry seal. Growing vegetation shall be removed from cracks in pavement and at the interface of pavement and gutter prior to sweeping. To facilitate the cleaning operations, it is recommended that the Contractor use a weed spray (Pramitol or its equivalent) 10 calendar days prior to slurry operations. Flushing with water may be required in some areas. All vegetation and debris removed from the roadway surface shall be disposed of in accordance with Section 7-1.13, "Disposal of Materials Outside the Highway Right-of-Way," of the Standard Specifications. PLACING Slurry seal shall not be placed when the existing pavement temperature is below 55°F or during unsuitable weather. 89 Slurry seal shall be applied only when the atmospheric temperature is above that listed below ` for corresponding wind velocity as measured in accordance with Test Method Number Contra Costa County 342 (average wind velocity measured with a hand-held anemometer). Minimum Atmospheric Temperature per Average Wind Velocity (Degrees F) (mph) 55 0 r 59 5 63 10 67 15' 71 20 Slurry seal shall not be'applied when raining or foggy. The slurry seal shall be spread at the following pounds of dry aggregate per square yard: Type II(Black Rock Aggregate) ---- 14 -18 All through driving lanes shall be spread in full lane width pulls only. Longitudinal Jjoints, common to two driving lanes, shall be butt joints with overlaps not to exceed 3 inches. Building paper shall be placed at transverse joints, over previously placed slurry seal, or other suitable methods used to avoid double placement of slurry seal. Hand tools shall be available in order to remove spillage. Ridges or bumps in the finish surface,will not be permitted. Slurry mixture, to, be spread in areas inaccessible to the spreader box, shall be spread by Engineer approved methods. The mixture shall be uniform and, homogeneous after spreading on the road and shall not show separation of the emulsion and aggregate after setting. Adequate means shall be provided to protect the slurry seal from damage by traffic until such time that the mixture has cured sufficiently so that the slurry seal will not adhere to and be picked up by the tires of vehicles. The Contractor shall`have the responsibility for the inspection and supervision necessary for controlling the characteristics of the slurry seal to conform to the mix design and the spreading of the slurry seal to meet the requirements specified herein. The County's responsibility will include all testing and inspection necessary to establish the degree to which the materials as furnished and placed meet the requirements of the approved mix design. During slurry sealing operations the Contractor shall provide the following: a. Quantity of emulsion used in each "batch," b. Quantity of emulsion used daily, and C.- Copies of all aggregate delivery tags. If a quantity of materials being used or thea earance of the slurry seal indicates that the th q ty g � PP � mix design is not being adhered to, work shall be suspended and,the Contractor shall supply the Engineer with the following samples: a. Slurry seal aggregate—30 pounds b: Asphalt emulsion- 1 gallon 90 C. Abrasion test pads -three total Work shall not be resumed until a modified mix design is prepared by the Contractor and is approved by the Engineer or Engineer approved corrective measures are taken to insure conformance to the approved mix design. The surface shall be pre-wettedl by fogging ahead of the slurry distributor. Water used in pre- wetting the surface shall be applied at such a rate that the entire surface is damp with no apparent flowing water in front of the slurry distributor. The slurry mixture shall be of the desired consistency when deposited on the surface and no additional elements shall be added. Total time of mixing shall not exceed four minutes. Precautions shall be taken to insure that aggregate stockpiles do not become contaminated. with oversized rock, clay, silt, or excessive amounts of moisture. The stockpile shall be kept in areas that drain readily. Segregation of the aggregate will not be permitted. TRIAL MIXES--Trial mixes in the slurry machine shall be made before any major work is undertaken. Any of the proposed streets to be slurry sealed may be designated as the "test area" and all work completed and accepted by the Engineer within the "test area" will be paid for at the contract unit prices. Prior to trial mixing, the Contractor shall check the calibration, and calibrate, if,necessary, the feed rate controls of the aggregate, emulsion, water, fines and admixtures. During. trial mixing, the water, fine, and admixture content shall be adjusted to obtain the consistency and setting rates desired. The proportions of aggregate and emulsion may be changed only after the submittal of a new mix design. CLEAN-UP All construction debris, unused materials, and equipment in the area of construction and any adjacent areas used by the Contractor, shall be removed and disposed of outside of the construction area in accordance with the provisions in the Standard Specifications Section 7-1.13, "Disposal of Material Outside the Highway Right-of-Way," of the Standard Specifications. Concrete surfaces shall be cleaned in accordance with the clean-up details shown on the plans. Gutters shall be cleaned the same day they are slurried. All aggregate shall be removed from the stockpile areas unless the Contractor provides the Engineer written permission from the property owner permitting the Contractor to leave the aggregate. MEASUREMENT The provisions of Section 37-2.07, "Measurement," of the Standard Specifications are amended as follows: �. Compensation for slurry seal will be.based upon the measurement of the following three pay quantities: a. Placing will be measured in square yards of surface area over which the slurry seal is mixed and spread as a final pay quantity for each work site. b. Aggregate will be measured in ton. Aggregate delivered to a work site shall be weighed on platform scales and the tare weights g g p g shall be certified by a public weighmaster at the expense of the Contractor. Copies of all tags for the materials delivered to the work site shall be furnished to the Engineer no later than the day 91 after delivery is made. Tags received later than the day after delivery will be rejected and no payment will be made for that material. The quantity of aggregate used for sanding as required in the "PUBLIC CONVENIENCE" section of these special provisions will be estimated by the Engineer. Sanding shall only be done with black sand. Before aggregate is moved from or transferred ed from any work site stockpile, the Contractor shall have the Engineer estimate the quantity being moved or transferred. The quantity of haul back.and excess aggregate left at the storage site(s)will be estimated by the Engineer. The quantity of aggregate paid for will be the difference between the weight of aggregate delivered to'the work site and, 1) the weight of haul back' and, 2).excess aggregate left at the storage site(s). No payment will be made for quantities of aggregate which exceed 105 percent of the normal quantity required to cover the application area per work site at the rate specified per square yard. Quantities of aggregate used for sanding will not be included in the 105 percent limit. C. Asphaltic emulsion will be measured in gallons. Asphaltic emulsion delivered to a work site shall be weighed on platform scales and the tare weights shall be certified by a public weighmaster at the expense of the Contractor. The weight of asphaltic emulsion will be converted to gallons using the factor of 240 gallons per ton. Before asphaltic emulsion is moved or transferred from the work site stockpiles,the Engineer will determine the amount of ,emulsion that is being moved or transferred. This will be accomplished by the following methods: 1. The Engineer will measure the quantity of asphaltic emulsion remaining in the mixing trucks by such means as provided for in the "SPREADING EQUIPMENT" section of these special provisions,and 2. The asphaltic emulsion storage tanks(s) shall be weighed on a platform scale and the weight certified by a .public weighmaster at the expense of the Contractor. This certified weight shall be provided prior to the first delivery of emulsion at the start of the job, each time the storage tanks(s)change stockpile locations, and at the completion of the job. The quantity of asphaltic emulsion paid for will be the difference between the gallons of asphaltic emulsion delivered to the work.sites and, 1) the gallons of haul back, and 2) excess remaining in the storage tank(s). No payment will be made for quantities of asphaltic emulsion which exceed 105 percent of the nominal quantity required to cover the application area at the rate required by the approved slurry seal mix design. 92 . PAYMENT The provisions of Section 37-2.08, "Payment," of the Standard Specifications are amended as follows: a. Placing: The contract price paid per square yard for placing slurry seal at each ` work site shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals for placing the slurry seal and for conforming to the requirements of these special provisions minus the deductions specified in .the "DEVIATIONS .FROM PLANS AND SPECIFICATIONS" section of these special provisions. b. Agregatq ' The contract price paid per ton for aggregate shall include full compensation for furnishing aggregate. to the job site including all labor, materials, tools, equipment, and incidentals required and as shown on the plans, and as specified in the. Standard Specifications and these special provisions, and as directed by the Engineer. C. Asphaltic Emulsion: The contract price paid per gallon for asphaltic emulsion shall include full compensation for furnishing emulsion to the job site including all labor, materials, tools, equipment, and incidentals required and as shown on the plans, and as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. The provisions of Section 4-1.0313, "Increased or Decreased Quantities," of the Standard Specifications shall not apply to the contract item of asphaltic emulsion. DEVIATIONS FROM PLANS AND SPECIFICATIONS The following definitions are made for the purposes of this section: a. Area shall be all streets that were slurried on one day. b. Test is the determination of residual asphalt content of the slurry mix by extraction test using test Method No. Calif. 362. Testing will be at the discretion of the Engineer. ' When any testis outside acceptable tolerances, the entire area shall be considered outside acceptable tolerances and subject to removal, remedial action, or deductions, at the discretion of the Engineer. The residual asphalt content of the slurry seal will be acceptable within a tolerance of minus one (-1.0) percent to plus two (+2.0) percent from the Engineer approved mix design residual asphalt content. 1 When the test for an area indicates that the residual asphalt content of the slurry mix is below the acceptable tolerance, the area shall receive an additional slurry seal at the Contractor's expense. When the tests for an area indicate that the residual asphalt content of the slurry mix is above the acceptable tolerance, the following deductions shall apply: a. A deduction of two cents per square yard ($0.05/sy.) will be made from the bid amount paid per square yard for "Placing" in the area for each one-tenth(0.1 %)percent or portion thereof that the residual asphalt content is above the acceptable tolerance. 93 b. When the residual. asphalt content is greater than three (3) percent above the acceptable tolerance, a deduction of fifty(50) percent shall be made from the bid amount paid per square yard for "Placing" for that area. When the tests for an area indicate that the aggregate application rate is less than 90 percent of the specified rate of application the following remedy shall be applied: A deduction of two cents per square yard ($0.05/sy), shall be made Trom the bid amount paid per square yard for "Place Slurry Seal" in the particular site for each one (1) percent or portion thereof that the '! aggregate application rate falls below 90 percent of the specified rate. When the aggregate application rate falls below 75 percent of the specified rate, the area shall receive an additional slurry seal at the Contractor's expense. . 10-1.11 TRAFFIC STRIPES AND PAVEMENT MARKINGS Traffic stripes and pavement markings shall conform to the provisions in Section 84, "TRAFFIC STRIPES AND PAVEMENT.MARKINGS," of the Standard Specifications and these special provisions. Thermoplastic striping shall not be applied using hand cart methods when the striping detail exceeds 100 linear feet for a given run. The first paragraph of Section 84-2.05, "Measurement," of the Standard Specifications is amended to read: Thermoplastic traffic stripes will be measured by the linear foot of traffic'detail, without deductions for gaps in broken traffic stripes, regardless of the number of individual stripes comprising the detail (e.g. Detail 29 placed between Station 1+00 and Station 2+00 will be measured as 100 linear feet even though it consists of 400 linearfeet of stripe). Thermoplastic material shall be free of lead and chromium, and shall conform to the, requirements in State Specification PTH-02ALKYD. Retroreflectivity of the thermoplastic traffic'stripes and pavement markings shall conform ` to the requirements in ASTM Designation: D 6359-99: White thermoplastic traffic stripes and pavement markings shall have a minimum initial retroreflectivity of 250 mcd in 2 Ix-1. Yellow thermoplastic traffic stripes and pavement markings shall have a minimum initial retroreflectivity of 150 mcd M-2 lx 1 Where striping joins existing striping, as shown on the plans, the Contractor shall begin and end the transition from the existing striping pattern into or from the new striping pattern a sufficient distance to.ensure continuity of the striping pattern. Thermoplastic traffic.stripes shall be applie&at the minimum thickness and application rate as specified below. The minimum applicationrate is, based on a solid stripe of 4 inches in width. Section 84-2.06, "Payment," of the Standard Specifications is amended to read: The contract prices paid per linear foot for thermoplastic stripe details designated in the Engineer's Estimate and per square foot for thermoplastic pavement markings shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for ' doing all the work involved in applying thermoplastic traffic stripes, pavement markings and pavement markers, complete in place, including alignment for stripes and layout work, as shown on the plans, as specified in these specifications and the special provisions, and as directed by the Engineer. '94 Minimum Minimum Stripe Thickness Application Rate (inch) (lb/ft) 0.079 0.27 Thermoplastic traffic stripes and pavement markings shall be free of runs, bubbles,,craters, drag marks, stretch marks, and debris. 10-1.12 PAVEMENT MARKERS Pavement markers shall conform to the provisions in Section 85, 'PAVEMENT MARKERS," of the Standard Specifications and these special provisions. Retroreflectiveavement markers shall be marked as abrasion resistant on the body of the p v markers. The Contractor shall funish the Engineer certificates of compliance for the pavement mark ers in conformance with the provisions in Section 6-1.07, "Certificates of Compliance," of the Standard Specifications. Sections 85-1.08, "Measurement," and 85-1.09, 'Payment," of the Standard Specification are modified by the following: Full compensation for pavement markers which are shown on traffic stripe details shall be considered as included in-the contract prices paid per linear foot for traffic stripe details and no separate payment will be made therefor. Pavement markers which are not shown on traffic stripe details will be measured and paid for in accordance with Sections 85-1.08 and 85-1.09 of the Standard Specifications. Blue reflective markers are presently being used to mark locations of fire hydrants at all sites. The Contractor shall be responsible for referencing and replacing those markers not displaced by the 2008 County Chip Seal Program on each roadway at Sites 1 through 5. At locations where a fire hydrant is present and a blue reflective marker either is not present or has been displaced, the Contractor shall place a blue reflective marker as directed by the Engineer. Full compensation for placing blue reflectors, including all labor for placing and i referencing blue reflectors shall be considered as included in the contract price paid per square yard for placing slurry seal and no separate payment will be made therefore. 95 APPENDICES r i t ON THE FOLLOWING SHEETS STREETS WITH A FOLLOWING "C" INDICATED CUL-DE-SAC 1 96 ' APPENDIX A List of Streets to be Slurry Sealed ' 2008 Surface Treatment Program Slurry Seal ' Site 1 Morgan Territory Road Area treet Name Beginning Location Ending Location Width Length Area Comments Regarding Chip Seal (ft) (ft) (sy)Limits Chip seal application by County will end Whispering Pines Road Morgan Territory Road end 37 792 3,256 approx.50'before the intersection with the next street. Chip seal application by County will end Shale Cliff Court Morgan Territory Road end 29 581 1,872 approx.50'before the intersection with the next street. Chip seal application by County will end Tumbleweed Court Morgan Territory Road end 29 370 1,192 approx.50'before the intersection with the next street. "Total Area= 6,320 s t t t t t t i , ' *All streets to be chip sealed by the County prior to slurry seal unless otherwise noted by a comment 2008 Surface Treatment Program Slurry Seal ' Site 2 Clayton Area Street Name Beginning Location Ending Location Width Length Area Comments Regarding Chip Seal ' (ft) (ft) (sy)Limits Chip seal application by County will end Diablo Downs Drive Mitchell Canyon Road 5464A Tally Flo Court 5465BH 33 370 1,357 approx.50'before the intersection with ' the next street. Diablo Downs Drive-C Tally Ho Court 5465BH end @ 919 Diablo Downs Dr. 29 2,165 6,976 Tally Ho Court Diablo Downs Drive 5465BG end @ 740 Tally Ho Court 29 528 1,701 Coachman Place-C Diablo Downs Drive 5465BG End @ 880 Coachman P1. 