HomeMy WebLinkAboutGregg Simpson Trucking 2019-03-21SHORT FORM CONSTRUCTION CONTRACT #1819192
This Agreement is made and entered on March 21, 2019, in Ukiah,
California, by and between Gregg Simpson Trucking, a CA General
Partnership [corporation, partnership, sole proprietor] ("Contractor") and the
City of Ukiah ("City"), a general law municipal corporation.
RECITALS:
1. The plans and specifications for this work ("the Work")
are contained in Exhibit A - Bid Specification, which is attached
hereto and incorporated herein by this reference.
2. Contractor is properly licensed and qualified to perform
the work.
3. Whenever this Agreement calls for City approval or
notification, the approval or notification must be signed by the
City Manager or his or her designee.
AGREEMENT:
Wherefore, in consideration of the foregoing facts and the
terms and conditions as further stated herein, the parties hereby
agree as follows.
1. PERFORMANCE OF THE WORK
Contractor will perform the Work as further provided herein.
1.1 Time of Performance. Contractor shall commence the Work
when receiving a formal Notice to Proceed, and shall complete the
Work by no later than May 9, 2019.
1.1.1. ❑ [check if applicable] It is agreed by the parties to
the contract that time is of the essence and that, in case all
the work is not completed before or upon the expiration of the
time limit as set forth, damage, other than those cost items
identified in section 1.1.2, will be sustained by the City and
that it is and will be impracticable to determine the actual
amount of damage by reason of such delay; and it is therefore
agreed that, subject to Sections 1.13-1.14, below, the
Contractor will pay to the City the sum of five hundred dollars
S:u\agrtms06\short form construction contract
March 21, 2019
1
($500.00) per day for each and every calendar days delay beyond
the time prescribed.
1.1.2 ❑ [check if applicable] In case the work called for
under this contract is not completed within the time limit
stipulated herein, the City shall have the right as provided
hereinabove, to extend the time of completion thereof. If the
time limit be so extended, the City shall have the right to
charge to the Contractor and to deduct from the final payment
for the work the actual cost to the City of engineering,
inspection, superintendence and other overhead expenses which
are directly chargeable to the contract and which accrue during
the period of such extension, except that the cost of final
unavoidable delays shall not be included in such charges.
1.2 Construction of Contract Documents. Contractor will
perform the Work in compliance with the plans and specifications
set forth in the attached Exhibit A. If there is any inconsistency
or conflict between the plans and the specifications, the
specifications will prevail. If there is any inconsistency between
the plans and the specifications and this agreement, the terms of
this Agreement shall prevail, unless expressly stated otherwise in
a particular specification.
1.3 Contractor furnished items. Contractor will furnish all
necessary labor, materials, tools, equipment, and transportation
necessary to perform the Work.
1.4 New SB 854 requirements
1.4.1 No contractor or subcontractor may be listed on a
bid proposal for a public works project (submitted on or after
March 1, 2015) unless registered with the Department of
Industrial Relations pursuant to Labor Code section 1725.5 [with
limited exceptions from this requirement for bid purposes only
under Labor Code section 1771.1(a)].
1.4.2 No contractor or subcontractor may be awarded a
contract for public work on a public works project (awarded on
or after April 1, 2015) unless registered with the Department of
Industrial Relations pursuant to Labor Code section 1725.5.
1.4.3 This project is subject to compliance monitoring
and enforcement by the Department of Industrial Relations.
S:u\agrtms06\short form construction contract
March 21, 2019
2
1.4.4 The Labor Commissioner through the Division of
Labor Standards Enforcement (DLSE) may at any time require
contractors and subcontractors to furnish electronic certified
payroll records directly to DLSE. Commencing with contracts
awarded or after April 1, 2015, all contractors and
subcontractors must furnish electronic certified payroll records
directly to the DLSE.
1.4.5 The Prime Contractor is required to post job
notices at the job site as prescribed by regulations (currently,
8 CCR §16451(d).)
1.5 Use of Employees.
1.5.1. Contractor and any subcontractors shall pay
all mechanics and laborers employed by them to work upon the site
of the work unconditionally and without subsequent deductions or
rebate on any account the full amounts due at the time of payment
at wage rates not less than those contained in the applicable
prevailing wage determination, regardless of any contractual
relationship which may be alleged to exist between the Contractor
and subcontractors and such laborers and mechanics.
1.5.2. Contractor shall comply with the California
Labor Code Section 1775. In accordance with said Section 1775,
Contractor shall forfeit as a penalty to the City, $50.00 for each
calendar day or portion thereof, for each workman paid less than
the stipulated prevailing rates for such work or craft in which
such workman is employed for any work done under the Contract by
him or her or by any subcontractor under him or her in violation
of the provisions of the Labor Code and in particular, Labor Code
Sections 1770 to 1780, inclusive. In addition to said penalty and
pursuant to Section 1775, the difference between such stipulated
prevailing wage rates and the amount paid to each workman for each
calendar day or portion thereof for which each workman was paid
less than the stipulated prevailing wage rate shall be paid to
each workman by the Contractor.
1.5.3. Pursuant to the provision of Section 1770 of
the Labor Code of the State of California, City has ascertained
the general prevailing rate of wages (which rate includes employer
payments for health and welfare, vacation, pension and similar
purposes) applicable to the work to be done, for straight time
work. The holiday wage rate listed shall be applicable to all
S:u\agrtms06\short form construction contract
March 21, 2019
3
holidays recognized in the collective bargaining agreement of the
particular craft, classification, or type of workers concerned.
Copies of the General Prevailing Wage Determination are on file in
the office of the City Engineer and are available to the Contractor
on request. The Contractor shall post the wage determination at
the site of work in a prominent place where the workers can easily
see it.
1.5.4. City will not recognize any claim for
additional compensation because the Contractor has paid any rate in
excess of the prevailing wage rate obtained from the City Engineer.
The possibility of wage increases is one of the elements to be
considered by the Contractor in determining his or her bid and will
not in any circumstances be considered as the basis for a claim
against the City.
1.5.5.
Travel and Subsistence Payments.
Contractor shall make
each worker needed to execute
requirements in Section 1773.8
Statutes of 1968).
1.5.6. Apprentices.
travel and subsistence payments to
the work in accordance with the
of the Labor Code (Chapter 880,
Attention is directed to the provisions in Sections
1777.5 (Chapter 1411, Statutes of 1968) and 1777.6 of the
California Labor Code concerning the employment of apprentices
by the Contractor or any subcontractor under him. Contractor and
any subcontractor under him or her shall comply with the
requirements of said sections in the employment of apprentices.
Information relative to apprenticeship standards,
wage schedules and other requirements may be obtained from the
Director of Industrial Relations, ex officio the Administrator
of Apprenticeship, San Francisco, California, or from the
Division of Apprenticeship Standards and its branch offices.
Copies of Labor Code Sections 1771 (requiring