5465BJ 29 950 3,061 ' Total Area= 13,095 s 'All streets to be chip sealed by the County prior to slurry seal unless otherwise noted by a comment ' 2008 Surface Treatment Program Slurry Seal ' Site 3 Concord,Area freer Name Beginning Location Ending Location Width Length Area Comments Regarding Chip Seal (ft) (ft) (sy)Limits Chip seal application by County will end Kirkwood Court Myrtle.Drive end @ 48 Kirkwood Court 29 1,003 3,232 approx.50'before the intersection with the next street. Chip seal application by County will end Laura Drive Bailey Road 4961 end @ 4791 Laura Drive 26 1,426 4,120 approx.50'before the intersection with the next street. aura Court Laura Drive 5167] end @ 1912 Laura Court 24 264 704 ndrews Drive 4736 Laura Drive 5167J 4779 Laura Drive 5167) 26 1,056 3,051 Andrews Court Laura Drive 5167J End @ 1906 Andrews Court 5167P 26 106 ' 306 Total Area= 11,412 s 1 ' *All streets to be chip sealed by the County prior to slurry seal unless otherwise noted by a comment 2008 Surface Treatment Program Slurry Seal ' Site 4 Martinez Area Width Length Area Comments Regarding Chip Seal Street Name Beginning Location Ending Location ' (ft) (ft) (sy)Limits* Chip seal application by County will end Arthur Road Pacheco Boulevard canal 52 158 913 approx.50'before the intersection with , the next street. Arthur Road canal Karen Lane 40 2111 938 Arthur Road Karen Lane State Highway 680 22 1,373 3,356 Arthur Road State Highway 680 End @ 4160 Arthur Road 25 2,270 6,306 ' Chip seal application by County will end Goree Court Pacheco Boulevard End @ 36 Goree Court 29 950 3,061 approx.50'before the intersection with the next street. Chip seal application by County will end ' Windhover Way-C Pacheco Boulevard End @ 128 Windhover Way 33 792 2,904 approx.50'before the intersection with the next street. Cormorant Court Windhover Way End @ 94 Cormorant Ct. 29 528 1,701 Ellis Road Gianinni Road End @ 4050 Ellis Road 26 316 913 ' Central Court Central Avenue End 33 371 1,360 Chip seal application by County will end Gianinni Road Pacheco Boulevard Ellis Road �424 686 1,677 approx.50'before the intersection with the next street.. ' Central Avenue Arthur Road 750 Central Avenue 528 1,408 Valley Avenue Central Avenue End @ 4136 Valley Avenue 1,267 3,379 Chip seal application by County will end Camino Del Sol Pacheco Boulevard Via Estrella 33 1,795 6,582 approx.50'before the intersection with t the next street. Camino Vinedo Camino Del Sol 4040 Camino Vinedo 25 634 1,761 Via De Flores-C Camino Del Sol End @ 4092 Via De Flores 25 1,056 2,933 Atnalia Ave Arthur Road Cabrilho Drive 25 211 586 ' Actriz Avenue Arthur Road End @ 4310 Cabrilho Dr. 24 317 845 Rodriez Avenue Arthur Road 4170 Cabrilho Drive 24 370 987 Cabrilho Drive Amalia Avenue End @ 4080 Cabrilho Dr 24 2,482 6,619 Irene Drive Donna Drive Central Avenue 24 1,426 3,803 , Rita Drive Donna Drive Michele Drive 24 792 2,112 Donna Drive Valley Avenue Irene Drive 24 528 1,408 Jane Court Irene Drive End @ 750 Jane Court 24 264 704 Michele Drive Rita Drive End @ 730 Michele Dr 24 581 1,549 ' Karen Lane-C Arthur Road End @ 126 Karen Lane 24 739 1,971 Corte Del Sol-C Camino Del Sol End @ 17 Corte Del Sol 29 211 680 Corte Estrella-C Via Estrella 3687W End @ 24 Corte Estrella 29 211 680 Via Estrella-C east side 4088 Via Estrella End @ 3930 Via Estrella 33 1,954 7,165 ' Via Planeta Via Estrella End @ 212 Via Planta 29 158 509 Corte Lado-C Via Estrella End @ 14 Corte Lado 29 106 342 Corte Cielo-C Via Estrella End @ 10 Corte Cielo 29 158 509 Adelaide Drive MacMurtry Drive Pacheco Boulevard 22 1,267 3,097 , Chip seal application by County will end Sodaro Drive Pacheco Boulevard Adelaide Drive 18 739 1,478 approx.50'before the intersection with the next street. Martha Drive Sodaro Drive MacMuttry Drive 25 264 733 ' Mac Murt Drive-C Martha Drive End @ 191 MacMurtry Dr. 25 792 2,200 Mac Murtry Court MacMurtry Drive End @ 3906 MacMurtry Ct. 25 422 1,172 Chip seal application by County will end De Normande Way-C Pacheco Boulevard End @ 205 De Normandie Way 25 1,003 2,786 approx.50'before the intersection with , the next street. Kennedy Way Adelaide Drive 129 De Normandie Way r25 317 881 Peach Street Shell Avenue Pacheco Boulevard 475 1,214 Slur Seal Only--No Chi Seal Palm Avenue Pacheco Boulevard Monterey Avenue 2,587 7,186 Slurry Seal Only--No Chi SealMartinez CL @ south lot line 766 Palm Slurry Seal Only--No Chip Seal Palm Avenue Monterey AvenueAvenue 108 348 Martinez Avenue Bush Street Palm Avenue 1,637 5,457 Slurry Seal Only--No Chip Seal Bush Street Pacheco Boulevard La Salle Street 19 422 891 Slurry Seal Only--No Chip Seal ' Potter Street Pacheco Boulevard Martinez Avenue 26 528 1,525 Slurry Seal Only--No Chi Seal Orchard Lane Potter Street Shell Avenue 3281 24 370 987 Slur Seal Only--No Chip Seal All streets to be chip sealed by the County prior to slurry seal unless otherwise noted by a comment t 1 2008 Surface Treatment Program Slurry Seal ' Site 4 Martinez-Area reet Name Beginning Location Ending Location Width Length Area Comm* Regarding Chip Seal (ft) (ft) (sy)Limits Donald Avenue Pacheco Boulevard Helena Avenue 24 528 1,408 Slur Seal Only--No Chi Seal Helena Avenue Donald Avenue Shell Avenue 20 264 587 Slur Seal Only--No Chi Seal t lefferson Street Shell Avenue End @ 2575 Jefferson St 26 370 1,069 Slurry Seal Only--No Chip Seal Whestnut Street Martinez Avenue Palm Avenue 20 475 11056 S urry Seal Only--No Chip Seal Oak Street Bella Vista Avenue Palm Avenue 20 1,162 2,582 S urry Seal Onl --No Chip Seal Birch Street Oak Street Shell Avenue 22 528 1,291 Slur Seal Only--No Chip Seal live Street Shell Avenue Oak Street 22 634 1,5501 urry Seal Only--No Chip Seal ella Vista Avenue Shell Avenue Monterey Avenue 20 2,165 4,811 Slurry Seal Only--No Chip Seal San Carlos Avenue Bella Vista Avenue Leslie Avenue 22 528 1,291 Slurg Seal Only--No Chip Seal slie Avenue Bella Vista Avenue Vine Avenue 22 1,584 3,872 Slurry Seal Only--No Chip Seal eslie Avenue Veale Avenue Plaza Drive 22 475 1,161 Slur Seal Only--No.Chip Seal emon Street Monterery Avenue, Leslie Avenue 20 422 938 Slurry Seal Only--No Chip Seal Merle Avenue Palm Avenue Veale Avenue 18 475 950,Slutry Seal Only--No Chip Seal ine Avenue Monterey Avenue Pacheco Boulevard 20 2,587 5,749 Slurry Seal Only--No Chip Seal eale Avenue Monterey Avenue Pacheco Boulevard 20 2,534 5,631 Slurry Seal Only--No Chip Seal elacy Avenue Sycamore Street Leslie Avenue 26 475 1,372 Slurry Seal Only--No Chip Seal Delacy Avenue Pacheco Boulevard Almond Street 22 845 2,066 Slurry Seal Only--No Chip Seal laza Drive Pacheco Boulevard Leslie Avenue 20 1,848 4,107 Slur Seal Onl --No Chip Seal anta Fe Avenue Pacheco Boulevard Sycamore Street 221,426 3,486 SlurrySeal Only--No Chi Seal ose Street Palm Avenue Howe Road Iii, 1,637 3,638 Slur Seal Onl --No Chi Seal Almond Street Palm Avenue Veale Avenue 475 1,056 Slurry Seal Onl --No Chi Seal ]mond Street Veale Avenue Delacy Avenue 275 611 Slur Seal Onl --No Chi Seal ]mond Street Delacy Avenue Santa Fe Avenue 528 1,173 Slurry Seal Only--No Chip Seal ca ore Street Palm Avenue Santa Fe Avenue 22 , 1,320 3,227 Slu Seal Only--No Chip Seal Merle Avenue Monterey Avenue Palm Avenue 20 330 733 Slurry Seal Only--No Chip Seal erle Avenue Veale Avenue end @ 2912 Merle Avenue 16 449 798 Slurg Seal Only--No Chip Seal 'ata] a Street Santa Fe Avenue Howe Road 26 264 763 Slurry Seal Only--No Chip Seal lum Street Santa Fe Avenue Howe Road 20 211 469 Slurry Seal Only--No Chip Seal Kelly Avenue Monterey Avenue south lot line 2530 Kelly Avenue 20 158 351 Slur Seal Onl --No Chip Seal a olia Avenue Pine Street Monterey Avenue 22 1,109 2,711 Slurry Seal Only--No Chip Seal acoma Avenue Walnut Street MaRnofia Avenue 24 370 987 Slurry Seal Only--No Chip Seal omona Avenue Magnolia Avenue Walnut Street 24 686 1,829 Slurry Seal Only--No Chip Seal West Shell Avenue Shell Avenue north west lot line 2230 West Shell Avenue 26 686 1,982 Slurry Seal Only--No Chip Seal onterey Avenue Veale Avenue northwest lot line 2230 Monterey Avenue 20 2,851 6,336 Slurry Seal Only--No Chip Seal ierra Avenue Monterey Avenue Orange Street 20 370 822 Slurry Seal Only--No Chi Seal Oran e Street Leslie Avenue north lot line 2135 Orange Street 20 2,059 4,576 Slurry Seal Only--No Chip Seal outh Crest Avenue Shell Avenue North Crest Avenue 22 792 1,936 Slurry Seal Only--No Chip Seal orth Crest Avenue Shell Avenue South Crest Avenue 24 686 1,829 Slurry Seal Only--No Chip Seal Total Area= 180,415 s t , t *All streets to be chip sealed by the County prior to slurry seal unless otherwise noted by a comment 2008 Surface Treatment Program Slurry Seal ' Site 5 Rodeo Area Street Name Beginning Location Ending Location Width Length Area Comments Regarding Chip Seal ' (ft) (ft) (sy)Limits Chip seal application by County will end Pacific Avenue Parker Avenue First Street 34 1,109 4,190 approx.50'before the intersection with , the next street. Pacific Avenue First Street End @ San Pablo Avenue 28 528 1,643 Chip seal application by County will end California Street San Pablo Avenue End @ 233 Vallejo Avenue 37 2,006 8,247 approx.50'before the intersection with the next street. California Street Fifth Street Hawthorne Drive 33 1,267 4,646 Fourth Street Parker Avenue End @1331 Fourth Street. 37 2,218 9,118 Chip seal application by County will end ' Hawthorne Drive Willow Avenue California Street 33 3,379 12,390 approx.50'before the intersection with Willow Ave. Chip seal application by County will end Seventh Street Garretson Avenue San Pablo/Parker Avenue 33 422 1,547 approx.50'before the intersection with ' Parker Ave. Chip seal application by County will end Seventh Street San Pablo/Parker Avenue Vaqueros Avenue 38 430 1,816 approx.50'before the intersection with 'Seventh Street Vaqueros Avenue Sonoma Avenue 34 867 3,275 Parker Ave. Seventh Street Sonoma Avenue California Avenue 33 1,637 6,002 Vaqueros Avenue San Pablo Avenue First Street 29 317 1,021 Vaqueros Avenue First Street Third Street 29 686 2,210 ' Vaqueros Avenue Third Street Seventh Street 31 2,482 8,549 Vaqueros Avenue Seventh Street Hawthorne Drive 33 1,426 5,229 Vaqueros Avenue-C Hawthorne Drive End @ 860 Vaqueros Ave. 29 317 1,021 Pinole Avenue Mariposa Street Third Street 20 634 1,409 , Napa Avenue Mariposa Street 1795M Third Street 1795P 28 700 2,178 Napa Avenue Third Street Sixth Street 28 1,834 5,706 Napa Avenue Sixth Street Seventh Street 20 528 1,173 Suisun Avenue Na a Avenue Fourth Street 25 1,373 3,814 ' Suisun Avenue Third Street 1795P end 29 317 1,021 Vallejo Avenue Seventh Street Fourth Street 25 1,742 4,839 Vallejo Avenue Fourth Street end at 216 Vallejo Avenue 29 581 1,872 Sonoma Avenue Fourth Street Seventh Street 25 1,690 4,694 ' California Street Hawthorne Drive Springwood Street 38 370 1,562 Chip seal application by County will end California Street Spmgwood Street 1785M Viewpointe Boulevard 1781 37 1,320 5,427 approx.50'before the intersection with the next street. ' S urce Court Vaqueros Avenue end at 915 Spruce Court 33 950 3,483 Elm Drive Vaqueros Avenue Laurel Court 33 1,901 6,970 Acacia Drive Spruce Court Elm Drive 33 264j1,691 68 Laurel Court Hawthorne Drive end at 900 Laurel Court 33 89893 ' Pinole Avenue Third Street 1795P Fourth Street 1794B 24 634Rodeo Avenue North San Pablo Avenue end at Garretson School 39 2,11252 Tri pr Road California Street end at Dempsey Way 37 581 2,389 Trigger Court Trigger Road end 29 264 851 ' Dempsey Way Trigger Road Mariposa Street 29 686 2,210 Tullibee Road California Street end 29 422 1,360 Tullibee Court Tullibee Road end 27 264 792 Barnes Way Napa Avenue end at 506 Barnes Way 20 106 236 ' Chip seal application by County will end Sixth Street Parker Avenue Garretson Avenue 29 845 2,723 approx.50'before the intersection with Parker Ave. Mahone Street C California Street end at 912 Mahoney Street 2L25 2,006 5,572 ' Sixth Street California Street Sonoma Avenue 634 1,761 Fifth Street California Street Sonoma Avenue 422 1,172 Chip seal application by County will end Fourth Street Parker Avenue 0971C Harris Avenue 1795S 1,267 5,068 approx.50'before the intersection withParker Ave. Third Street Parker Avenue end near Sharon Avenue 1,584 6,512 *All streets to be chip sealed by the County prior to slurry seal unless otherwise noted by a comment ' 2008 Surface Treatment Program Slurry Seal ' Site 5 Rodeo Area treet Name Beginning Location Ending Location Width Length Area Comments Regarding Chip Seal (ft) (ft) (Sy)Limits Chip seal application by County will end Second Street Sharon Avenue Railroad Avenue 41 1,954 8,902 approx.50'before the intersection with Parker Ave. Chip seal application by County will end Second Street Railroad Avenue Vaqueros Avenue 41 422 1,922 approx.50'before the intersection with Parker Ave. Chip seal application by County will end first Street west end,238 First Street Rodeo Avenue 33 950 3,483 approx.50'before the intersection with Parker Ave. Chip seal application by County will end 'irst Street Avenue Vaqueros Avenue 45 1,320 6,600 approx.50'before the intersection with Parker Ave. First Street Vaqueros Avenue east end of 961 First Street 33 422 1,547 Chip seal application by County will end an Pablo Avenue Railroad Avenue Vaqueros Avenue 37 370 1,521 approx.50'before the intersection with the next street. Chip seal application by County will end an Pablo Avenue Parker Avenue Pacific Avenue 26 1,056 3,051 approx.50'before the intersection with the next street. ariposa Street Railroad Avenue California Street 37 1,320 5,427 Mariposa Street California Street end 33 845 3,098 orrney Avenue Vaqueros Avenue end at Railroad Avenue 24 422 1,125 hird Street Railroad Avenue end at 218 Third Street 29 1,901 6,125 .nvestment Street San Pablo Avenue Railroad Avenue 33 264 968 Sharon Avenue Second Street end at 359 Sharon Avenue 33 792 2,904 -Iarris Avenue Second Street end at 481 Harris Avenue 33 1,320 4,840 arretson Avenue' Seventh Avenue lot line 486/500 Garretson Avenue 28 1,4781 4,598 arretson Avenue lot line 486/500 Garretson Aven end at 15 Garretson Avenue 33 2,323 8,518 Lake Avenue Sourth Garretson Avenue end at Garretson School 31 634 2,184 ake Avenue North First Street end at Garretson School 33 1,795 6,582 odeo Avenue North Seventh Street end at Garretson School 30 1,003 3,343 ohn Street First Street Railroad Avenue 26 528 1,525 Chip seal application by County will end Aroad Avenue San Pablo Avenue Second Street 56 792 4,928 approx.50'before the intersection with the next street. ailroad Avenue Second Street Investment Street 56 528 3,285 Total Area= 247,280 s ' *All streets to be chip sealed by the County prior to slurry seal unless otherwise noted by a comment APPENDIX B Thermoplastic Striping Schedule ,J Thermoplastic Striping Schedule-Site 1 2008 Slurry Seal Project Road Name Location Stripe or Marking Description Qty Unit Shale Cliff Court Morgan Territory Road 12"White 22 ft. 'I Shale Cliff Court Morgan Territory Road Pavement Marking(STOP) 22 ft.2 Tumbleweed Ct Morgan Territory Road Pavement Marking(STOP) 22 ft.2 1 of 1 Thermoplastic Striping'Schedule-Site 2 2008 Slurry Seal Project Road Name Location ' Stripe or Marking Description Qty Unit Diablo Downs Drive Tally Ho Ct 12"White 24 ft. Diablo Downs Drive Tally Ho Ct Pavement Marking(STOP) 22 ft.2 1 of 1 Thermoplastic Striping Schedule-Site 3 2008 Slurry Seal Project Road Name Location Stripe or Marking Description Qty Unit Laura Drive Laura Court 12"White 24 ft. Laura Drive Laura Court Detail 22 35 ft. Laura Drive Laura Court Pavement Marking(STOP) 22 ft.2 r r 1 of 1 Thermoplastic Striping Schedule-Site 4 2008 Slurry Seal Project Road Name Location Stripe or Marking Description Qty Unit Almond St Veale Ave 12"White 16 ft. Almond St Veale Ave Pavement Marking(YIELD) '24 ft.2 Almond St Delacy Ave Detail 22 17 ft. Almond St Delacy Ave Pavement Marking(STOP) 22 ft.2 Almond St Palm Ave 12"White 17 ft. Almond St Palm Ave Pavement Marking(YIELD) 24 ft.2 Almond St Vine Ave 12"White 11 ft. Almond St Vine Ave 12"White 20 ft. Almond St Vine Ave 12"White 49 ft. Almond St Vine Ave 2 Pavement Marking(STOP) 44 ft.2 Almond St Santa Fe Ave 12"White 15 ft. Almond St Santa Fe Ave' Pavement Marking(STOP) 22 ft.2 Bella Vista Ave Leslie Ave 12 White 17 ft. Bella Vista Ave Leslie Ave 2 Pavement Marking.(STOP) 44 ft.2 Bella Vista Ave Monterey Ave 12"White 15 ft. Bella Vista Ave Monterey Ave Pavement Marking(STOP) 22 ft.2 Bella Vista Ave Orange St 12"White 12 ft. Bella Vista Ave Orange St Pavement Marking(STOP) 22 ft.2 Bella Vista Ave West Shell Ave . Detail 22 46 ft. Bella Vista Ave West Shell Ave 12"White 45 ft. ' Bella Vista Ave West Shell Ave Pavement Marking(STOP) 22 ft.2 Bella Vista Ave Leslie Ave 12"White 15 ft. Birch St Shell Ave 12"White 10 ft. Birch St Shell Ave Pavement Marking(STOP) 22 ft.2 Bush St 12"White 19 ft. Bush St Pavement Marking(STOP) 22 ft.2 Chestnut St Palm Ave 12"White 23 ft. Chestnut St Palm Ave Pavement Marking(STOP) 22 ft.2 Chestnut St Martinez Ave Pavement Marking(STOP) 22 ft.2 Delacy Ave Rose St Detail 22 49 ft. Delacy Ave Rose St 12"White 23 ft. Delacy Ave Rose St Detail 9 539 ft. Delacy Ave Rose St 12"White 41 ft. Delacy Ave Rose St Pavement Marking(STOP) 22 ft.2 Donald Ave Helena Ave Detail 27 t 159 ft. Donald Ave Helena Ave Pavement Marking(STOP) 22 ft.2 1 Helena Ave Shell Ave Pavement Marking(STOP) 22 ft.2 Jefferson St Shell Ave 12"White 18 ft. Jefferson St Shell Ave Pavement Marking(STOP) 22 ft.2 Kelly Ave Monterey Ave 12"White 12 ft. Lemon St Monterey Ave 12"White 20 ft. Lemon St Monterey Ave Pavement Marking(STOP) 22 ft.2 Leslie Ave Palm Ave 12"White 16 ft. Leslie Ave Palm Ave 12"White 20 ft. Leslie Ave Palm Ave 2 Pavement Marking(STOP) 44 ft.2 Magnolia Ave Shell Ave 12"White 16 ft. Magnolia Ave Shell Ave Pavement Marking(STOP) 22 ft.2 Magnolia Ave Monterey Ave 12"White 15 ft. Magnolia Ave Monterey Ave Pavement Marking(STOP) 22 ft.2 Magnolia Ave Pomona Ave 12"White 16 ft. Magnolia Ave Pomona Ave Pavement Marking(STOP) 22 ft.2 Magnolia Ave Pavement Marking(STOP) 22 ft.2 Martinez Ave Chestnut St Detail 22 103 ft. Martinez Ave Chestnut St 12"White . 28 ft. Martinez Ave Palm Ave 12"White 18 ft. Martinez Ave Palm Ave Detail 2 261 ft. Martinez Ave Oak St Detail 22 221 ft. Martinez Ave Oak St Detail 22 69 ft. Martinez Ave Palm Ave Detail 22 56 ft. Martinez Ave Palm Ave Pavement Marking(STOP) -22 ft.2 Martinez Ave Shell Ave 12"White 37 ft. Martinez Ave Shell Ave 12"White 48 ft. 1 of 5 Thermoplastic Striping Schedule-Site 4 2008 Slurry Seal Project Road Name Location Stripe or Marking Description Qty Unit Martinez Ave Shell Ave 12"White 30 ft. ' Martinez Ave Shell Ave 12"White 47 ft. Martinez Ave Shell Ave Detail 22 65 ft. Martinez Ave Shell Ave Detail 22 65 ft. Martinez Ave Shell Ave 12"White 24 ft. Martinez Ave Shell Ave 2 Pavement Marking(STOP) 44 ft.2 Martinez Ave Bush St Detail 22 151 ft. Martinez Ave Bush St 12"White 47 ft. Martinez Ave Bush St 12"White 39 ft. Martinez Ave Bush St Pavement Marking(STOP) 22 ft.2 Martinez Ave Bush St 12"White 19 ft. Martinez Ave Potter St Detail 2 93 ft. Martinez Ave Potter St Detail 2 93 ft. Martinez Ave Potter St 12"White 62 ft. Martinez Ave Potter St Detail 38A 20 ft. Martinez Ave Potter St Detail 38A 20 ft. Martinez Ave Potter St Detail 2 417 ft. Merle Ave Palm Ave 12"White 18 ft. �? Merle Ave Palm Ave Pavement Marking(STOP) 22 ft.2 Merle Ave Palm Ave Detail 22 34 ft. Merle Ave Vine Ave 12"White 17 ft. Merle Ave Vine Ave 12"White 15 ft. Merle Ave Vine Ave 2 Pavement Marking(STOP) 44 ft.2 Merle Ave Monterey Ave 12"White 17 ft. Merle Ave Monterey Ave Detail 22 52 ft. Monterey Ave Bella Vista Ave Detail 2 198 ft. Monterey Ave West Shell Ave Detail 2 251 ft. Monterey Ave Merle Ave 12"White 22 ff. Monterey Ave Merle Ave 12"White 22 ft. Monterey Ave Merle Ave Detail 22 61 ft. Monterey Ave Merle Ave Pavement Marking(STOP) 22 ft.2 Monterey Ave Kelly Ave 12"White 41 ft. Monterey Ave Kelly Ave Pavement Marking(STOP) 22 ft.2 Monterey Ave Lemon St Detail 2 271 ft. Monterey Ave Vine Ave 12"White 19 ft. Monterey Ave Vine Ave Detail 22 42 ft. Monterey Ave Vine Ave Pavement Marking(STOP) 22 ft.2 Monterey Ave Magnolia Ave Detail 22 77 ft. Monterey Ave Magnolia Ave Detail 2 422 ft. Monterey Ave Magnolia Ave 2 Pavement Marking(STOP) 44 ft.2 Monterey Ave Palm Ave Detail 2 249 ft. Monterey Ave Palm Ave 2 Pavement Marking(AHEAD) 62 ft.2 Monterey Ave Palm Ave Pavement Marking(STOP) 22 ft.2 Monterey Ave Sierra Ave 12"White 19 ft. Monterey Ave Sierra Ave Pavement Marking(STOP) 22 ft.2 North Crest Ave Shell Ave Pavement Marking(STOP) 22 ft.2 Oak St Martinez Ave Detail 22 38 ft. Oak St Martinez Ave 12"White 21 ft. Oak St Martinez Ave Pavement Marking(STOP) 22 ft.2 Olive St Oak St 12"White 19 ft. Olive St Oak St Pavement Marking(STOP) 22 ft.2 Orange St Sierra Ave 12"White 15 ft. Orange St Sierra Ave Pavement Marking(STOP) 22 ft.2 Orange St Shell Ave 12"White 14 ft. Orange St Shell'Ave Pavement Marking(STOP) 22 ft.2 Orange St Bella Vista Ave 12"White 25 ft. Orange St Bella Vista Ave Pavement Marking(STOP) 22 ft.2 Orchard Ln Shell Ave Pavement Marking(STOP) 22 ft.2 Palm Ave Chestnut St 12"White 54 ft. Palm Ave Chestnut St Detail 22 166 ft. Palm Ave Chestnut St 12"White 48 ft. Palm Ave Chestnut St Pavement Marking(STOP) 22 ft.2 2 of 5 Thermoplastic Striping Schedule-Site 4 2008 Slurry Seal Project Road Name Location Stripe or Marking Description Qty Unit Palm Ave Merle Ave Detail 22 316 ft. Palm Ave Merle Ave 12"White 32 ft. Palm Ave Merle Ave 12"White 15 ft. Palm Ave Merle Ave 12"White 32 ft. Palm Ave Merle Ave Detail 22 69 ft. Palm Ave Merle Ave 2 Pavement Marking(STOP) 44 ft.2 Palm Ave Monterey Ave Detail 22 238 ft. Palm Ave Monterey Ave Pavement Marking(AHEAD) 31 ft.2 Palm Ave Martinez Ave Detail 22 122 ft. Palm Ave Sycamore St Detail 22 280 ft. Palm Ave Sycamore St 12"White 23 ft. Palm Ave Sycamore St Detail 22 425 ft. . Palm Ave Sycamore St Pavement Marking(STOP) 22 ft:2 Palm Ave Peach St-Pacheco Blvd Detail 22 241 ft. Palm Ave Rose St Detail 22 63 ft. Palm Ave 12"White 20 ft. Palm Ave Oak St Detail 22 325 ft. Palm Ave Detail 22 52 ft Palm Ave Monterey Ave Detail 2 52 ft. Palm Ave Monterey Ave 12"White 18 ft. Palm Ave Monterey Ave Pavement Marking(STOP) 22` ft.2 Palm Ave Pavement Marking(STOP) 22 ft.2 Palm Ave Leslie Ave 2 Pavement Marking(STOP)„ 44 ft.2 Palm Ave Leslie Ave 2 Pavement Marking(AHEAD) 62 ft.2 Peach St Palm Ave-Pacheco Blvd 12"White .45 ft. Peach St Palm Ave-Pacheco Blvd 12 White 51 ft. Peach St Palm Ave-Pacheco Blvd Pavement Marking(STOP) 22 ft.2 Peach St Shell Ave Detail 22 421 ft. Peach St Shell Ave 2 Pavement Marking(STOP) 44 ft.2 Plaza Dr Rose St 12"White 34 ft. Plaza Dr Rose St 12"White 57 ft. Plaza Dr Rose St Detail 22 51 ft. Plaza Dr Rose St Pavement Marking(STOP) 22 ft.2 Plaza Dr Almond St 12"White 25 ft. Potter St Martinez Ave Detail 22 49 ft. Potter St Martinez Ave Detail 38A 23, ft. Potter St Martinez Ave 2 Pavement Marking(STOP) 44 ft.2 Potter St Martinez Ave Pavement Marking(Type IV(R) Arrow) 15 ft.2 Potter St Martinez Ave Pavement Marking(Type IV(L) Arrow) 15 ft.2 Potter St Pacheco Blvd Detail 22 41, ft. Potter St Pacheco Blvd 12"White 28 ft. Potter St Pacheco Blvd Pavement Marking(STOP) 22 ft.2 Rose St Delacy Ave 12"White 16 ft. Rose St Delacy Ave 12"White 20 ft. Rose St Delacy Ave 12"White 20 ft. Rose St Delacy Ave 2 Pavement Marking(STOP) 44 ft.2 Rose St Pavement Marking(STOP) 22 ft.2 Rose St 12"White 22 ft. Rose St Palm Ave 12"White 10 ft. Rose St Palm Ave Pavement Marking(STOP) 22 ft.2 Rose St Vine Ave 12"White 17 ft. Rose St Vine Ave 12"White 20 ft. Rose St Vine Ave 2 Pavement Marking(STOP) 44 ft.2 Rose St Santa Fe Ave 12"White 19 ft. Rose St Santa Fe Ave Pavement Marking(STOP) 22 ft.2 Rose St Veale Ave 12"White 12 ft. Rose St Veale Ave 12"White 18. ft. Rose St Veale Ave 2 Pavement Marking(STOP) 44 ft.2 Rose St Plaza Dr 12"White 19 ft. Rose St Plaza Dr 12"White 18 ft. Rose St Plaza Dr 2 Pavement Marking(STOP) 44 ft.2 Santa Fe Ave Catalpa St Detail 22 51 ft. Santa Fe Ave Catalpa St 12"White 40 ft. 3 of 5 Thermoplastic Striping Schedule-Site 4 2008 Slurry Seal Project Road Name Location Stripe or Marking Description Qty Unit Santa Fe Ave Catalpa St 12"White 52 ft. Santa Fe Ave Catalpa St Pavement Marking(STOP) 22 ft.2 Sierra Ave .Monterey Ave 12"White 19 ft. Sierra Ave Monterey Ave Pavement Marking(STOP) 22 ft.2 South Crest Ave Shell Ave 12"White 24 ft. South Crest Ave Shell Ave Pavement Marking(STOP) 22 ft.2 Sycamore St Santa Fe Ave 12"White 14 ft. Sycamore St Santa Fe Ave Pavement Marking(STOP) 22 ft.2 Sycamore St Veale Ave 12"White 28 ft. Sycamore St Plaza Dr 12"White 18 ft. Sycamore St Plaza Dr 2 Pavement Marking(STOP) 44 ft.2 Sycamore St Palm Ave Detail 22 40 ft. Sycamore St Palm Ave 12"White 20 ft. Sycamore St Palm Ave Pavement Marking(STOP) 22 ft.2 Veale Ave Rose St 12"White 57 ft. Veale Ave Rose St 12"White 36 ft. Veale Ave Rose St Detail 22 52 ft. Veale Ave Rose St Pavement Marking(STOP) 22 ft.2 Veale Ave Leslie Ave 12"White 16 ft. Veale Ave Leslie Ave Pavement Marking(STOP) 22 ft.2 Veale Ave Almond St Pavement Marking(STOP) 22 ft.2 Vine Ave Rose St Detail 22 50 ft. Vine Ave Rose St Pavement Marking(STOP) 22 ft.2 Vine Ave Rose St 12"White 56 ft. Vine Ave Rose St 12"White 34 ft. Vine Ave Rose St Detail 22 50 ft. Vine Ave Leslie Ave 12"White 17 ft. Vine Ave Leslie Ave Pavement Marking(STOP) 22 ft.2 Vine Ave Almond St 12"White 18 ft. Vine Ave Almond St Pavement Marking(STOP) 22 ft.2 West Shell Ave Detail 22 48 ft. West Shell Ave 12"White 16 ft. West Shell Ave Pavement Marking(STOP) 22 ft.2 Actriz Ave Cabrilho Dr .2 Pavement Marking(STOP) 44 ft.2 Adelaide Dr Pacheco Blvd 12"White 27 ft. Adelaide Dr Pacheco Blvd Pavement Marking(STOP) 22 ft.2 Amalia Ave Cabrilho Dr 2 Pavement Marking(STOP) 44 ft.2 Arthur Rd Pacheco Blvd 12"White 12 ft. Arthur Rd Pacheco Blvd 12"White 12 ft. Arthur Rd Pacheco Blvd 12"White 24 ft. Arthur Rd Pacheco Blvd 12"White 12 ft. Arthur Rd Pacheco Blvd 12"White 43 ft. Arthur Rd Detail 22 825 ft. Arthur Rd Pacheco Blvd 12"White 12 ft. Arthur Rd Pacheco Blvd 12"White 12 ft. Arthur Rd Pacheco Blvd Detail 27B 329 ft. Arthur Rd Pacheco Blvd 12"Yellow 12 ft. Arthur Rd Pacheco Blvd 12"Yellow 12 ft. Arthur Rd Pacheco Blvd Detail 22 338 ft. Arthur Rd Detail 27B 793 ft. Arthur Rd Pacheco Blvd Detail 27B 173 ft: Arthur Rd Pacheco Blvd 12"Yellow 12 ft. Arthur Rd Pacheco Blvd 12"Yellow 12 ft. Arthur Rd Pacheco Blvd 12"Yellow 85 ft. Arthur Rd Pacheco Blvd 12"Yellow 12 ft. Arthur Rd Pacheco Blvd 12"Yellow 12 ft. Arthur Rd Pacheco Blvd 12"Yellow 10 ft. Arthur Rd Karen Ln 12"White 63 ft. Arthur Rd Karen Ln 12"White 68 ft. Arthur Rd Karen Ln Detail 22 282 ft. Arthur Rd Karen Ln Detail 38A 83 ft. Arthur Rd Karen Ln Detail 27B 324 ft. Arthur Rd Karen Ln Detail 27B 1181 ft. 4of5 Thermoplastic Striping Schedule-Site 4 2008 Slurry Seal Project Road Name Location Stripe or Marking Description Qty Unit Arthur Rd Detail 22 49 ft. . Arthur Rd 12"White 18 ft. Arthur Rd Rodrigues Ave Detail 22 183 ft. Arthur Rd Detail 22 58 ft. Arthur Rd Rodrigues Ave Detail 22 805 ft. Arthur Rd Rodrigues Ave Pavement Marking(STOP) 22 ft.2 Arthur Rd Actriz Ave 12"White 30 ft. Arthur Rd Actriz Ave 12"White 32 ft. Arthur Rd Central Ave Detail 22 40 ft. Arthur Rd Central Ave Detail 22 717 ft. Arthur Rd Central Ave 3 Pavement Marking(Type IV(L) Arrow) 45 ft.2 Arthur Rd Central Ave 2 Pavement Marking(20) 35 ft.2 Arthur Rd Central Ave 2 Pavement Marking(MPH) 40 ft.2 Arthur Rd Detail 22 72 ft. Arthur Rd Amalia Ave Detail 22 210 ft. Arthur Rd Amalia Ave 3 Pavement Marking(Type IV(R) Arrow) 45 ft.2 Arthur Rd Amalia Ave 2 Pavement Marking(20) ' 35 ft.2 Arthur Rd Amalia Ave 2 Pavement Marking(MPH) 40 ft.2 Arthur Rd Amalia Ave Pavement Marking(PED) 18 ft.2 Arthur Rd Amalia Ave Pavement Marking(XING) 21 ft.2 Camino Del Sol Pacheco Blvd Detail 22 50 ft. Camino Del Sol Pacheco Blvd 12"Yellow 31 ft. Camino Del Sol Pacheco Blvd 12"Yellow 113 ft. Camino Del Sol Via Estrella Detail 24 52 ft. Camino Del Sol Corte Del Sol Pavement Marking(25) 17.5 ft.2 Camino Del Sol Via De Flores Pavement Marking(25) 17.5 ft.2 Camino Del Sol Camino Vinedo Pavement Marking(25) 17.5 ft.2 Central Ave Arthur Rd 12"White 56 ft. Central Ave Arthur Rd 12"White 36 ft. Central Ave Arthur Rd Detail 22 41 ft. Central Ave Arthur Rd Pavement Marking(STOP) 22 ft.2 De Normandie Way 12"White 21 ft. De Normandie Way Pavement Marking(25) 17.5 ft.2 De Normandie Way Kennedy Way Pavement Marking(25) 17.5 ft.2 De Normandie Way Pavement Marking(STOP) 22 ft.2 Gianinni Rd Ellis Rd 12"Yellow 42 ft. Gianinni Rd Ellis Rd 12"Yellow 27 ft. Gianinni Rd Ellis Rd Detail 22 51 ft. Gianinni Rd Ellis Rd Pavement Marking(STOP) 22 ft.2 Goree Ct 12"White 34 ft. Goree Ct Pavement Marking(STOP) 22 ft.2 Karen Ln 12"Yellow 30 ft. Rodrigues Ave Cabrilho Dr Pavement Marking(STOP) 22 ft.2 Sodaro Dr Martha Dr 12"White 23 ft. Sodaro Dr Martha Dr Pavement Marking(STOP) 22 ft.2 Valley Ave 12"White 16 ft. Valley Ave Central Ave 12"White 25 ft. Valley Ave Pavement Marking(STOP) 22 ft.2 Valley.Ave Central Ave Pavement Marking(YIELD) 24 ft.2 Via Estrella Camino Del Sol Detail 24 50 ft. Via Estrella Camino Del Sol Detail 24 50 ft. Windhover Way Cormorant Ct 12"Yellow 52 ft. Windhover Way. Cormorant Ct 12"Yellow 37 ft. Windhover Way Cormorant Ct Detail 22 58 ft. Windhover Way Cormorant Ct Pavement Marking(STOP) 22 ft.2 5of5 Thermoplastic Striping Schedule-Site 5 2008 Slurry Seal Project Road Name Location Stripe or Marking Description Qty Unit California St Hawthorne Dr Detail 22 55 ft. California St Hawthorne Dr 12"Yellow 41 ft. California St Hawthorne Dr 12"Yellow 37 ft. California St Hawthorne Dr 12"Yellow 10 ft. California St Hawthorne Dr (2)Pavement Marking(STOP) 44 ft.2 California St Hawthorne Dr 12"Yellow 41 ft. California St Hawthorne Dr 12"Yellow 11 ft. California St Hawthorne Dr 12"Yellow 11 ft. California St Hawthorne Dr Detail 2 126 ft. California St Hawthorne Dr 12"Yellow 11 ft. California St Hawthorne Dr 12"Yellow 11 ft. California St Hawthorne Dr 12"Yellow 42 ft. California St Hawthorne Dr 12"Yellow 11 ft. California St Hawthorne Dr 12"Yellow 11 ft. California St Sixth St 12"Yellow 11 ft. California St Sixth St 12"Yellow 11 ft. California St Sixth St 12"Yellow 48 ft. California St Sixth St 12"Yellow 11 ft. California St Sixth St 12"Yellow 8 ft. California St Sixth St 12"Yellow 11 ft. California St Sixth St Detail 2 198 ft. California St Sixth St 12"Yellow 11 ft: California St Sixth St 12".Yellow 11 ft. California St Sixth St 12"Yellow 11 ft. California St Sixth St 12"Yellow 54 ft. California St Sixth St Pavement Marking(SLOW) 23 ft.2 California St Sixth St Pavement Marking(SCHOOL) 35 ft.2 California St Springwood St Detail 22 47 ft. 1 California St Springwood St 12"Yellow 39 ft. California St Springwood St Detail 2 256 . ft. California St Springwood St 12"Yellow 38 ft. California St Springwood St (2)Pavement Marking(SCHOOL) 70 ft.2 California St Springwood St (2)Pavement Marking(SLOW) 46 ft.2 California St Springwood St (2)Pavement Marking(XING) 42 ft.2 California St Mariposa St Detail 22 49 ft.. California St Mariposa St 12"White 38 ft. California St Mariposa St Detail 22 51 ft. California St Mariposa St 12"White 12 ft. California St Mariposa St 12"White 49 ft. California St Mariposa St 12"White 11 ft. California St Mariposa St 12"White 12 ft. California St Mariposa St 12"White 12 ft. California St Mariposa St 12"White 12 ft. California St Mariposa St 12"White 12 ft. California St Mariposa St 12"White 12 ft. California St Mariposa St Pavement Marking(BUMP) 22 ft.2 California St Mariposa St (2)Pavement Marking(PED) 18 ft.2 California St Mariposa St Pavement Marking(XING) 21 ft.2 California St Seventh St Detail 2 145 ft. California St Seventh St Detail 2 .302 ft. California St Seventh St Detail 2 302 ft. California St Seventh St 12"White 25 ft. California St Seventh St Detail 22 51 ft. California St Seventh St Pavement Marking(SCHOOL) 35 ft.2 California St Seventh St Pavement Marking(SLOW) 23 ft.2 California St Seventh St Pavement Marking(STOP) 22 ft.2 California St Seventh St Pavement Marking(XING) 21 ft.2 California St Viewpointe Blvd Detail 22 50 ft. California St Viewpointe Blvd 12"White 53 ft. California St Viewpointe Blvd 12"White 41 ft. t California St Viewpointe Blvd Pavement Marking(STOP) 22 ft.2 California St Mahoney St Detail 2 195 ft. 1 of 11 Thermoplastic Striping Schedule-Site 5 i 2008 Slurry Seal Project Road Name Location Stripe or Marking Description Qty Unit California St Mahoney St Detail 22 58 ft. California St Mahoney St Pavement Marking(STOP) 22 ft.2 California St Mahoney St 12"White 20 ft. California St San Pablo Ave 12"White 31 ft. California St San Pablo Ave 12"White 30 ft. California St San Pablo Ave 12"White 33 ft. California St San Pablo Ave 12"White 85 ft. California St San Pablo Ave 12"White 41 ft. California St San Pablo Ave Pavement Marking(STOP) 22 ft.2 California St Tullibee Rd 12"White 11 ft. California St Tullibee Rd 12"White 12 ft. _ California St Tullibee Rd 12"White 12 ft. California St Tullibee Rd 12"White 11 ft. California St Tullibee Rd 12"White 13 ft. California St Tullibee Rd (2)Pavement Marking(BUMP) 22 ft.2 California St Tullibee Rd Pavement Marking(PED) 18 ft.2 California St Tullibee Rd Pavement Marking(XING) 21 ft.2 California St Tullibee Rd 12"White 12 ft. California St Tullibee Rd 12"White 11 ft. California St Tullibee Rd 12"White 12 ft. California St Tullibee Rd 12"White 12 ft. California St Tullibee Rd 12"White 11 ft. California St Tullibee Rd 12"White 12 ft. California St Tullibee Rd 12"White 11 ft. California St Tullibee Rd 12"White 11 ft. California St Tullibee Rd 12"White 12 ft. California St Tullibee Rd 12"White 10 ft. California St Tullibee Rd 12"White 12 ft. California St Tullibee Rd 12"White 12 ft. California St Tullibee Rd Detail 22 51 ft. California St Tullibee Rd 12"White 12 ft. California St Trigger Rd 12"White 11 ft. California St Trigger Rd Pavement Marking(STOP) 22 ft.2 California St Trigger Rd (2)Pavement Marking(BUMP) 44 ft.2 California St Trigger Rd Pavement Marking(PED) 18 ft.2 California St Trigger Rd (2)Pavement Marking(XING) 42 ft.2 California St Trigger Rd 12"White 38 ft. California St Trigger Rd 12"White 43 ft. California St Trigger Rd 12"White 11 ft. California St Trigger Rd 12"White 11 ft. California St Trigger Rd 12"White 11 ft. California St Trigger Rd 12"White 12 ft. California St Trigger Rd 12"White 11 ft. California St Trigger Rd Detail 22 52 ft. California St Trigger Rd 12"White 13 ft. California St Trigger Rd 12"White 12 ft. California St Trigger Rd 12"White 11 ft. California St Fifth St 12"Yellow 11 ft. California St Fifth St Pavement Marking(XING) 21 ft.2 California St Fifth St 12"Yellow 11 ft. California St Fifth St 12"Yellow 39 ft. California St Fifth St 12"Yellow 11 ft. California St Fifth St 12"Yellow 11 ft. California St Fifth St 12"Yellow 11 ft. California St Fifth St 12"Yellow 11 ft. Dempsey Way Mariposa St 12"White 37 ft. Dempsey Way Mariposa St 12"White 31 ft. Dempsey Way Mariposa St 12"White 11 ft. Dempsey Way Mariposa St 12"White 11 ft. Dempsey Way Mariposa St 12"White 10 ft. Dempsey Way Mariposa St Detail 22 52 ft. Dempsey Way Mariposa St 12"White 12 ft. 2 of 11 Thermoplastic Striping Schedule-Site 5 2008 Slurry Seal Project Road Name Location Stripe or Marking Description Qty Unit Dempsey Way Mariposa St 12"White 12 ft. Dempsey Way Mariposa St 12"White 12 ft. Dempsey Way Mariposa St 12"White 12 ft. Dempsey Way Mariposa St Pavement Marking(STOP) 22 ft.2 Dempsey Way Mariposa St (2)Pavement Marking(BUMP) 44 ft.2 Dempsey Way Trigger Rd 12"White 12 ft. Dempsey Way Trigger Rd 12"White 11 ft. Dempsey Way Trigger Rd 12"White 12 ft. Dempsey Way Trigger Rd 12"White 40 ft. Dempsey Way Trigger Rd Pavement Marking(BUMP) 22 ft.2 Dempsey Way Trigger Rd Pavement Marking(STOP) 22 ft.2 Dempsey Way Trigger Rd 12"White 11 ft. Dempsey Way Trigger Rd Detail 22 51 ft. Dempsey Way Trigger Rd 12"White 12 ft. Dempsey Way Trigger Rd 12"White 31 ft. Dempsey Way Trigger Rd 12"White 11` ft. Dempsey Way Trigger Rd 12"White 13 ft. Fifth St California St 12"White 14 ft. Fifth St California St Detail 22 53 ft. Fifth St California St Pavement Marking(STOP) 22 ft.2 First St Rodeo Ave N 12"White 49 ft. First St Rodeo Ave N 12"White 48 ft. First St Railroad Ave Detail 22 51 ft. First St Railroad Ave 12"White 33 ft. First St Railroad Ave 12"White 86 ft. First St Railroad Ave 12"White. 73 ft. First St Railroad Ave (3)Pavement Marking(STOP) 66 ft.2 First St Parker Ave 12"White 50 ft. First St Parker Ave 12"White 49 ft. First St Parker Ave Detail 22 59 ft. First St Parker Ave (2)Pavement Marking(STOP) . 44 ft.2 First St Parker Ave 12"White 47 ft. First St Parker Ave Detail 22 54 ft. First St John St Detail 1 355 ft. Fourth St Lake Ave N Detail 4 277 ft. Fourth St Lake Ave N (3)Pavement Marking(SCHOOL) 105 ft.2 Fourth St Lake Ave N (2)Pavement Marking(SLOW) 46 ft.2 Fourth St Lake Ave N (2)Pavement Marking(XING) 42 ft.2 Fourth St Vaqueros Ave 12"White 49 ft. Fourth St Vaqueros Ave Pavement Marking(PED)' 18 ft.2 Fourth St Vaqueros Ave Detail 22 72 ft. Fourth St Vaqueros Ave 12"White 39 ft. Fourth St Vaqueros Ave 12"White 39 ft. Fourth St Vaqueros Ave 12"White 21 ft. Fourth St Vaqueros Ave Detail 1 10 ft. Fourth St Vaqueros Ave 12"White 43 ft. Fourth St Vaqueros Ave Detail 22 53 ft. Fourth St Vaqueros Ave Pavement Marking(STOP) 22 ft.2 Fourth St Parker Ave 12"Yellow' 44 ft. Fourth St Parker Ave 12"Yellow 127 ft. Fourth St Parker Ave 12"Yellow 132 ft. Fourth St Parker Ave 12'Yellow 78 ft. Fourth St Parker Ave 12"Yellow 40 ft. Fourth St Parker Ave Detail 1 313 ft. Fourth St Parker Ave Pavement Marking(SLOW) 23 ft.2 Fourth St Rodeo Ave N 12"Yellow 45 ft. Fourth St Rodeo Ave N Detail 1 250 ft. Fourth St Rodeo Ave N 12"Yellow 37 ft. Fourth St Rodeo Ave N Pavement Marking(SCHOOL) 35 ft.2 Fourth St Rodeo Ave N Pavement Marking(SLOW) 23 ft.2 Fourth St Rodeo Ave N Pavement Marking(XING) 21 ft.2 Fourth St Sonoma Ave 12 White 53 ft. Fourth St Harris Ave Detail 22 39 ft. 3of11 Thermoplastic Striping Schedule-Site 5 2008 Slurry Seal Project Road Name Location Stripe or Marking Description Qty Unit Fourth St Harris Ave Pavement Marking(SCHOOL) 35 ft.2 Fourth St Harris Ave Pavement Marking(SLOW) 23 ft.2 Fourth St Harris Ave Pavement Marking(XING) 21 ft.2 Fourth St Harris Ave 12"White 20 ft. Fourth St Harris Ave Pavement Marking(STOP) 22 ft.2 Fourth St Suisun Ave Detail 1 267 ft. Fourth St Napa Ave Detail 1 247 ft. Fourth St Vallejo Ave 12"White 43 ft. Fourth St Vallejo Ave 12"White 62 ft. Fourth St Vallejo Ave Detail 1 181 ft. Fourth St Pinole Ave Detail 1 464 ft. Fourth St Garretson Ave 12"Yellow 36 ft. Fourth St Garretson Ave 12"Yellow 148 ft. Fourth St Garretson Ave Detail 1 190 ft. Fourth St Garretson Ave Detail 1 254 ft. Fourth St Garretson Ave 12"Yellow 37 ft. Fourth St Garretson Ave Pavement Marking(SCHOOL) 35 ft.2. Fourth St Garretson Ave Pavement Marking(SLOW) 23 ft.2 Fourth St Garretson Ave (2)Pavement Marking(XING) 42 ft.2 Garretson Ave Third St Detail 22 47 ft. Garretson Ave Third St (2)Pavement Marking(YIELD) 48 ft.2 Garretson Ave Third St 12"White 25 ft. Garretson Ave Third St 12"White 20 ft. Garretson Ave Third St Detail 22 53 ft. Garretson Ave Fourth St Detail 22 58 ft. Garretson Ave Fourth St Detail 22 49 ft. Garretson Ave Second St 12"White 23 ft. Garretson Ave Second St 12"White 23 ft. Garretson Ave Second St (2)Pavement Marking(STOP) 44 ft.2 Garretson Ave Second St Detail 22 55 ft. Garretson Ave Second St Detail 22 59 ft. Garretson Ave Fourth St 12"Yellow 40 ft. Garretson Ave Fourth St 12"Yellow 39 ft. Garretson Ave Fourth St Pavement Marking(SCHOOL) 35 ft.2 Garretson Ave Fourth St (2)Pavement Marking(STOP) 44 ft.2 Garretson Ave Sixth St Pavement Marking(SCHOOL) 35 ft.2 Hawthorne Or Laurel Ct 12"White 18 ft. Hawthorne Or Laurel Ct Detail 22 69 ft. Hawthorne Or Laurel Ct Detail 22 69 ft. Hawthorne Or Laurel Ct Detail 1 2016 ft. Hawthorne Or Laurel Ct Pavement Marking(STOP) 22 ft.2 Hawthorne Or 12"White 31 ft. Hawthorne Or 12"White 44 ft. Hawthorne Or Pavement Marking(Type I Arrow) 18 ft.2' Hawthorne Or Pavement Marking(Type 2(R)Arrow) 45 ft.2 Hawthorne Or Pavement Marking(Type 3(B)Arrow) 73 ft.2 Hawthorne Or Pavement Marking(Type 3(L)Arrow) 42 ft.2 Hawthorne Or Pavement Marking(CLEAR) 27 ft.2 Hawthorne Or Pavement Marking(KEEP) 24 ft.2 Hawthorne Or Pavement Marking(PED) 18 ft.2 Hawthorne Or Pavement Marking(XING) 21 ft.2 Hawthorne Or Vaqueros Ave 12"White 34 ft. Hawthorne Or Vaqueros Ave 12"White 35 ft. Hawthorne Or 12"White 14 ft. Hawthorne Or 12"White 27 ft. Hawthorne Or 12"White 16 ft. Hawthorne Or Detail 22 76 ft. Hawthorne Or 12"White 84 ft. Hawthorne Or Vaqueros Ave Detail 1 173 ft. Hawthorne Or Vaqueros Ave Pavement Marking(PED) 18 ft.2 Hawthorne Or Vaqueros Ave Pavement Marking(XING) 21 ft.2 Hawthorne Or Detail 22 177 ft. Hawthorne Or Detail 38A 35 ft. 4of11 Thermoplastic Striping Schedule-Site 5 2008 Slurry Seal Project Road Name Location Stripe or Marking Description Qty Unit Hawthorne Dr 12"White 49 ft. Hawthorne Dr Vaqueros Ave 12"White 36 ft. Hawthorne Dr California St Detail 2 687 ft. Investment St Third St Detail 22 59 ft. Investment St Third St 12"White 39 ft. Investment St Third St Pavement Marking(STOP) 22 ft.2 John St First St Detail 22 52 ft. John St First St 12"White 29 ft. John St First St Pavement Marking(STOP) 22 ft.2 John St First St 12"White 47 ft. John St Second St Detail 22 69 ft. John St Second St Pavement Marking(STOP) 22 ft.2 L ohn St Second St 12"White 9 ft. John St Second St 12"White 10 ft. ake Ave N 12"White 18 ft. Lake Ave N Pavement Marking(STOP) 22 ft.2 Lake Ave N First St 12"White 26 ft. Lake Ave N First St Pavement Marking(STOP) 22 ft.2 Lake Ave N First St Detail 22 33 ft. Lake Ave N Third St 12"White 17 ft. Lake Ave N Third St 12"White 29 ft. Lake Ave N Third St Detail 22 56 ft. Lake Ave N Third St Detail 22 50 ft. Lake Ave N Third St (2)Pavement Marking(STOP) 44 ft.2 Lake Ave N Second St Detail 22 50 ft. Lake Ave N Second St Pavement Marking(STOP) 22 ft.2 Lake Ave N Second St 12"White 25 ft. Lake Ave N Fourth St 12"White 26 ft. Lake Ave N Fourth St Pavement Marking(STOP) 22 ft.2 Lake Ave N 12"Yellow 95 ft. Lake Ave N Detail 22 41 ft. Lake Ave N Fourth St Detail 22 46 ft. Laurel Ct Elm Dr Pavement Marking(YIELD) 24 ft.2 Mahoney St California St 12"Yellow 34 ft. Mahoney St California St 12"Yellow 39 ft. Mahoney St California St Detail 22 49 ft. Mahoney St California St Pavement Marking(STOP) 22 ft.2 Mahoney St Sonoma Ave 12"White 67 ft. Mahoney St Sonoma Ave 12"White 45 ft. Mahoney St Sonoma Ave Pavement Marking(AHEAD) 31 ft.2 Mahoney St Sonoma Ave (3)Pavement Marking(STOP) 66 ft.2 Mahoney St Sonoma Ave 12"White 30 ft. Mahoney St Suisun Ave 12"White 23 ft. Mahoney St Suisun Ave (2)Pavement Marking(STOP) 44 ft.2 Mahoney St Suisun Ave 12"White 28 ft. Mahoney St Vallejo Ave Pavement Marking(AHEAD) 31 ft.2 Mahoney St Vallejo Ave Pavement Marking(STOP) 22 ft.2 Mariposa St California St Detail 22 53 ft. Mariposa St California St Pavement Marking(BUMP) 22 ft.2 Mariposa St California St (2)Pavement Marking(STOP) 44 ft.2 Mariposa St California St 12"White 87 ft. Mariposa St California St Detail 22 62 ft. Mariposa St California St 12"White 81 ft. Mariposa St California St. 12"White 85 ft. Mariposa St Dempsey Way 12"White 11 ft. Mariposa St Dempsey Way 12"White 12 ft. Mariposa St Dempsey Way 12"White 82 ft. Mariposa St Dempsey Way Detail 22 51 ft. Mariposa St Dempsey Way 12"White 11 ft. Mariposa St Dempsey Way 12"White 11 ft. Mariposa St Dempsey Way 12"White 12 ft. Mariposa St Dempsey Way 12"White 11 ft: Mariposa St Dempsey Way 12"White 11 ft. 5of11 Thermoplastic Striping Schedule-Site 5 2008 Slurry Seal Project Road Name Location Stripe or Marking Description Qty Unit Mariposa St Dempsey Way 12"White 11 ft. Mariposa St Dempsey Way 12"White 11 ft. Mariposa St Dempsey Way Pavement Marking(BUMP) 22 ft.2 Mariposa St Vaqueros Ave Detail 1 233 ft. Mariposa St Vaqueros Ave Detail 1 331 ft. Mariposa St Vaqueros Ave 12"White 86 ft. Mariposa St Vaqueros Ave Pavement Marking(DIP) 16 ft.2 Mariposa St Napa Ave Detail 1 198 ft. Mariposa St Napa Ave Detail 1 233 ft. Mariposa St Railroad Ave Detail 22 69 ft. Mariposa St Railroad Ave Detail 22 69 ft. Mariposa St Pinole Ave Pavement Marking(DIP) 16 ft.2 Napa Ave Third St Detail 22 47 ft. Napa Ave Third St (2)Pavement Marking(STOP) 44 ft.2 Napa Ave Third St 12"White 12 ft. Napa Ave Third St 12"White 16 ft. Napa Ave Mariposa St 12"White 21 ft. Napa Ave Mariposa St Detail 22 48 ft. Napa Ave Mariposa St Pavement Marking(STOP) 22 ft.2 Napa Ave Seventh St 12"White 19 ft. Napa Ave Seventh St Pavement Marking(STOP) 22 ft.2 Napa Ave Fourth St 12"White 34 ft. Napa Ave Fourth St (2)Pavement Marking(STOP) 44 ft.2 Napa Ave Fourth St 12"White 21 ft. Napa Ave Sixth St Pavement Marking(SCHOOL) 35 ft.2 Napa Ave Sixth St Pavement Marking(SLOW) 23 ft.2 Napa Ave Sixth St Pavement Marking(XING) 21 ft.2 Napa Ave Mahoney St (2)Pavement Marking(DIP) 32 ft.2 Pacific Ave Second St 12"White 107 ft. Pacific Ave Second St Pavement Marking(STOP) 22 ft.2 Pacific Ave Second St Detail 38A 19 ft. Pacific Ave Second St Detail 22 48 ft. Pacific Ave Second St Detail 38A 24 ft. Pacific Ave Second St Detail 38A 6 ft. Pacific Ave Second St Detail 22 52 ft. Pacific Ave Second St 12"White 48 ft. Pacific Ave Second St Detail 38A 13 ft. Pacific Ave Second St Detail 38A 22 ft. Pacific Ave Second St Detail 38A 16 ft. Pacific Ave Parker Ave 12"White 26 ft. Pacific Ave Parker Ave 12"White 47 ft. Pacific Ave Parker Ave Pavement Marking(STOP) 22 ft.2 Pacific Ave Parker Ave Detail 22 91 ft. Pacific Ave Parker Ave 12"White 59 ft. Pacific Ave First St Detail 22 51 ft. Pacific Ave First St (2)Pavement Marking(STOP) 44 ft.2 Pacific Ave First St 12"White 41 ft. Pacific Ave First St Detail 22 54 ft. Pacific Ave First St 12"White 29 ft. Pacific Ave Rodeo Ave N Detail 38A 10 ft. Pinole Ave Third St 12"White 13 ft. Pinole Ave Third St Detail 22 50 ft. Pinole Ave Third St Pavement Marking(STOP) 22 ft.2 Pinole Ave Fourth St Detail 22 50 ft. Pinole Ave Fourth St 12"White 16 ft. Pinole Ave Fourth St Pavement Marking(STOP) 22 ft.2 Railroad Ave San Pablo Ave Detail 22 62 ft. Railroad Ave San Pablo Ave 12"White 31 ft. Railroad Ave San Pablo Ave Pavement Marking(STOP) 22 ft.2 Railroad Ave Investment St 12"White 66 ft. Railroad Ave Investment St 4"White 20 ft. Railroad Ave Investment St 4"White 19 ft. Railroad Ave Investment St 4"White 18 ft. 6of11 ; � Thermoplastic Striping Schedule-Site 5 1 2008 Slurry Seal Project. Road Name Location Stripe or Marking Description Qty Unit Railroad Ave Investment St 4"White 13 ft. Railroad Ave Investment St 4"White 15 ft. Railroad Ave Investment St 4"White 13 ft. Railroad Ave Investment St 4"White 18 ft. ' Railroad Ave Investment St 12"White 58 -ft. Railroad Ave Investment St 4"White 11 ft. Railroad Ave Investment St 4"White 13 ft. Railroad Ave Investment St 4"White 21 ft. Railroad Ave Investment St 4"White 19 ft. Railroad Ave Investment St 4"White 19 ft. Railroad Ave Investment St 4"White 15 ft. Railroad Ave Investment St 4"White 21 ft. Railroad Ave Investment St 4"White 13 ft. Railroad Ave Investment St 4"White 18 ft. Railroad Ave Investment St 4"White 11 ft. Railroad Ave Investment St 4"White 12 ft. Railroad Ave Mariposa St Detail 1 106 ft. Railroad Ave Third St 4"White 19 ft. Railroad Ave Third St (2)Pavement Marking(STOP) 44 ft.2 Railroad Ave Third St 4"White 13 ft. Railroad Ave Third St 4"White 19 ft. Railroad Ave Third St 4"White 20 ft. Railroad Ave Third St 4"White 18 ft. Railroad Ave Third St 4"White 21 ft. Railroad Ave Third St 12"White 60 ft. Railroad Ave Third St Detail 1 179 ft. Railroad Ave Third St 4"White 20 ft. Railroad Ave Third St 4"White 18 ft. Railroad Ave Third St 4"White 14 ft. Railroad Ave Third St 4"White 21 ft. Railroad Ave Third St 4"White 19 ft. Railroad Ave Third St 4"White 15 ft. Railroad Ave Third St 4"White 20 ft. Railroad Ave Third St 4"White 18 ft. Railroad Ave Third St 4"White 18 ft. Railroad Ave Third St 4"White 23 ft. Railroad Ave Third St 4"White 21 ft. Railroad Ave Third St 4"White 16 ft. Railroad Ave Third St 4"White 19 ft. Railroad Ave Third St 4"White 12 ft. Railroad Ave Third St 12"White 66 ft. Railroad Ave First St (2)Pavement Marking(STOP) 44 ft.2 Railroad Ave Second St Detail 1 223 ft. Railroad Ave Second St Pavement Marking(STOP) 22 ft.2 Railroad Ave Fourth St Pavement Marking(STOP) 22 ft.2 Rodeo Ave N First St 12"White 49 ft. Rodeo Ave N First St Detail 22 48 ft. Rodeo Ave N First St Detail 22 33 ft. Rodeo Ave N First St 12"White 48 ft. Rodeo Ave N First St 12"White 46 ft. Rodeo Ave N First St 12"White 63 ft. Rodeo Ave N Fourth St Detail 22 45 ft. Rodeo Ave N Fourth St. 12"White 13 ft. Rodeo Ave N Fourth St 12"White 89 ft. Rodeo Ave N Fourth St Detail 22 57 ft. Rodeo Ave N San Pablo Ave 12"White 39 ft. Rodeo Ave N San Pablo Ave 12"White 89 ft. Rodeo Ave N Second Ave Detail 38A. 8 ft. Rodeo Ave N Second St Detail 38A 6 ft. Rodeo Ave N Second Ave Detail 38A 6 ft. Rodeo Ave N Second Ave Detail 38A 126 ft. Rodeo Ave N Second St Pavement Marking(STOP) 22 ft.2 Rodeo Ave N Second Ave Detail 22 57 ft. 7of11 Thermoplastic Striping Schedule-Site 5 2008 Slurry Seal Project Road Name Location Stripe or Marking Description Qty Unit Rodeo Ave N Second Ave 12"White 39 ft. Rodeo Ave N Second Ave Detail 38A 14 ft. Rodeo Ave N Second Ave Detail 22 49 ft. Rodeo Ave N Second Ave 12"White 20 ft. Rodeo Ave N Third St 12"White 24 ft. Rodeo Ave N Third St 12"White 24 ft. Rodeo Ave N Third St Detail 22 59 ft. Rodeo Ave N Third St Detail 22 43 ft. San Pablo Ave 12"White 31 ft. San Pablo Ave Detail 21 46 ft. San Pablo Ave Detail 21 46 ft. San Pablo Ave California St 12"White 135 ft. San Pablo Ave California St (2)Pavement Marking(XING) 42 ft.2 San Pablo Ave California St Detail 27B 597 ft. , San Pablo Ave California St Detail 22 630 ft. San Pablo Ave Detail 27B 46 ft. San Pablo Ave California St Detail 11 634 ft. San Pablo Ave Parker Ave Detail 38A 201 ft. San Pablo Ave Parker Ave Detail 27B 626 ft. San Pablo Ave Parker Ave Pavement Marking(Type I Arrow) 18 ft.2 San Pablo Ave Parker Ave (2)Pavement Marking(Type 4(L)Arrow) 30 ft.2 San Pablo Ave Parker Ave (2)Pavement Marking(30) 39 ft.2 San Pablo Ave Parker Ave (4)Pavement Marking MPH) 80 ft.2 San Pablo Ave Parker Ave Detail 22 110 ft. San Pablo Ave Parker Ave Detail 22 578 ft. San Pablo Ave Parker Ave Pavement Marking(STOP) 22 ft.2 San Pablo Ave Detail 22 89 ft. San Pablo Ave Detail 11 1424 ft. San Pablo Ave Rodeo Ave N 12"White 32 ft. San Pablo Ave Detail 11 78 ft. San Pablo Ave Detail 27B 1188 ft. San Pablo Ave Railroad Ave (6)Pavement Marking(Type 4(L)Arrow) 90 ft.2 San Pablo Ave Railroad Ave (4)Pavement Marking(30) 78 ft.2 San Pablo Ave Railroad Ave (2)Pavement Marking MPH) 40 ft.2 San Pablo Ave (2)Pavement Marking(PED) 36 ft.2 San Pablo Ave Pavement Marking(STOP) 22 ft.2 Second St Lake Ave N Detail 1 269 ft. Second St John St Detail 22 279 ft. Second St Rodeo Ave N Detail 1 33 ft. , Second St Rodeo Ave N 12"White 92 ft. Second St Rodeo Ave N Detail 38A 9 ft. Second St Rodeo Ave N Detail 38A 7 ft. Second St Rodeo Ave N 12"White 38 ft. Second St Rodeo Ave N Detail 38A 12 ft. Second St Rodeo Ave N Detail 38A 10 ft. Second St Parker Ave 12"White 241 ft. Second St Parker Ave Detail 38A 79 ft. Second St Parker Ave 12"White 51 ft. Second St Parker Ave 12"White 47 ft. Second St Parker Ave Detail 38A 53 ft. Second St Garretson Ave Detail 1 273 ft. Second St Garretson Ave Detail 1 268 ft. Second St Sharon Ave Detail 1 242 ft. Second St Pacific Ave 12"White 53 ft. Second St Pacific Ave Detail 22 173 ft. Second St Vaqueros Ave Pavement Marking(STOP) 22 ft.2 Seventh St Sonoma Ave 12"Yellow 38 ft. Seventh St Sonoma Ave Detail 2 234 ft. Seventh St Sonoma Ave Detail 22 49 ft. Seventh St Sonoma Ave Detail 1 221 ft. Seventh St Sonoma Ave Pavement Marking(STOP) 22 ft.2 Seventh St Sonoma Ave 12"Yellow 43 ft. Seventh St Sonoma Ave Detail 1 293 ft. 8of11 , Thermoplastic Striping Schedule-Site 5 2008 Slurry Seal Project Road Name Location Stripe or Marking Description Qty Unit Seventh St Willow Ave 12"White 98 ft. Seventh St Willow Ave 12"White 20 ft. Seventh St Willow Ave Detail 22 133 ft. Seventh St Willow Ave (2)Pavement Marking(XING) 42 ft.2 ' Seventh St Willow Ave 12"White 19 ft. Seventh St Willow Ave Detail 22 52 ft. Seventh St Willow Ave 12"White 8 ft. Seventh St Willow Ave 12"White 11 ft. Seventh St Willow Ave (2)Pavement Marking(PED) 36 ft.2 Seventh St Willow Ave Pavement Marking(STOP) 22 ft.2 Seventh St Rodeo Ave S Detail 22 94 ft. Seventh St Rodeo Ave S 12"White 19 ft. Seventh St Rodeo Ave S Pavement Marking(STOP) 22 ft.2 Seventh St Vallejo Ave 12"Yellow 65 ft. Seventh St Napa Ave 12"Yellow 62 ft. Seventh St Napa Ave 12"Yellow 42 ft. Seventh St Napa Ave 12"Yellow 43 ft. Seventh St Napa Ave Pavement Marking(SCHOOL) 35 ft.2 Seventh St Napa Ave Pavement Marking(SLOW) 23 ft.2 Seventh St Napa Ave Detail 1 200 ft. Seventh St Napa Ave Detail 22 55 ft. Seventh St Napa Ave Pavement Marking(STOP) 22 ft.2 Seventh St California St Detail 22 884 ft. Seventh St California St Pavement Marking(SCHOOL) 35 ft.2 Seventh St California St Pavement Marking(SLOW) 23 ft.2 Seventh St California St Pavement Marking(XING) 21 ft.2 Seventh St Vaqueros Ave Detail 1 150 ft. Seventh St Vaqueros Ave 12"Yellow 46 ft. Seventh St Vaqueros Ave Pavement Marking(STOP) 22 ft.2 Seventh St Vaqueros Ave Detail 22 57 ft. Seventh St Vaqueros Ave Pavement Marking(XING) 21 ft.2 Seventh St Vaqueros Ave 12"White 40 ft.. Sixth St Parker Ave Detail 22 50 ft. Sixth St Parker Ave 12"White 156 ft. Sixth St Parker Ave 12"White 10 ft. Sixth St Parker Ave 12"White 10 ft. Sixth St Parker Ave 12"Yellow 11 ft. Sixth St Parker Ave 12"White 35 ft. Sixth St Parker Ave 12"Yellow 34 ft. Sixth St Parker Ave 12"White 47 ft. Sixth St California St 12"Yellow 11 ft. Sixth St California St 12"Yellow 81 ft. Sixth St California St 12"Yellow 11 ft. Sixth St California St Pavement Marking(STOP) 22 ft.2, Sixth St California St 12"Yellow 11 ft. Sixth St California St 12"Yellow 11 ft. Sonoma Ave Mahoney St 12"Yellow 78 ft. Sonoma Ave Mahoney St Pavement Marking(SCHOOL) 35 ft.2 Sonoma Ave Mahoney St Pavement Marking(SLOW) 23 ft.2 Sonoma Ave Mahoney St Pavement Marking(STOP) 22 ft,2 Sonoma Ave Mahoney St Pavement Marking(XING) 21 ft.2 Sonoma Ave Mahoney St 12"Yellow 51 ft. Sonoma Ave Fifth St Detail 22 57 ft. Sonoma Ave Fifth St Pavement Marking(STOP) 22 ft.2 Sonoma Ave Fifth St 12"White 45 ft. Sonoma.Ave Fifth St .12"White 99 ft. Sonoma Ave Sixth St 12"White 35 ft. Sonoma Ave Sixth St 12"White 47 ft. Suisun Ave Third St Detail 22 49 ft. Suisun Ave Third St 12"White 19 ft. Suisun Ave Third St Pavement Marking(STOP) 22 ft.2 Suisun Ave Mahoney St 12"White 27 ft. Suisun Ave Mahoney,St Pavement Marking(STOP) 22 ft.2 9of11 I Thermoplastic Striping Schedule-Site 5 2008 Slurry Seal Project Road Name Location Stripe or Marking Description Qty Unit Third St Vaqueros Ave 12"White 42 ft. Third St Vaqueros Ave 12"White 58 ft. Third St Rodeo Ave N 12"White 51 ft. Third St Rodeo Ave N 12"White 47 ft. . Third St Parker Ave Detail 22 55 ft. Third St Parker Ave 12"White 49 ft. Third St Parker Ave Pavement Marking(STOP) 22 ft.2 Trigger Ct Detail 22 48 ft. Trigger Ct 12"White 33 ft. Trigger Ct Detail 22 55 ft. Trigger Ct 12"White 74 ft. Trigger Ct Pavement Marking(STOP) 22 ft.2 Trigger Ct Pavement Marking(BUMP) 22 ft.2 Trigger Rd Dempsey Way Detail 22 52 ft. , Trigger Rd Dempsey Way 12"White 38 ft. Trigger Rd Dempsey Way 12"White 40 ft. Trigger Rd California St 12"White 37 ft. Trigger Rd California St 12"White 44 ft. Trigger Rd California St Pavement Marking(STOP) 22 ft.2 Trigger Rd Trigger Ct 12"White 12 ft. Trigger Rd Trigger Ct 12"White 11 ft. Trigger Rd Trigger Ct 12"White 11 ft. Trigger Rd Trigger Ct 12"White 41 ft. Trigger Rd Trigger Ct 12"White 12 ft. Trigger Rd Trigger Ct 12"White 11 ft. Trigger Rd Trigger Ct 12"White 12 ft. Trigger Rd Trigger Ct Detail 22 121 ft. Trigger Rd Trigger Ct 12"White 12 ft. Trigger Rd Trigger Ct 12"White 11 ft. Trigger Rd Trigger Ct 12"White 12 ft. Tullibee Ct Detail 22 51 ft. Tullibee Ct 12"White 71 ft. Tullibee Ct Pavement Marking(STOP) 22 ft.2 Tullibee Ct Tullibee Rd Pavement Marking(BUMP) 22 ft.2 Tullibee Rd Tullibee Ct 12"White 32 ft. Tullibee Rd Tullibee Ct 12"White 35 ft. Tullibee Rd Tullibee Ct Detail 22 52 ft. Tullibee Rd California St 12"White 71 ft. Tullibee Rd California St Pavement Marking(STOP) 22 ft.2 Tullibee Rd California St 12"White 85 ft. Tullibee Rd California St Detail 22 52 ft. Vallejo Ave Mahoney St 12"White 37 ft. Vallejo Ave Mahoney St 12"White 64 ft. Vallejo Ave Seventh St 12"Yellow 39 ft. Vallejo Ave Seventh St 12"Yellow 97 ft. Vallejo Ave Seventh St Pavement Marking(STOP) 22 ft.2 Vallejo Ave Fourth St 12"White 20 ft. ' Vallejo Ave Fourth St 12"White 24 ft. Vallejo Ave Fourth St (2)Pavement Marking(STOP) 44 ft.2 Vaqueros Ave 12"White 26 ft. Vaqueros Ave Second St Pavement Marking(STOP) 22 ft.2 Vaqueros Ave Second St 12"White 44 ft. Vaqueros Ave Elm Or 12"White 27 ft. Vaqueros Ave Elm Or 12"White 27 ft. Vaqueros Ave Elm Or Detail 22 61 ft. Vaqueros Ave Elm Or Pavement Marking(STOP) 22 ft.2 Vaqueros Ave Sixth St 12"White 20 ft. Vaqueros Ave Sixth St Pavement Marking(AHEAD) 31 ft.2 Vaqueros Ave Sixth St 12"White 18 ft. Vaqueros Ave Sixth St Detail 22 44 ft. Vaqueros Ave Sixth St (3)Pavement Marking(STOP) 66 ft.2 Vaqueros Ave Sixth St Detail 22 35 ft. Vaqueros Ave Detail 22 31 ft. 10 of 11 ' Thermoplastic Striping Schedule-Site 5 ' 2008 Slurry Seal Project Road Name Location Stripe or Marking Description Qty Unit Vaqueros Ave Pavement Marking(STOP) 22 ft.2 Vaqueros Ave Spruce Ct 12"Yellow 98 ft. Vaqueros Ave Spruce Ct Pavement Marking(AHEAD) 31 ft.2 Vaqueros Ave Spruce Ct 12"Yellow 10 ft. Vaqueros Ave Spruce Ct 12"Yellow 11 ft. Vaqueros Ave Spruce Ct 12"Yellow 11 ft. Vaqueros Ave Spruce Ct 12"Yellow 12 ft. Vaqueros Ave Spruce Ct 12"Yellow 11 ft. Vaqueros Ave Spruce Ct (2)Pavement Marking(STOP) 44 ft.2 Vaqueros Ave Spruce Ct 12"Yellow 11 ft. Vaqueros Ave Spruce Ct Detail 1 272 ft. Vaqueros Ave Spruce Ct 12"Yellow 11 ft. ' Vaqueros Ave Tormey Ave Detail 22 57 ft. Vaqueros Ave Tormey Ave Pavement Marking(STOP) 22 ft.2 Vaqueros Ave Tormey Ave 12"White 18 ft. Vaqueros Ave Hawthorne Dr Detail 1 149 ft. Vaqueros Ave Fourth St Detail 1 1565 ft. Vaqueros Ave Fourth St Detail 22 410 ft. Vaqueros Ave Fourth St (2)Pavement Marking(SLOW) 46 ft.2 Vaqueros Ave Seventh St Detail 1 799 ft. Vaqueros Ave Seventh St (2)Pavement Marking(SCHOOL) 70 ft.2 ' Vaqueros Ave Seventh St Pavement Marking(SLOW) 23 ft.2 Vaqueros Ave Seventh St (2)Pavement Marking(XING) 42 ft.2 Vaqueros Ave Investment St 12"White 21 ft. Vaqueros Ave Investment St (2)Pavement Marking(STOP) 44 ft.2 Vaqueros Ave Investment St 12"White 19 ft. Vaqueros Ave Third St Detail 22 248 ft. 11 of 11 � APPENDIX C ' Encroachment Permit Applications ENCROACHMENT PERMIT NO. c� � City of Martinez, 525 Henrietta Street,Martinez,CA 94553-2394 V y A, PERMIT EXPIRES PROJECT LOCATION FILE NO. RECEIPT NO. PLAN CHECK FEE$ APPLICANT INSPECTION FEE$ ADDRESS TOTAL$ CITY ZIP CLEANUP DEPOSIT$ PHONE POSTED BY CONTRACTOR PERMIT EXTENSION: ADDRESS APPROVED BY CITY ZIP EXTENDED TO CONTACT PERSON FEE PHONE EMERPH. ' INSURANCE BOND INFORMATION Applicant's Insurance Carrier: Liability Policy No.: ' Policy Expiration Date: Amount of Coverage,: $ City as"Additional Insured"Required I have read,understand,and agree to comply with the Encroachment Permit rules and regulations as stated on the reverse side of this permit. I further agree to comply with the City of Martinez's Standard Specifications,City Ordinances and ' Transportation Division requirements and conditions. Applicant's Signature: Date: PLEASE READ THIS PERMIT CAREFULLY. KEEP IT AT THE WORK SITE. PHONE 925-372-3596 AT LEAST TWO WORKING DAYS BEFORE YOU START WORK. *************SEE REVERSE SIDE OF PERMIT FOR STANDARD REQUIREMENTS************* Description of Work and Additional Requirements: CONDITIONS: ADDITIONAL CONDITIONS ATTACHED: ? YES ?NO I HAVE READ AND CONCUR WITH THE CONSTRUCTION COMPLETED/BOND RELEASE OK: REQUIREMENTS OF THIS PERMIT. APPLICANT DATE INSPECTOR DATE PERMIT APPROVED FOR CONSTRUCTION PERFORMANCE SECURITY RELEASED: BY: BY: WHITE—file YELLOW—inspector PINK—applicant I. GENERAL REQUIREMENTS 1. WORK MUST BE INSPECTED—Call Engineering Inspection,372-3596,at least 48 hours before starting or resuming work. City , inspection is required prior to placement of final backfill on street work and prior to any concrete or asphalt placement. Work done without inspection may have to be removed or performed again with inspection;also a stop work order may be issued. 2. PROTECTION—Provide and maintain sufficient barricades,lights,signs,flagman and other safety measures to protect the public,in accordance with City's WATCH Manual of Warning Signs,Lights and Devices. Cleanup deposit may be used without notice should signing not meet the requirements of said manual. 3. TRAFFIC—A City street may not be closed to public traffic without the approval of the City Council. Detours,lane and sidewalk closures ' shall require a written traffic control plan approved by the City Engineer. 4. STANDARDS—Work shall be in accordance with the APWA Standard Specification Green Book,the City of Martinez Standard Special Provisions and Drawings. 5. UTILITIES—Utility relocation is the responsibility of the applicant. Utility locations are shown for informational purposes only. Applicant is responsible to verify location in the field. 6. UNDERGROUND SERVICE ALERT—Telephone 800-227-2600. Contact at least 48 hours prior excavating in the City right of way. 7. HOURS OF WORK—Work shall not begin before 8:00 A.M.and shall not continue later than 5:00 P.M.with working days restricted to Monday through Friday,unless otherwise specified by the City. ' 8. LIABILITY AND INSURANCE—All work shall be in accordance with the Martinez Municipal Code and other applicable codes. Except for city's sole negligence,willful misconduct or active negligence,applicant agrees to indemnify,defend,release and save harmless City, its officers and employees from and against any and all claims,liabilities,actions,damages or penalties by any person including applicant, , his/her employees and agents for any personal injury,death or damage to property from any cause whatsoever arising out of or in connection with work pursuant to this permit. Applicant shall so indemnify City regardless of:City's approval of plans or inspection,any limitation on the amount or type of damages or compensation payable by or for applicant under workers compensation,disability or other employee benefit acts,or the terms,applicability or limitations of any insurance held by applicant. The applicant shall file with the City certificates of required insurance coverage. The City shall be included as an additional insured by certificate or separate endorsement. ' 9. DEPOSIT—In order to minimize traffic hazards and public nuisance,arising out of applicant's development,applicant shall ensure that adjacent properties and improved surfaces of surrounding streets stay free and clear of silt,tracked mud,dust,etc.,coming from or in any way related to applicant's project and its development. Applicant grants City the right to take or cause to be taken,without prior notice to applicant,immediate corrective action,including,without limitation,utilizing applicant's cleanup deposit. II. SPECIAL REQUIREMENTS—(See City Standard Special Provisions and Drawings for Detailed Requirements) 1. TRENCH EXCAVATION—Do not start until pipe and other material are at the site. Open up only that length of trench which can be backfilled the same day. Shoring shall comply with'"French Construction Safety Orders"of the California State Industrial Accident Commission. Pavement shall be scored to neat lines and removal shall not cause damage to pavement outside the scored lines. Excess excavated material shall be removed immediately from the site. No open trenches or excavating should be allowed overnight. Steel plates may be used as approved by City Engineer for temporary use only. 2. COMPACTION TESTS-Tests shall be required prior to placing aggregate base and again prior to placing asphaltic concrete. Failed tests will require retesting at applicants expense. 3. RESTORATION—The applicant shall restore the construction site to its original condition including the repair or replacement of traffic signs,posts,striping,landscaping and other improvements prior to acceptance of work. 4. CONCRETE REMOVALS—Existing concrete curb,gutter and/or sidewalk to be removed or required to be removed by the City for new improvements shall be saw cut at next nearest expansion joint or score mark. A form board must be used at the gutter lip and the pavement restored with asphaltic concrete. The new sidewalk and curb shall be dowelled. 5. TEMPORARY PAVING—Temporary paving(or permanent paving)shall be placed at the end of each work day. Temporary pavement shall be 1-1/2-inch minimum thickness and shall be replaced within two weeks with permanent pavement. If not done in two weeks,it may be done by City forces and the owner will be charged the cost plus appropriate overhead expenses. 6. BASE AND PAVEMENT REPLACEMENT—The roadway structural section shall be replaced as stated on the permit;otherwise, replacement shall be in kind except that the minimum replacement shall be three(3)inches of asphalt concrete and six(6)inches of Class 2 (CalTrans)Aggregate Base. 7. EQUIPMENT—All construction equipment used or traveling over paved surfaces must be equipped with rubber wheels unless specifically ' authorized by the City Engineer. r .STATE OF CALIFORNIA,DEPARTMENT OF TRANSPORTATION ENCROAC11MENT PERMIT GENERAL PROVISIONS TR-0045 (REV.05/2007) 1. AUTHORITY: llic 0cpartmcnt's authority to issue encroachment law,from the Public Utilities Commission of the State of California permits is provided under,Div.1,Chpt 3,Art.1,Sect.660 to 734 of '(PUC), California Occupational Safety and Health Administration the Streets and Highways Code, (Cal-OSHA),or any other public agency having jurisdiction. ' 2. REVOCATION: Encroachment permits are revocable on five days 13, PEDESTRIAN AND 'BICYCLIST SAFETY: A safe minimum notice unless otherwise stated on the permit and except as provided by passageway of 4'shall be maintained through the work area at existing law for public corporations, franchise holders, and utilities. These pedestrian or bicycle, facilities, At no time shall pedestrians be General Provisions and the Fricroaeltmcnt Permit Utility Provisions diverted onto a portion of the street used for vehicular traffic. At are subject to modification or abrogation at any time.Permittees'joint locations where safe alternate passageways cannot be provided, use agreements, franchise rights, reserved rights or any other appropriate signs and barricades shall be installed at the limits of agreements for operating purposes in State highway right of way are construction and in advance of the limits of construction m the nearest exceptions to this revocation. crosswalk or intersection to detour pedestrians to facilities across the street. Attention is directed to Section 7-1.09 Public Safety of the 3. DENIAL FOR NONPAYMENT OF FEES: Failure to pay permit Department Standard Specifications, fees when due can result in rejection of future applications and denial ofpermits. 14. PUBLIC TRAFFIC CONTROL:As required by law,the permittee shall provide traffic control protection warning signs, lights, safety 4. ASSIGNMENT: No party other than the pctmittcc or pci•mittee's devices, etc., and take all other measures necessary for traveling authorized agent is allowed to work under this permit, public's safety.While providing traffic control,the needs and control of all road users (motorists, bicyclists and pedestrians, including 5. ACCEPTANCE OF PROVISIONS: Permittee understands and persons with disabilities in accordance with the Americans with agrees to accept these General Provisions and all attachments to this ,Disabilities Act of 1990(ADA))shall be an essential pan of the work permit,for any work to be performed under this perrhit, activity" 6. BECINNING OF WORK, When traffic is not impacted (see Bay and night time lane closures shall comply with the California Number 35), the permittee shall notify the Department's Manual on Uniform""traffic Control Devices (Part 6, Temporary representative,two(2)days before the intent to start permitted work. Traffic Control), Standard Plans, and Standard Specifications for Permittee shall notify the Department's Representative if the work is traffic control systems.'these General Provisions are not intended to to be interrupted for a period of five (5) days or more, unless impose upon the permittee,by third parties,any duty or standard of otherwise agreed upon, All work shall be performed on weekdays care,greater than or different from,as required by law. during regular work hours, excluding holidays, unless otherwise ' specified in this permit. 15. MINIMUM INTERFERENCE WITH TRAFFIC: Permittee shall plan and conduct work so as to create the least possible inconvenience 7. STANDARDS OF('ONSTRI)M. ON:All work performed within to the traveling public: traffic shall not be unreasonably delayed.On highway right of way shall conform to recognized construction conventional highways, permittee shall place properly attired standards and current Department Standard Specifications, flaggcr(s)to stop or warn the traveling public in compliance with the Department Standard Plans High and Low Risk Facility California Manual on Uniform Traffic Control Devices (Chapter 6E, Specifications, and Utility Special Provisions. Where reference is FlaggerControl). made to"Contractor and Engineer,"these are amended w be read as "Pcrmittec and Department representative." 16. STORAGE OF EQUIPMENT AND MATERIALS: The storage of equipment or materials is not allowed within State highway right-uf- R. PLAN CHANGES: Changes to plans, appro a apprions,oval and permit way, unless soecifled within the Special Provisions of this specific right-'Jr- provisions are not altowcd without prior approval from the State representative. encroachment permit, If Enerauchment Permit Special Provisions allow for the storage of equipment or materials within the State right of way, 9. INSPECTION AND APPROVAL: All work is subject to the equipment and material storage shall comply with Standard monitoring and inspection. Upon completion of work,permittee shall Specifications, Standard Plans, Special Provisions, and the Highway request a final inspection for acceptance and approval by the Design Manual. The clear recovery zone.widths must be followed and Department. The local agency permittee shall not give final construction approval to its contractor until final acceptance and am the minimum desirable for the type of facility indicated below: approval by the Department is obtained. freeways and expressways-30',conventional highways(no curbs)-20', conventional highways(with curbs)— 1,51. If a fixed object cannot be lo. PERMIT AT WORKSITE:Permittee shall keep the permit package eliminated, moved outside the clear recovery zone, or modified to be or a copy thereof,at the work site and show it upon request to any made yielding,it should be shielded by a guardrail or a crash cushion. Department representative or law enforcement officer. if the permit package is not kept and made available at the work site,the work shall 17, CARE OF DRAINAGE.: Permittee shall provide alternate drainage be suspended. for any work interfering with an existing drainage facility in ' 11. CONFLICTING ENCROACHMENTS: Pct,nittco shall yield start compliance with the Standard Specifications,Standard Plans and/or as directed by the Department'srcprescntative. of work to ongoing,prior authorized,work adjacent to or within the limits of the project site. When existing encroachments conflict with 18 RESTORATION AND REPAIRS IN RIGHT OP WAY;Permittee new work,the permittee shall bear all cast for rearrangements;(e.g., is responsible for restoration and repair of State highway right of way relocation,alteration,removal,etc.)." resulting from permitted work (State Streets and Highways Codc; 12. PERMITS FROM OTHER AGENCIES:This permit is invalidated Sections 670 et.seq.). If the pertrtittee has not obtained all permits necessary and required by 19. RIGHT OF WAY CLEAN UP: Upon completion of work, project construction work done ort State properly will riot be directly permittee shalt remove and dispose of all scraps, brush, timber, funded and paid by State, for the purpose of protecting stop notice materials, etc, off the right of way. The aesthetics of the highway claimants and the interests of State relative to successful project shall be as it was before work started, completion, the local agency permittee agrees to require the ' bond 20. COST OF WORK Unless stated in the permit or a scpacate written construction contractor furnish both a payment and performancein the local agency's name with both bonds complying with the agreement,the permittee shall bear all costs incurred for work within requirements set forth in Section 3-1,02 of State's current Standard the State right of way and waives all claims for indemnification or Speciticartions before performing any project construction work.The ' contribution from the State. local agency permittee shall defend,indernnify,and hold harmless the State,its officers and employees from all project construction related 21. ACTUAL, COST BILLING: When specified in the permit, the claims by contractors and all stop notice or mechanic's lien claimants. Department will bill the permittee actual costs at the currently set The local agency also agrees to remedy, in a timely manner and to hourly rate for cncroacllment permits. State's satisfaction, any latent defects occurring as a result of the ' 22 AS-BUILT PLANS: When requiredproject construction work, eq ,permittee shall submit one(1) set of folded as-built plans within thirty (30) days after completion 25. FUTURE MOVING OF INSTALLATIONS:Permittee understands and approval of work in compliance with requirements listed as and agrees to relncatc a permitted installation upon notice by the follows: Department. Unless under prior property right or agreement, the permittee shall comply with said notice at his sole expense. 1.Upon completion of the work provided herein, the permittee shall send one vellus,or paper set of As-Built plans, to the 26. ARCHAEOLOG1CALIHISTORICAL: if any archaeological or State representative. Mylar or paper sepia plans are not historical resources are revealed in the work.vicinity, the permittee acceptable. shall immediately stop work,notify the Department's representative, 2.All changes in the work will be shown on the plans,as issued retain a qualified archaeologist who shall evaluate the bite,and make with the pen-nit,including changes approved by Encroachment recommendations to the Department representative regarding the Permit Rider. continuance of work. 3.The plans are to be stamped or otherwise noted AS-BUILT by the perm ittee's representative who was responsible for 27. PREVAILING WAGES:Work performed by or under a permit may overseeing the work.Any original plan that was approved with require permiuec's contractors and subcontractors to pay appropriate a State stamp, or Caltrans representative signature, shall be prevailing wages as set by the Department of Industrial Relations. used for producing the As-Built plans. Inquiries or requests for interpretations relative to enforcement of , 4.If As-Built plans include signing or striping, the dates of prevailing wage requirements are directed to Slate of California signing or striping removal,relocation,or installation shall be Department of industrial Relations, 525 Golden,Gate Avenue, San shown on the plans when required as a condition of the permit, Francisco,California 94102. When the construction plans show signing and striping for ' staged construction on separate sheets,the sheet for each stage 28. RESPONSIBILITY FOR DAMAGE: The State of California and shall show the removal,relocation or installation dates of the all officers and employees thereof, including but not limited to the appropriate staged striping and signing Director of Transportation and the Deputy Director, shall not he 5.As-Built plans shall contain the Permit Number,County,Route, answerable or accountable in any manner for injury to or death of any and Post Mile on each sheet. person,including but not limited to the permittee,persons employed , 6.Disclaimer statement of any kind that differ from the by the permittee, persons acting in behalf of the permittee, or for obligations and protections provided by Sections 6735 through damage to property from any cause, The permittee shall be 6735.6 of the California Business and Professions Code,shall responsible for any liability imposed by law and for injuries to or not be included on the As-Built plans. Such statements death of any person, including but not limited to the permittee, constitute non-compliance with Encroachment Permit persons employed by the permittee, persons acting in behalf of the requirements, and may result in the Department of permittee, or for damage to property arising out of work, or other Transportation retaining Performance Bonds or deposits until activity permitted and done by the permittee under a permit,or arising proper plans are submitted.Failure to comply may also result in out of the failure on the pemlittee's par(to perform his obligations denial of future permits, or a provision requiring a public under any permit in respect to maintenance or any other obligations, agency to supply additional bonding. or resulting from defects or obstructions, or from any cause whatsoever during the progress of the work,or other activity or at any 23. PERMITS FOR RECORD PURPOSES ONLY:When work in the subsequent time,work or other activity is being performed under the. right of way is within an arca under a Joint Use Agreement(JUA)or a obligations provided by and contemplated by the permit. Consent to Common Use Agmcmelmt(CCUA),a fee exempt permit is issued to the permittee for the purpose of providing it notice and The permittee shall indemnify and save harmless tate. State of record of work. The Pennittee's prior rights shall be preserved California, all ufficers, employees, and State's contractors, thereof, without the intention of creating new or different rights or obligations. including but not limited to the Director of Transportation and the "Notice and Record Purposes Only"shall be stamped across the face Deputy Director,from all claims,suits or actions of every name,kind ' of the permit. and description brought for Oran account of injuries to or'death of any person,including but not limited to the permittee,persons employed 24. 13ONDING: The pormittec shall file bond(s), in advance, in the by the permittee, persons acting in behalf of the permittee and the amount set by tho Department. Failure to maintain bond(s)in full public,or damage to property resulting from the performance of work ' force and effect will result in the Department stopping of all work and or other activity under the permit,or arising out of the failure on the revoking perinit(s).Bonds are not required of public corporations or permittee's part to perform his obligations under any permit in respect privately owned utilities, unless permittcc failed to comply with the to maintenance or any other obligations,or resulting from defects or provision and conditions under a prior permit.The surety company is obstructions,.or from any cause whatsoever during the progross of the ' responsible for any latent defects as provided in California Code of work, or other activity or at any subsequent time, work or other Civil Procedures, Section 337,15. Local agency permittee shall activity is being performed under the obligations provided by and Comply with requirements established as follows: In recognition that contemplated by the permit,except as otherwise provided by statute. ' The.gifting of public propertyuse and therefore public funds is The duty of the permittee to indemnify and save harmless includes the prohibited under clic California Constitution,Article 16. ' duties to defend as set forth in Section 2778 of the Civil Code.The permittee waives any and all rights to any type of expressed or 34. HELD WORK REIMBURSEMENT: Permittee shall reimburse implied indemnity against the State,its officers,employees,and State State for field work performed on permittee's behalf to correct or contractors, it is the intent of the parties that the permittee will remedy hazards or damaged facilities,or clear debris not attended to indemnity and hold harmless the State; its officers, employees,and by the permittcc. ' State's contractors, from any and all claims, suits or actions as set forth above regardless of the exisleaec or degree of fault or 35. NOTIFICATION OF DEPARTMENT AND TMC:The permittee negligence,whether active or passive,primary or secondary,on the shall notify the Department's representative and the Transportation part of the State,the permittee,persons employed by the permittee,or Management Center (TMC) at least 7 days before initiating a lane ' acting on behalf of the permittee. closure or conducting an activity that may cause a traffic impact. A confirmation notification should occur 3 days before closure or other For the purpose of this section, "State's contractors" shall include potential traffic impacts.In emergency situations when the corrective contractors and their subcontractors under contract to the State of work or the emergency itself may affect traffic, 1TAC and the California performing work within the limits of this permit. Department's representative shall be notified as soon as possible. ' 29. NO PRECEDENT ESTABLISHED:Phis permit is issued with the 36. SUSPENSION OF TRAFFIC CONTROL OPERATION: The understanding that it does not establish a precedent permittee,upon notification by the Department's representative,shall immediately suspend all lane closure operations and any operation 30. FEDERAL CIVIL RIGHTS REQUIREMENTS FOR PUBLIC that impedes the flow of traffic. All costs associated with this ACCOMMODATION: suspension shall be borne by the permittee. A. The pcnnittcc,for himself,his personal representative,successors in interest,and assigns as part of the consideration hereof,does hereby 37. UNDERGROUND SERVICE ALERT(USA) NOTIFICATION: covenant and agree that: Ally excavation requires compliance with the provisions of 1.No person on the grounds of race,color,or national origin shall be Government Code Section 4216 et.seq.,including,but not limited to excluded from participation in, be denied the benefits of, or be . notice to a regional notification center,such as Underground Service otherwise subjected to discrimination in the use of said facilities, Alert(USA).The permittee shall provide notification at least 48 hours 2.That in connection with the construction of any improvements on beftrre performing any excavation work within the right of way, said lands and the furnishings of services thereon,no discrimination shall be practiced in the selection and retention of first-tier subcontractors in the selection of second-tier subcontractors. 3.That such discrimination shall not be practiced against the public in their access to and use of the facilities and services provided for ' public accommodations(such as caring,sleeping,rest,recreation),and operation on,over,or under the space of the right of way. 4. That the permittee shall use the premises in compliance with all other requirements imposed pursuant to Title 15, Code of Federal Regulations,Commerce and Foreign Trade, Subtitle A.Office of the Secretary of Commerce, Part 8 (15 C.F.R.'Part 8) and as said Regulations may be amended. 5.That in the event of breach of any of the above nondiscrimination covenants,the State shall have the right to terminate the permit and to re-enter and repossess said land and the land and the facilities thereon, and hold the same as if said permit had never been made or issued. 31. MAINTENANCE OF HIGHWAYS: The permittee agrees, by acceptance of a permit,to properly maintain any encroachment.This assurance requires the permittee to provide inspection and repair any damage,at permittee'%expense,to State facilities resulting from the encroachment. ' 32. SPECIAL EVENTS: In accordance with subdivision (a)of Streets and Highways Code Section 682.5,the Department of Transportation shall not be responsible for the conduct or operation of the permitted activity, and the applicant agrees to defend, indemnify, and hold harmless the State and the city or county against any and all claims arising out of any activity for which the permit is issued. Permittee understands and agrees that it will comply with the obligations of Titles 11 and 111 of the Americans with Disabilities Act ' of 1990 in the conduct of the event,and further agrees to indemnify and save harmless the State of California,all officers and employees thereof, including but not limited to the Director of Transportation, from any claims or liability arising out of or by virtue of said Act, 33, PRIVATE USE OF RIGHT OF WAY:Highway right of way shalt not be used for private purposes without compensation to the State. TOTAL P.07 r pRp PLpN �11 V-0 Np0 20 o6 S�p g a N N 00ZA U lrll• • •d�� i � � O• g � M JY i1 Z � •L���.Y ji L G GO �� G° T Q `G � O Z 9 `- fi fi _ c° _ _zegs %ter a uo LL 1{ p v 'z %•� a)r Yd $l • y w to Om t�a E ~pp°D Om r v Wi O C�a b 'Q, L G> •G i N ot"4qpEN`°aog g`g n • `N N A \\ O N °v O G N O \ G G G o E o p <N N . G O • O • pp O Q \ • d 0 0 N n m LOO ?g PO ' G a • d OHO 5 G Og r %p O� °HO to r. • � �, W�i�Nn'�'O _�Nm %? T On OJOY 60 j \Y G E l O q 1pS V \ n5 p g E G° OJ� La P�. NCp`•'d� LS N x • Opp..Y� O u V G G°m ON%O p J o- +W 4 • °p� •i o� uoz� may -•� ` � o �rrp o e•oc $J mo g�oV °pp\�• N on mm� � EYYgg@ LL W� bio �'• N • CZ ��O V. Yg� P O ?N �' •l N Opp p,...d d' �.. oy'in to \ •Cp Yy\g a.� p 7 L • �� O S O , �j @�� 9 O O ~�Ga n0 @ ` �°� N U J 4° n GOP °rNeN• J O�U \N °>pyx g o."-�5 m. `rn a o g c�a •sy •o: s ` qQmgp g g o° �L�w� •�gdu • Ja O� pOn aP:y NO Nd 0' O�`Ij>O r tj J OOpfOn %00�� 20 YP 'TWJD ayi PN�pO-%�i•O�y U@@\' WdO ppO OgY�V e0 \ r Gg •ifir°D a6YO 30 G a\•` 'to QE • ski �� •im �SrgD� a \ psi O f m a0 WOm n 1L JN �\ Li• d N 220 Xnerdachment Permit Work Schedulin<r Request Form tam tlbmit request to schedule traffic;control weekly,"I days in advance, using this form. Submit to Permit Duty-Station by FAX., 510-286-3960, or E-Mail: Notify inspector listed on page I or 2 ofyour Permit. heck Permit Special Provisions fior authurized work hours. Any deviation from the Permit must be requested in w•ritirrg. NSTRUCTIONS AND ABBREVIATIONS. See Procedures on reverse of this form(page 2). 1. Permit No.: —__ _._._...---------.---_- ----------- ....... ._——...__..2..Expir•ation Date:-- - _- I Request Date:---------- Caltrans Inspector: - 5. Requested Work Week: __....---...._..__..._...to_..._._._.._............. Route: 7. County: .. ---....----._...- -- ----- ....- --$. City or township....----- - ---------- - --------- 9. �_]PostMiles or❑Kilopost: From: _To: _ _ 10. Existing-Lanes (in each Dir): Dir _ Lns.. . !Dir _Lns - - 1. Describe Location(use landmark if necessary): From:_ _ -_ ......— _--To:......—__........... --- 12 Narne of Conventional Highway or SUrface St: 13. (a throw h k)Fill in or `x' if applicable: (a)(_ ]Divided Hw or ❑ Undivided Hw}�(b) ❑ Full-Closure L] 1 dir or❑ both dir (c)[]One=wad Traffic Control:.Only on"Undivided" Hwy (Alternate use of same lane for both directions..-hold trfc 5.10 min wiflaggers) (d)❑Connector Ramp. (State Highway#)_ _ to (State Highway#) _ Closed ❑ or Lane#__ — (e)❑Off/rantp-(Freeway to City St) Ramp Name:_— _ _ Off/ramp Closed[]or Lane#: ' (f)❑On/ramp: (City St to Freeway) Ramp Name: _V _ On/ramp Closed (]or Lane#: __— (g)❑Diyert Trfc or Contra Flow: Reconfigure lanes/divert trfe to Lane#___.in the Direction;-___Lane(s)open ea direction. (h)❑Intermittent Traffic Control_,(i)❑Various Locations-0)[]Long-Term(24+hours continuous)ETO k Year: ^_ Time Dir * * * * * * Restricted Lanes * * * * * * Brks Closure ID# From To DAYS) 244111 CLOCK NB sl3 Fall SH Aux .TUR ss to Caltrans . Closu _— CD DATE DATE sL'-.M-'1'-w• Start Finish sec. V or or Pack li Roll wilt compte[e& 1Q.97 1Q_98 1,13 w13 Deour L R 1 2 3 4 5 6 L Coll Med 1 R Strip Min in return TFI-F-SA ( ) ( ) P - S 14. Description of work/comments: 15. Detour(Required for full closure): t16. Contingency Plan:. 11111117.On-site during work(circle;fappticable) CHP / PD / Other: 18. Name: Permittee: Contractor(if different than permittee): Address: On-site— — Niime: — i Name: Personnel Office: office: Contact IName(s) Cell: ------ Cell: & __ i9ermittee hone No. FAX: FAX: T f4�TRUCTIONS pLF.ASF MAKE y�R FIELD P .Rl� SnNNELAWARE&RL9PDN BLE;shall STATUS scheduled work DAILY via Caltrans 24-Hour Communication Center at 510-286-6359. Status using Closure ID No(s)at the start of work,(10-97),and again when work is finished for the day,(10-98). To cancel(10-22),phone i10-286-6.359 or fax to 510-286-6358 before the scheduled 10-97 time,but no later than I hour prior to the scheduled 10-98 nie. Any delay in picking up your closure must be reported immediately to 510-286-6359 or Permit Inspector. See item 9,on reverse/page 2. Office of Permits/Office of Traffic Management Page 1 of 2 Revised 07-21-05 ENCROACHMENT PERNUT WORK SCHEDULING PROCEDURES 1. INSTRUCTIONS: Fill in blanks or check appropriate boxes. Attach maps or diagrams, if , available. Enter beginning day through ending day of work week(M-T-W-TH-F-SA-SU). Month/Day: Enter month (1-12)and day (1-31)of requested week. Start 8t Finish Time: Use 24 hour clock format.Read page 2 of your Permit Sp4cial Provisions for hours & days allowed Separate lane closure #'s are required for each direction and facility. Use separate line for each. Lanes are numbered in direction of travel from left to right, excluding turn pockets; left being#1 or"fast lane". Check boxes under RESTRICTED LANES to indicate lanes or parts of highway to be closed "VL"(Various Lanes).may be checked with note in Comments Section stating number of lanes to remain open at all times. , 2. ABBREVIATIONS: Aux=auxiliary, CD=Center Divide; COII=Collector; Conn=Connector, Contra Flow lose l direction of traffic and divert to lane(s) in opposite direction or a turn lane. Day of Week=(M-T-W-TH-F-SA-SU); Dir--Direction (NB=North, SB=South,WB=West, or 913=East); F/L fog line; Lns=Lanes; L--Let- Merl= Median; ' Off/R=Off-Ramp; On/R=On-Ramp; Park Strip-Parking area parallel to lane; Pckt=Pocket; Roll-Rolling(for closure such as sweeping);R=Right;Shidr=Shoulder;SR--State Route;V/L=Various Lanes;V/Loc=Various Locations. 3. Requests for scheduling shall be submitted on this form via FAX to 510-286-3960, or, via E-Mail to , Perinil Duty Engineetr dot.ca.gov, or,through the designated State Representative(page l of permit). 4. All permitted work (with or without traffic control) is subject to advance scheduling on this form, seven (7)days in advance of the work week requested.Submittals and approvals shall continue on a weekly basis. ' 5. If work begins weekly on Sunday,the work week shall be Sunday through Saturday. If work week begins on Monday,the work week shall be Monday through Sunday. 6. Incomplete, illegible,or inaccurate requests may be returned for correction. Assistance for completing the request may be obtained from the designated State Representative. 7. Every attempt will be made to return timely requests with closure ID or work authorization numbers,to the Permittee by close of business on Thursday, prior to the scheduled work week When deemed necessary to ensure public convenience, Caltrans may deny and/or reschedule the request. 8. All requests must include a contingency plan for restoring public traffic (i.e. reopening of a closed lane, ramp and/or shoulder) in the event of(1) CHP or the local authority requires opening due to an unforeseeable incident in the nearby vicinity, or (2) permitted experiences an equipment breakdown, shortage of or lack of production materials or any other ' failure which would otherwise delay restoring public convenience within the time limits specified in the permit. The contingency plan shall include availability of any proposed standby equipment and stockpiled materials that can be utilized for the immediate opening of closures when ordered by the State representative. Acceptance of the contingency plan by the ' Engineer shall not relieve the Contractor from the requirement of opening the restricted travel way to accommodate public traffic as specified in the lane closure hour's section of the permit provisions. 9. Caltrans will review and process the request by entering all information into the State-wide Lane-Closure System(LCS). This process generates a work authorization number*. This number will be.entered on the request form and returned to ' Permittee as approval to proceed AND will be used to"Real-Time Status"on a daily basis. Permittee shall communicate with Caltrans 24-hour District Communication Center(DCC)via telephone at 510-286-6359 twice daily when working, or once daily if cancelled. ' a. When work begins(first cone down),Permittee shall contact Caltrans DCC and relay: "1Closure ED#*) Is 10-97". b. When work ends(last cone removed),Permittee shall contact Caltrans DCC and relay:"(Closure W#*1 is 10-98". ' c. If the work is cancelled on any scheduled day,Permittee shall contact Caltrans DCC and relay; "Mosure ID#*1 Is 10.22". A"10-22"(cancellation)can be phoned at anytime before the scheduled"10-97"time, but no later than 1 hour prior to scheduled"10-98"time.You may be asked to fax confirmation of"10-22"to the DCC FAX at 510-286-6358. ' d. During the work,any unexpected occurrences including delayed openings,accidents,etc.,shall be communicated to Caltrans DCC @ 510-286-6359,immediately. Avoid possible miscommunication when calling status.Use the FRMETIC ALPHABET to state your Closure ID: A=Adam,B=Boy,C=Charles,D=David,E=Edward,F=Frank,G=George,B=Henry,I-Ida,J=John,K=King, L = Lincoln, M= Mary, N =Nora, O = Ocean, P = Paul, Q= Queen, R= Robert, S= Sam,T = Tom, U = Union, V=Victor, W=William, X=X-ray,Y=Yellow,Z=Zebra. Example:P82CA="Paul 82 Charles Adam" , 10. The intent of these procedures is to help ensure public convenience by identifying planned closures on the State Highway system,resolving potential conflicts,and disseminating all available"REA1,TIME"information,via the traffic media to all motorists, including but not limited to the public,CHP,local police and sheriff's' office,and emergency fire and rescue ' personnel. * *riwune ID number"Is die same w "'wont andwAkadon number" Page 2 of 2 Revised 7.21-03 , Contra Costa County pmmw Public Works Julia R. Bueren, Director Deputy Directors DR.Mitch Avalon.Brian M.Balbas e p a r t m e n t Stephen Kowalewski. Patricia McNamee July 10, 2008 VIA FEDEX lJ Mr. Che Corlett o- Graham Contractors, Inc. 860 Lonus Street San Jose, CA 95126 - Project Name: 2008 Slurry Seal Project No. 0672-6U2849-08 Dear Mr. Corlett: Enclosed is your copy of the approved contract for the 2008 Slurry Seal, Project No. 0672-6U2849-08. This is your Notice to Proceed as set forth in Section 4 of the project "Notice to Contractors and Special Provisions." The first chargeable working day shall be July 14, 2008. The Resident Engineer assigned to this project is Vendon McLeod, who may be reached at (925) 595-6012 or the County office at (925) 313-2320. Sincerely, ......... Kevin Egh Assistan Public orks Director Construction Division KE:jd:kg G:\CONST\PROJECTS&MISC\2008\2008 SLURRY SEAL\NOTICE TO PROCEED.DOC c: V. McLeod, Resident Engineer J. Dowling, Construction Survey Section Materials and Testing Division Maintenance P. Denison,,Finance Division, w/copy of Contract, W-9, Insurance, Outreach package Clerk of the Board,w/copy of Contract, Bonds and Insurance(originals) Auditor-Controller, w/copy of Contract 'Accredited by the American Public Works Association" 255 Glacier Drive Martinez,CA 94553-4825 TEL: (925)313-2000• FAX: (925)313-2333 www.cccpublicworks.org f• v CONTRACT(Page 1 of 4) (Contra Costa County Standard Form Construction Agreement) I.SPECIAL TERMS. These special terms are incorporated below by reference. (See Secs.2,3) Parties: Public Agency-- Contra Costa County Contractor-- Graham Contractors Inc. Use complete legal name of Contractor. Effective Date: April 22, 2008 (see Section 4 for starting date.) (See Sec.3) Project Naive 2008 Slurry Seal Project.No. 0672-6U2849-08 located in the Morgan•Territory, Clayton, Concord, Martinez, and the Rodeo areas The work consists of cleaning road surface, including weed removal and sweeping, removing pavement striping and markings, applying Type II slurry seal, site cleanup and placing thermoplastic striping and pavement markings. . All in accordance with the Plans,Drawings,Special Provisions and/or Specifications,prepared by or for the Public Works Director and in accordance with the accepted Bid Proposal. (Sec Sec.4) Completion Time: Within 40 working days from starting date. (Sec Sec.5) Liquidated Damages: $1,000.00 per day,for each and every calendar day delay in finishing the work in excess of the number of working days prescribed above. If the delay in finishing the work proceeds past October 15,2008,then the Contractor shall pay to the Agency the additional amount of 5500.00 per day($1,500.00per day total)until November 1,2008,at which point the Contractor shall pay to the Agency another additional amount of $500.00 per day($2,000.00 par day total)until the work is finished. (See Sec.6) Public Agency's Agent: Public Works Director (See Sec.7) Contract Price: $ 824,660.21 more or less,in accordance with finished quantities at unit bid prices. 2.SIGNATURES&ACKNOWLEDGEMENT. s ` Public Agency,By: Julia R. ueren, Public Works Director or designee Conti-actor,hereby also certifying awareness of and compliance with Labor Code Sections 1861 and 3700 concerning Workers'Compensation Law, By:��/,� / %� Official Capacity:David Graham, Vice President (sign ure) (fill in) By: Official Capacity: (signature) (fill in) Note to Contractor: For corporations,the contract must be signed by two officers. The first signature mustbe that of the chairman of the board,president or vice president;the second signature must be that of the secretary,assistant secretary,chief financial officer or assistant treasurer. (Civil Code,Section 1 190 and Corporations Code,Section 313.) The acknowledgment below must be signed by a Notary Public. CERTIFICATE OF ACKNOWLEDGMENT State of California ) ss. County of Santa Clara ) On May 6, 2008 before me,the undersigned notary public,personally appeared David Graham who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument theperson(s),or the entity upon behalfof which the person(s)acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. TONY D.GULBRAA Commission# 1522402 Notary Public-California > /�/� Z Santa Clara County A01 ���w� My Comm.Expires Oct 28,2008 w � 3.WORK CONTRACT,CHANGES. (a) By their signatures in Section 2,effective on the above date,these parties promise and agree as set forth in this contract, incorporating by these references the material in Section 1,SPECIAL TERMS. (b) Contractor shall,at his own cost and expense,and in a workmanlike manner,fully and faithfully perform and complete the work;and will furnish all materials, labor,services and transportation necessary,convenient and proper in order fairly to perform the requirements of this contract,all strictly in accordance with the Public Agency's plans,drawings and specifications and in accordance with the accepted bid proposal. (c) 'Ilie work can be changed only with Public Agency's prior written order specifying such change and its cost agreed to by the parties;and the Public Agency shall never have to pay more than specified in Section 7,PAYMENT,without such an order. 4.TIME;NOTICE TO PROCEED. Contractor shall start this work as directed in the specifications or the Notice to Proceed;and shall complete it as specified in Section 1,SPECIAL TERMS. 5.LIQUIDATED DAMAGES. If the Contractor fails to complete this contract and this work within the time fixed therefor,allowance being made for contingencies as provided herein,he becomes liable to the Public Agency for all its loss and damage therefrom; and because, from the nature of the case, it is and will be impracticable and extremely difficult to ascertain and fix the Public Agency's actual damage from any delay in performance hereof,it is agreed that Contractor will pay as liquidated damages to the Public Agency the reasonable sum specified in Section 1,SPECIAL TERMS,the result of the parties'reasonable endeavor to estimate fair average compensation therefor,for each calendar day's delay in finishing said work;and if the same be not paid,Public Agency may,in addition to its other remedies,deduct the same from any money due or to become due Contractor under this contract. if the Public Agency for any cause authorizes or contributes to a delay,suspension of work or extension of time,its duration shall be added to the time allowed for completion,but it shall not be deemed a waiver nor be used to defeat any right of the Agency to damages for non-completion or delay hereunder. Pursuant to Government Code Section 4215,the Contractor shall not be assessed liquidated damages for delay in completion of the work,when such delay was caused by the failure of the Public Agency or the owner of a utility to provide for removal or relocation of existing utility facilities. 6.INTEGRATED DOCUMENTS. The plans,drawings and specifications or special provisions of the Public Agency's call forbids,and Contractor's accepted bid for this work are hereby incorporated into this contract;and they are intended to cooperate,so that anything exhibited in the plans or drawings and not mentioned in the specifications or special provisions,or vice versa,is to be executed as if exhibited,mentioned and set forth in both,to the true intent and meaning thereof when taken all together;and differences of opinion concerning these shall be finally determined by Public Agency's Agent specified in Section 1,SPECIAL TERMS. T PAYM ENT. (a) For his strict and literal fulfillment of these promises and conditions,and as full compensation for all this work,the Public Agency shall pay the Contractor the sum specified in Section 1,SPECIAL TERMS,except that in unit price contracts that payment shall be for finished quantities at unit bid prices. (b) On or about the first of each calendar month,the Contractor shall be paid for all work done through the 15th of the preceding calendar month,as determined by Public Agency,minus 10%thereof pursuant to Public Contract Code Section 9203,but not until defective work and materials have been removed,replaced,and made good. 8.PAYMENTS WITHHELD. (a) The Public Agency or its Agent may withhold any payment,or because of later discovered evidence nullify all or any certificate for payment,to such extent and period of time only as may be necessary to protect the Public Agency from loss because of: (1) Defective work not remedied,or uncompleted work,or (2) Claims filed or reasonable evidence indicating probable filing,or . (3) Failure to properly pay subcontractors or for material or labor,or (4) Reasonable doubt that the work can be completed for the balance then unpaid,or (5) Damage to another contractor,or (6) Damage to the Public Agency,other than damage due to delays. (b) The Public Agency shall use reasonable diligence to discover and report to the Contractor,as the work progresses,the materials and labor which are not satisfactory to it,so as to avoid unnecessary trouble or cost to the Contractor in making good any defective work or parts. (c) 35 calendar days after the Public Agency files its notice of completion of the entire work,it shall issue a certificate to the Contractor and pay the balance of the contract price after deducting all amounts withheld under this contract,provided the contractor shows that all claims for labor and materials have been paid,no claims have been presented to the Public Agency based on acts or omissions of the Contractor,and no liens or withhold notices have been filed against the work or site,and provided there are not reasonable indications of defective or missing work or of late-recorded notices of liens or claims against Contractor. 9. INSURANCE. Gabor Code Secs.1860-61)On signing this contract,Contractor must give Public Agency(1)a certificate of consent to self-insure issued by the Director of Industrial Relations,or(2)a certificate of Workers'Compensation insurance issued by an admitted insurer,or(3)an exact copy of duplicate thereof certified by the Director or the insurer. Contractor is aware of and complies with Labor Code Section 3700 and die Workers'Compensation Law. 10. BONDS. On signing this contract Contractor shall deliver to Public Agency for approval good and sufficient bonds with sureties,in amount(s)specified in the specifications or special provisions,guaranteeing his faithful performance of this contract and his payment for all labor and materials hereunder. (Page 2 of 4) ]I. FAILURE TO PERFORM. if the Contractor at any time refuses or neglects,without fault of the Public Agency or its agent(s),to supply sufficient materials or workmen to complete this agreement and work as provided herein,for a period of 10 days or more after written notice thereof by the Public Agency,the Public Agency may furnish same and deduct the reasonable expenses thereof from the contract price. 12. LAWS APPLY. General. Both parties recognize the applicability of various federal,state,and local laws and regulations,especially Chapter 1 of Part 7 of ' Division 2 of the Labor Code(beginning with Section 1720,and including Sections 1735,1777.5,aid 1777.6 forbidding discrimination). The parties specifically stipulate that the relevant penalties and forfeitures provide in the Labor Code,especially in Sections 1775 and 1813 concerning prevailing wages and hours,as well as Section 1776 concerning certified payroll records,shall apply to this agreement. 13. SUBCONTRACTORS. Public Contract Code Sections 4100.4114 are incorporated herein. 14. WAGE RATES. (a) Pursuant to Labor Code Section 1773,the Director of the Department of Industrial Relations has ascertained the general prevailing- rates revailingrales of wages per diem,and for holiday and overtime work,in the locality in which this work is to be performed,for each craft,classification,or type of workman needed to execute this contract,and said rates are as specified in the call for bids for this work and are on file with the Public.Agency,and are hereby incorporated herein. (b) This schedule of wages is based on a working day of 8 hours unless otherwise specified;and the daily rate is the hourly rate multiplied by the number of hours constituting the working day. When less than that number of hours are worked,the daily wage rate is proportionately reduced,but the hourly rate remains as stated. (c) The Contractor,and all his subcontractors,must pay at least these rates to all persons of this work,including all travel,subsistence,and fringe benefit payments provided for by applicable collective bargaining agreements. All skilled labor not listed above must be paid at least the wage scale established by collective bargaining agreement for such labor in the locality where such work is being performed. If it becomes necessary for the Contractor or any subcontractor to employ any person in a craft,classification or type ofwork(except executive,supervisory,administrative,clerical or other non-manual workers as such)for which no minimum wage rate is specified,the Contractor shall immediately notify the Public Agency which shall apply from the time of the initial employment of the person affected and during the continuance of such employment. 15. HOURS OF LABOR. Eight hours of labor in one calendar day constitutes a legal day's work,and no workman employed at any time on this work by the Contractor or by any subcontractor shall be required or permitted to work longer thereon except as provided in Labor Code Sections 1810-1815. 16. APPRENTICES. Properly indentured apprentices maybe employed on this work in accordance with labor Code Sections 1777.5 and 1777.6,forbidding discrimination. 17. DESIRE TO PROMOTE ECONOMY OF CONTRA COSTA. The Public Agency desires to promote the industries and economy ofContra Costa county, and the Contractor therefore is encouraged to use the products,workmen,laborers and mechanics of this County in every case where the price,fitness and quality are equal. 18. ASSIGNMENT. The agreement binds the heirs,successors,assigns,and representatives of the Contractor;but he cannot assign it in whole or in part,nor any monies due or to become due under it,without the prior written consent of the Public Agency and the Contractor's surety or sureties,unless they have waived notice of assignment. 19. NO WANER BY PUBLIC AGENCY. inspection of the work and/or materials,or approval of work and/or materials inspected,or statement by any officer,agent or employee of the Public Agency indicating the work or any part thereof complies with the requirements of payments therefor,or any combination of these acts,shall not relieve the Contractor of his obligation to fulfill this contract as prescribed;nor shall the Public Agency be thereby estopped from bringing any action for damages or enforcement arising from the failure to comply with any of the terms and conditions hereof. 20. HOLD HARMLESS&INDEMNIFICATION (a) Contractor promises to and shall defend,indemnify,save,and hold harmless the indemnitees from the liabilities as defined in this section. (b) The indemnitees benefitted and protected by this promise are the Public Agency and its elective and appointive boards,commissions,officers,agents, and employees,together with any additional persons and entities,if any,listed in Section 6 of the Special Provisions. (c) The liabilities protected against are any and all claims,demands,causes ofaction,damages,costs,expenses,actual attorneys'fees,losses,or liabilities arising out of or in connection with the actions defined below for personal injury,sickness,disease,emotional injury,death,property damage(including loss of use),trespass,nuisance,inverse condemnation,patent infringement,or any combination of these,regardless of whether or not such liability,claim,or damage was foreseeable at any time before the Public Agency approved the improvement plans or accepted the improvements as completed,and including the defense of any suit(s)or action(s)at law or equity concerning these. (d) The actions causing liability are any act or omission(negligent or non-negligent)in connection with the matters covered by this contract and attributable to the Contractor,subcontractor(s),supplier(s),trucker(s),anyone for whose acts the Contractor may be liable,or any officer(s),agent(s)or employee(s)of one or more of them. (e) The promise and agreement in this section is not conditioned or dependent on whether or not any indemnitee has prepared,supplied,or approved any plan(s),drawing(s),specification(s),or special provision(s)in connection with this work or has insurance or other indemnification covering any of these matters. (f) Except as prohibited by Civil Code Section 2782,the Contractor's obligations under this section shall exist regardless of the existence or degree of fault of the Public Agency or any indemnitee. CONTRACT(Page 3 of 4) (g) The Contractor's obligations under this section shall extend to claims arising after the work is completed and accepted if the claims are related to alleged acts or omissions that occurred during the course of the work. Public Agency's inspection is not a waiver of full compliance with these requirements. (h)The Contractor and the Contractor's insurance carrier(s)shall respond within 15 days to the tender of any claim for defense and'inderruiity by the Public Agency,unless this time has been extended by the Public Agency. (1) With respect to third-party claims against the Contractor,the Contractor waives all rights of any kind to express or implied indemnity against the indemnitees. (j) Nothing in this section is intended to establish a standard of care owed to any third party or to extend to any third party the status of a third-party beneficiary. 21. EXCAVATION. Contractor shall comply with the provisions of labor Code Section 6705,if applicable,by submitting to Public Agency a detailed plan showing the design of shoring,bracing,sloping,or other provisions to be made for worker protection from the hazard of caving ground during trench excavation. 22. RECORD RETENTION. Except for records delivered to Public Agency,Contractor shall retain,for a period of at least five years after Contractor's receipt of the final payment under this contract,all records prepared in the performance of this contract or otherwise pertaining to the work,including without limitation bidding,financial and payroll records. Upon request by Public Agency,Contractor shall make such records available to Public Agency,or to authorized representatives of the state and federal governments,at no additional charge and without restriction or limitation on their use. 23. CONFLICT WiTH BID. it is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this contract and the bid or proposal of said Contractor,then this contract shall control and nothing herein shall be considered as an acceptance of said ternis of said proposal conflicting herewith. 24. USE OF PRIVATE PROPERTY. Contractor shall not use private property for any purpose in connection with the work absent a prior,written agreement with the affected property owner(s). KE/jd FORM APPROVED by County Counsel. (CC-l;Rev.2-07) G:\Const\Projccts&Misc\2008\2008 Slurry Scal\Contract-Graham.doc CONTRACT(Page 4 of 4) LMASINCE � u 1976 Certification by Secretary Of Corporate Resolution At the meeting of the Directors of Graham Contractors, Inc., a corporation organized and existing under the laws of the State of California, duly called and held in accordance with the articles of incorporation and bylaws of the corporation at its office on June 19, 2001 at which a quorum of the directors was present, the following resolution was adopted to wit: Resolved, that Gerald R. Graham, Jr., President or Paula J. Graham, Secretary or David M. Graham, /ice President are hereby authorized to sign contracts/agreements in the name of and on behalf of Graham Contractors, Inc. I, Paula J. Graham, Secretary of Graham Contractors, Inc., do hereby certify that I am the Secretary of said corporation and that the above is a full, true, and correct copy of a resolution of the Board of Directors of said corporation, duly adopted at the meeting held on June 19, 2001 and that said resolution has not been revoked or rescinded. In witness whereof, I have hereunto subscribed. y name and affixed the seal of said corporation. May 6, 2008 By: �- Corporate S tary POST OFFICE Box 26770, SAN JOSE, CALIFORNIA 95159 14.08) 293-9516 FAx 1408) 293-3633 CONTRACTORS LICENSE*315789-C-12 PERFORMANCE BOND--PUBLIC WORK Bond No. 105082016 Premium $624,660.21 Any claim under this Bond should be sent to the following address: 39300 Civic Center Drive Suite 390 Fremont, CA 94538 KNOW ALL BY THESE PRESENTS: That we, Graham Contractors, Inc . as Principal, and Traveca lers Casualty and ori, rnms any nZ Amt r� , a corporation organized and existing under the laws of the State of CT and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto contra Costa County as Eight Hundred Twenty Four:t ousand Obligee,in the sum of six Hundred Sixty and 21/lo Dollars($824,660.21) lawful money of the United States of America, for the payment of which sum well and truly to be made,we bind ourselves, our heirs, executors,'administrators, successors and assigns,jointly and severally, firmly by these presents. THE CONDITION of the above obligation is such that, whereas the Principal has entered into a contract dated April 22 , 2008 , with the Obligee to do and perform the following work,to-wit: 2008 Slurry Seal Project; Project No. 0672-6U2849-08 as is more specifically set forth in the contract documents,reference to which is hereby made. NOW THEREFORE, if the Principal shall well and truly perform all the requirements of said contract documents required to be performed on its part, at the times and in the manner specified therein,then this obligation shall be null and void,otherwise it shall remain in full force and effect. PROVIDED,that any alterations in the work to be done or the materials to be furnished,or changes in the time of completion, which may be made pursuant to the terms of said contract documents, shall not in any way release the Principal or the Surety thereunder,nor shall any extensions of time granted under the provisions of said contract documents release either the Principal or the Surety, and notice of such alterations or extensions of time is hereby waived by the Surety. PROVIDED, that if any action is commenced on this bond by the Obligee, in addition to the sum specified above, the Principal and the Surety, their heirs, executors, administrators, successors and assigns,jointly and severally, shall be obligated to pay to the Obligee all costs, attorney's fees and other litigation expenses incurred by the Obligee in collecting monies due under the terms of this bond. SIGNED AND SEALED,this 5th day of May, 2008 (SEAL) (SEAL) Travelers Casualty and Graham Contractors, Inc Surety Company of America (Principal) (Surety) � (Signature) Attor ey-oin Fact(Sigriature) , (SEAL AND ACKNOWLEDGMENT OF NOTARY) WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company Sl.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company. Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America Sl.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney-In Fact No. 219836 Certificate No. 002297679 KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,that St. Paul Fire and Marine Insurance Company.St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,that Farmington Casualty Company,'Travelers Casualty and Surety Company.and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fiderty and Guaranty Insurance Underwriters, Inc. is a corporation duly.organized under the laws of the State of Wisconsin(herein collectively called the"Companies").and that the Companies do hereby make,constitute and appoint Michael Sheahan,Matthew Kelly, Ian McCormick,and Geoffrey R.Green of the City of Fremont State of California their true and lawful Attorney Is)-in-Fact. each in their separate capacity if more than one is named above.to sign.execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their-business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or penni edSin any;tions o`.proceedings allowed by law. Y S., ....Y 31 st IN WITNESS WHEREOF,the Companies have caused this instr unc yo,be signed.and their'corporatc seals to be hereto affixed,this da or March 2008 r ��4•.,.. Farmington Casualty Company St.Paul Guardian Insurance Company 'Fidelity and Guarant0insurancetCompmry � � St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. 'Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company G!•$U.��� StiiE7y Jyt\RE 6 O�RN..�N,SG9 ^Y\......w..4 pllY 4Np Y ¢� JP..... p3�oPP �n roRra.� NCprFDIWTED * g i - �R jbavoR����� 'PRP 1 9 8 2 0 ' 1977 192 7 %a"•# .I - f -._r `: a NARTFCRD, 3 NaarFaao,t " o Z� � '"O 1951 E sO � ��•SEAL�oJ �l c' w CONN. ° �t CONN � N 1896 Y.��a � r yF �•., SEAL:a yOo \,�� q� a ��'+ �.f � 9�OF NEWYa•- O'�s�t,�,n N���� d1S..AN,�L f 61:. �dD 66 �E� �j � ,rp� 1/� State of Connecticut By: City of Hartford ss. Georgi V Thompson, enior 'ice President On this the 31 St day of March 2008 before nhe personally appeared George W.Thompson•who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc.. Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company.Travelers Casualty and Surety Company.Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. p.TIlT In Witness Whereof,1 hereunto set my hand and official seal. My Commission expires the 30th day 01'June.2011. p�Ll * Marie C.Teireault.Notary PUNIC 58440-5-07 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company. St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of�,. America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED. that the Chairman. the President, any Vice Chairman,any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,rcco nizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the.Board of.Directors.at any time may remove any such appointee and revoke the power given him or hcr:and it is FURTHER RESOLVFI that the Chairman,the President,anv Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary:and it is FURTHER RESOLVED.that any bond.recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President.any Senior Vice President or any Vice President,any Second Vice President,the Treasurer:any Assistant Treasurer.the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by it Secretary or Assistant Secretary:or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority: and it is FURTHER RESOLVED,that the signature of each of the following officers: President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice.Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I•Kori M.Johanson,the undersigned,Assistant Secretary,of Farmington.Casualty Company,Fidelity and Guaranty Insurance Company.Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company,St. Paul Guardian Insurance Company. St. Paul Mercury Insurance Company.Travelers Casualty and Surety Company,Travelers Casualty and Suretv,Cwmipanyof,America-and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is it true and correct copy of the Power.df`Attorney executed by said`.Companies,which is in full force and effect and has not been revoked. <,'.�`�.� ;��I��i✓� IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed thc•scals of said<C�mpanies this 5th day of Mayr .20 08-. Kori M.Johanst Assistant Secretary O� � SttNr)')- tl0.E6 TN �N•p O2 ?ORA S �fl � BICaIt�tAtED YL � 9 r.�ONCORA fC�i POFAT 19.62S 0 1977 1927 L; �' r iW;Go_._ :of CONN. � �` CONN. a N 896 m ............. f 'a a Cyt•.. +�+s� �l�AN�fi"' To verify the authenticity of this Power of Attorney,call 1-800-4211-3880 or contact us at www.travelersbond.com. Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER STATE OF CALIFORNIA } ss. COUNTY OF ALAMEDA On May 5, 2008 ,before me, Julia Grimes, Notary Public, personally appeared Ian McCormick, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. reog, JULIA GRIMES COMMISSIon #t 1713129 Nofary PWIC-CollforMa Alameda County r '42M-0 + Ju l'a Grimes, Notary Public- Cali b nia (Seal) Description of Attached Document: Graham Contractors, Inc. Contra Costa County 2008 Slurry Seal Project; Project No. 0672-61-12849-08 Performance Bond Document • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California ) County of Santa Clara ) On May 6 , 2008 before me, Tony D. Gulbraa, Notary Public, personally appeared David Graham who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. . WITNESS my hand and official seal. TONY D.GULBRAA Commission# 1522402 z O. MY Notary Public-California Santa Clara County Signature (Seal) Comm.Expires Oct 28.2008 (Though the information below is not required by law, it may prove valuable-to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document.) Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: Individual Corporate Officer—Title(s): Partner-- Limited General Attorney in Fact Trustee Guardian or Conservator Other: Signer is Representing: Right Thumbprint of Signer Above GENERAL PURPOSE . RI DER To be attached to and form part of Bond No. 105082016 Issued to- (Principal): Graham Contractors, Inc Type of Bond: Performance Bond dated the 5th day of May , 2008, and issued by (surety): Travelers Casualty and Surety Company of America in the penal sum of: Eight Hundred Twenty Four Thousand Six Hundred Sixty and 21 /100 ($ 824,660.21 ), and in favor of (obligee): Contra Costa County In consideration of the agreed premium charged for this bond, it is understood and agreed that Travelers Casualty and Surety Company of America hereby consents effective from the 7th day of May , 2008, said bond shall be amended as follows: Premium amount on Performance Bond of $824,660.21 should read $6,185.00 Provided, however, that the attached bond shall be subject to all its agreements, limitations and conditions except herein expressly modified, and further that the liability of the Surety under the attached bond and the bond as amended by this rider shall not be cumulative. Signed, sealed and dated this 7th day of May , 2008 . Travelers Casualty and Surety Company of America By-------- -- ---=---------------- Matthew Kelly , Attorney-in-Fact WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surely Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney-In Fact No. 219836 Certificate No. 002297699 KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,that St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa.and that Fidelity and Guaranty Insurance Underwriters,Inc. is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies'),and that the Companies do hereby make,constitute and appoint Michael Sheahan,Matthew Kelly,Ian McCormick,and Geoffrey R.Green of the City of Fremont State of California their true and lawful Attorneys)-in-Fact, each in their separate capacity if more than one is named above,to sign.execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. 31 st IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this day of_ March 2008 Farmington Casualty Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. 'Travelers Casualty and Surety Company Seaboard Surely Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Or.su,��J p}TQYp SUREIy� 'y,Pk'6 ��N PMSG �,RSyq",, p�1V Ayo u�°�t� F�Y'WO ppCOR �-1 = c1982 O ` 1.977 X927 s �'� — .nl tZ —._ :n= W HARTFORD, < ivarFofO,��! <O oi 1898 SEAL State y coNN. eo �.�t:ONN• J� � � .y • n ! � OFNVt ®a w N� a�S�/,N�a I af.. as yrt �a � • '�l�a' 1 State of Connecticut By: City of I lartford ss. Georg , Thompson• enior 'ice President March 2008 before me personally appeared George W.Thompson,who acknowledged himself On this the 31St day of to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company- Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company. St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company.Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company,and that he, as such, being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized of ficcr. G•T� A n, 1. In Witness Whereof,I hereunto set my hand and official seal. W�" My Commission expires the 30th day of Jute.2011. j j0l/BUG * Mai ie C.Teireault.Noun N,Public 4s 58440-5-07 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney-is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company. Fidelity and Guaranty Insurance Underwriters. Inc.. Seaboard Surety Company, St. Paul Fire zinc] Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company.Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in lull force and effect,reading as follows: RESOLVED, that the Chairman,the President, in), Vice Chairman. any Executive Vice President,;any Senior Vice President. any Vice President, any Second Vice President,the Treasurer,any Assistant Treasurer.the Corporate Secretary or:mV Assistant Secretary may appoint Attorneys-in-Fact and Agents to:act for and on behalf of the Company and may gine such appointee such authority.as his or her certificate of authority may prescribe to sign -ith the Company's name and seal with the Comtianv s seal bonds,recogniztuues,contracts of indemnify,and other writings obligatory in the nature of a hood.recognisance.or conditional undertaking,and any of said officers or the Board of Directors at any time may remove anV Such appointee and revoke the power given him or her;:and it is FUR'T'HER RESOINED,that the Chairman,the President.any Vice Chairman,any Executive Vice President,any Senior..Vicc President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this(,(initially,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary:and it is FUR'I'HI'sR RESOLVED.that any bond•recognizance,contract of indemnity,or writing obligatory'in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company.when(a)signed by the President,any Vice Chairman.:uty Executive Vice President,any Senior Vice President or any Vice President.any Second Vice President.the Treasurer.any Assistant Treasurer.the Corporate Secretari'or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary:or(b)duly executed(under seal•if required)by one or more Attorneys-in-Fact and A_ents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a'written delegation of authority: and it is = FURTHER RESOLVED.that the siaiatu e of each of the following officers:President.any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary.any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes ooh. of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof.and any Such power of attorney or Certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and ccrlificd by such facsimile signature and facsimile seal shall he valid and binding on the Company in the future with respect to any bond or understanding tO which it is attached. I•Kori M.Johanson.the undersiened,Assistant Secretary.of Farmington Casualty Company,Fidelity aInd Guaranty Insurance Company.Fidelity and Guaranty Insurance Underwriters. Inca. Seaboard Surety Company. St. Paul Dire and Marine Insurance Company, St.,Paul Guardian Insurance Company, St. Paul Mercury Insurance Company.Travelers Casualty and Surety Company,Travelers Casualty and Surety Companyof,,America;and United States Fidelity and Guaranty Company do hereby certify that the above and toregomg Is it true and correct copy of the Power or Att6hicy ex&uted by said Companies,which is in full force and effect and has not been revoked. IN'TESTIMONY NN'HE:REOF,I have hereunto set my hand and affixed the SMS of said Coitipanies this Ztkl—day Of ;qty .2(1 g$. Kori M.Johansc. Assistant Secretary r.s� SUtiEr t�iii"s'k. �N SNS ••+i+qu•`,w p lY AHp „5yq �1Y,{,y0 - - G � Y �........G +'P... 9 Nb Fr E .'onv°yr Ti. 3,rr'• y �F �9 Qo:- 1c.,p. ........?ro'"; � 1982 0 � 1927 K Aar- "• r •a; —__ .n; a MARTFORO, s �... j�: or W CONN. n CONY in 1896 y a 951 N 4 ,o#. S�:pL+o: o•.SBA of a � ti �d 1•� �FO.c M1£tN' w:;:�:,n,"...,.,�,<a� a .. .�•!.r a•.. a _ 'lo verify the authemicity of this Power tit Attorney,call 1-800-421-3580 or contact us at www.uavelersboml.com. Please refer to the Amorney-in-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUTTHE RED BORDER STATE OF CALIFORNIA } ss. COUNTY OF ALAMEDA On May 7, 2008, before me, Julia Grimes, Notary Public, .personally appeared Matthew Kelly, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon-behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. JULIA GRIM$ CommW slon• 171312 9 . Notary Public -California Alameda County Comm. Dec.Z2010 A Ju Grimes, Nota Public- a brnia (Seal) Description of Attached Document: Graham Contractors, Inc Contra Costa County 2008 Slurry Seal Project; Project No. 0672-6U2849-08 General Purpose Rider " PAYMENT BOND--PUBLIC WORK [Civil Code Secs.3247 -32481 Bond No. 105082016 Premium $6, 185.00 Any claim under this Bond should be sent to the following address: 39300 Civic Center Drive Suite 390 Fremont, CA 94538 KNOW ALL BY THESE PRESENTS: That we, Graham Contractors, Inc. as. Principal, and Travel ers Casualty and Surety Company of America a corporation organized and existing under the laws of the State of CT and authorized to transact surety business in the State of California,as Surety, are held and firmly bound Eight Hundred Twenty Pour Thousand unto Contra Costa County ,as Obligee, in the sum.of Six Hundred Sixty and 21/1 o o Dollars($ 8 24,6 6 0.21 ) lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators,successors and assigns,jointly and severally,firmly by these presents. THE CONDITION of the above obligation is such that, whereas the Principal has entered into a contract dated _April 22, 2008 , with the Obligee to do and perform the following work,to-wit: 2008 Slurry Seal Project; Project No. 0672-6U2849-08 as is more specifically set forth in the contract documents,reference to which is hereby made. NOW THEREFORE, if the Principal or a subcontractor fails to pay any of the persons named in Section 3181 of the Civic Code, or amounts due under the Unemployment Insurance Code with respect to work or labor performed under the contract, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code, with respect to such work and labor, the Surety will pay for the same, in an amount not exceeding the sum specified in this-bond, and also,in case suit is brought upon this bond, a reasonably attorney's fee,to be fixed by the court. This bond shall ensure to the benefit of any of the persons named in Section 3181 of the Civic Code so as to give a right of action to such persons or their assigns in any suit brought upon this bond. SIGNED AND SEALED,this 5th day of may, 2008 (SEAL). (SEAL) Travelers Casualty and,." " Graham Contractors, Inc . Surety Company of America (Principal) (Surety) (Signature) Ian McCormick (Signature) David Graham, Vice President Attorney-in-Fact (SEAL AND ACKNOWLEDGMENT OF NOTARY) WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Q POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. 'Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine insurance Company United States Fidelity and Guaranty Company Attorney-In Fact No. 219836 Certificate No. 002297675 KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York.that St.Paul Fire and Marine Insurance Company.St.Patti Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly org:mized under the laws of the State of Minnesota,that Farmington Casualty Company.Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies").and that the Companies do hereby make,constitute and appoint Michael Sheahan,Matthew Kelly, Ian McCormick,and Geoffrey R.Green of the City of Fremont State of California their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to Sign,execute,seal and acknowledge any and all bonds,recognisances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted>uT any acu)rns or proceedings allowed by law. ���, Gfi a t ply ly J 31st IN WITNESS WHEREOF,the Companies have caused this instrumenyo e signed.arid tlieircorporate scats to be hereto affixed,this da of March 2008 Farmington Casualty CompaTiy' sY •' St.Paul Guardian Insurance Company Fidelity and Guaranh Insurance(%mp' ate,r St.Paul Mercury Insurance Company Fidelity and Guaranty Insur'alice'tlnderwHteers,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company ofAmerica St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company GASUq ..qy•� SUREff. � C6 , PN Iq •�NSU S8AL+�, TYA �a [ CTy' ♦,......SG� �I N\ P�. NO ,y05Ugf f�TYA� "' y R �roenwP..........q J s •YJ/^''' )Y q wren.,._ 5 O(1 N�RRDRATFD Ty o T ;ItORPORA)�ts'+ W:'GOPPORATf;:CI^� „ i J• �G, Q I'-�`u V 1982 O � 19// 7.927 < �+ :� �: jZ( —._ ;n. W HARTFORD t ru9tFOFiT,Ti Oy Z c[y� �• t r y E :, .nf t�: o' ( 1896 sy"rEc+"'Aa � 19Jr1 N9 # i��' �`.SEAL,�o� -v4: ,aD• CONN. e \ �• JP � ,r icY �rS.AN�J �s.......PN g\ ✓' State of Connecticut By: City of Hartford ss. Gcorg 'Thompson, rnior ice President On this the 31 st day of. March 2008 before me personally appeared George W.Thompson.who acknowledged himself to be the.Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Coimpany, St. Paul Fire and Marine Insurance.ConTpany, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company.Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized So to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized office[-. GIr In Witness Whereof,I hereunto set my hand and official seal. � •� My Commission expires the 30th day of Julie.'_01 1. �'0(/BUO * Marie C.Teueault.Notary Public. 58440-5-07 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company. Fidelity and Guaranty Insurance Underwriters, Inc.. Seaboard Surety Company. St. Paul Fire and Marine Insurance Contlfany. St. Paul Guardian Insurance Company. St. Paul Mercury Insurance Company,'Travelers Casualty and Surety Company.Travelers Casualty and Surety Company of ► America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect.reading as follows: RESOLVED, that the Chairman, the President,any Vice Chairman, any Executive Vice President, any Senior Vice President,any Vice President, any Second Vice President.the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's none and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any Such appointee and revoke the power given him or her:and it is FURTHER RESOLVED, that the Chairman,the President.any Vice Chairman.any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company.provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary:and it is FURTHER RESOLVED.that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond•recognizance,or conditional undertaking shall he valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice]'resident,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary:or(b)duly executed(.under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority: and it is FURTHER RESOLVED,that the signature of each of the following officers: President,any Executive Vice President,any Senior Vice President•any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and unclertakin,s and other writings obli-atory in the.nature thereof,and any such power of attorney or certificate bearing such facsimile Signature or facsimile seal shall be valid and bindine upon the Company and any such power so executed and certified by Such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 1.Kori M.Johanson,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company.Fidelity and Guaranty Insurance Underwriters. Inc., Seaboard Surety Company. St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company-of,.America-and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of�Attdrnewexecuted by s i&Conupanies,which is in full force and effect and has not been revoked. ����;,•. iN TESTiMONY WHEREOF,I have hereunto set my hand and dfftzed the-s�aJ�of said�Coiiijianies this. 5th clay of May .20 0$ . 4-N ° �y Kori M.Johann Assistant Secretary .. eis..y •sir aHp sive' Fy �• .y 0\•........Gy JP........., P., CONVORAe�•y (Q•' RPORAl S^i w 9% 3y b" n �CDRPDltATED � R" �i °"' a W!co f., Fi14tF0RD, S `�I 'o e a r .� 1• CFN£N �,'�nuc fS.ANS v1S. .rag br d+ • '� �AN1� To verify the authenticity of this Power of Attorney.call 1-400-421-3880 or contact us at www.travelershond.com. Please refer to the Attorney-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER STATE OF CALIFORNIA ss. COUNTY OF ALAMEDA On May 5, 2008, before me, Julia Grimes, Notary Public, personally appeared Ian McCormick, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. 929 CommWoon* 1713129 AVNotary 1WOC•C01110WO /11amOdo County labi, aum Canna 1IM- oto Jul trimes, NotYry Public - Cal fornia (Seal) Description of Attached Document: Graham Contractors, Inc. Contra Costa County 2008 Slurry Seal Project; Project No. 0672-6U2849-08 Payment Bond Document CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California ) County of Santa Clara ) On May 6 , 2008 before me, Tony D. Gulbraa, Notary Public, personally appeared David Graham who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted,,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. TONY D.GULBRAA WITNESS my hand and.official seal. Commission# 1522402 Z IQ. Notary Public-California fSanta Clara County y Comm.Expires Oct 28,2008 Signature Sea Signature (Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document.) Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other.Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: Individual Corporate Officer—Title(s): Partner-- Limited General Attorney in Fact Trustee Guardian or Conservator Other: Signer is Representing: Right Thumbprint of Signer Above ACORQ. CERTIFICATE OF LIABILITY INSURANCEDATE(MM/DD)YYYY) 5/2/2008 PRODUCER Phone: 510578-2000 Fax: 510-578-2101 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Allied North America Insurance Brokerage of Cal ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 39300 Civic Center Dr. Ste 390 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR LIC#:0 E3 6 3 91 PH: 510-578-2000 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Fremont CA 94538 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A:Landmark American Insurance CO 3138 Graham Contractors, Inc. INSURER B:American Guarantee & Liabilit 26247 P.O. Box 26770 --- San Jose CA 95159 INSURERC:Zurich American Insurance Com 16535 INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR011' POLICY EFFECTIVE POLICY EXPIRATION TYPEOFINSURANCE POLICY NUMBER LIMITS A GENERAL LIABILITY LHA133055 5/1/2008 5/1/2009 ;�CURRENCE $110001000 X COMMERCIAL GENERAL LIABILITY PREMISES(Eao=rence) $100'000 iCLAIMS MADE R]OCCUR MED EXP(Any one person) $5,000 PERSONAL SADVINJURY $1,000,000 GENERAL AGGREGATE $2,000, 000 GEN'LAGGREGATE LIMIT APPLIES PER: PRODUCTS.COMP/OP AGG $2,000,000 —1 POLICY�1 jEC LOC B AUTOMOBILE LIABILITY BAP427799800 5/1/2008 5/1/2009 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $1,000,000 ALL OWNEDAUTOS BODILY INJURY SCHEDULEDAUTOS (P-P—) S X HIREDAUTOS BODILY INJURY $ X NON-OWNEDAUTOS (Per accident) PROPERTYDAMAGE $ (Peraccldent) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO - OTHERTHAN EAACC $ AUTO ONLY: AGG $ -EXCESS/UMBRELLALIABILITY EACHOCCURRENCE $ J OCCUR 17 CLAIMS MADE AGGREGATE $ _ E DEDUCTIBLE $ RETENTION b $ C WORKERS COMPENSATION AND WC427799900 5/1/2008 5/1/2009 X TrWCSTATU- I I 'E'R EMPLOYERS'LIABILITY E.L.EACH ACCIDENT $1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICERIMEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,desuibe under SPEC IAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $ OTHER I I DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS RE: GCI Job 408-050, CCC Project #0672-6U2849-08; 2008 Slurry Seal Contra Costa County; the California Department of Transportation (Caltrans); the City of Martinez, and their respective officers, agents, employees, representatives, governing body, commissioners, and volunteers are added as additional insured per the attached endorsement where required by written contract including Automobile Liability. Primary wording applies. CERTIFICATE HOLDER CANCELLATIONTFN DAY NOTICF. FOR NON-PAYMENT SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED Contra Costa Count Public Works Department BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER Y P WILL MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER Construction Division NAMED TO THE LEFT. 255 Glacier Drive Martinez CA 94553 AUTHORIZED REPRESENTATIVE ACORD 25(2001/08) GACORD CORPORATION 1988 a ° 1 LANDMARK AMERICAN INSURANCE COMPANY This Endorsement Changes The Policy. Please Read It Carefully. ADDITIONAL INSURED BLANKET - PRIMARY AND YOUR WORK This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE :N eameam of Person or Organization: y person or organization to whom or to which you are obligated by virtue i a written contract or by the issuance or existence of a written permit,to provide insurance such as Is afforded by this policy. A. SECTION II - WHO IS AN INSURED is amended to include as an additional Insured the person(s) or organizatfon(s) shown In the SCHEDULE, but onfy with respect to liability for `bodily injury", "property damage"or"personal and advertising Injury"caused,in whole or In part, by: 1. Your acts or omissions;or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations; and/or "your work" defined for the additional Insured(s) designated above included in the"products-completed operations hazard". B. if you are required by a written contract to provide primary insurance, this policy shall be primary and SECTION IV—COMMERCIAL GENERAL LIABILITY CONDITIONS,4.Other Insurance does not apply,but only with respect to coverage provided by this policy. This endorsement effective 05/01/2008 forms part of Policy Number LHA133055 issued to GRAHAM CONTRACTORS, INC by Landmark American Insurance Company Endorsement No.: RSG 15017 1207 Includes copyrighted material of Insurance Services Office, Inc. 1984 (1185) with its permission POLICY NUMBER: BAP477998-00 COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE'FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s)or organization(s)who are"insureds"under the Who Is An Insured Provision of the Coverage Form.This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective:05101108 Countersigned By: Named Insured:Graham Contractors, Inc. Authorized Representative) SCHEDULE Name of Person(s) or Organization(s): Contra Costa County; the California Department of Transportation (Caltrans); the City of Martinez, and their respective officers, agents, employees, representatives,governing body,commissioners,and volunteers (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) Each person or organization shown in the Schedule is an"insured"for Liability Coverage,but only to the extent that person or organization qualifies as an "insured"under the Who Is An Insured Provision contained in Section 11 of the Coverage Form. CA 983(2-99) CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1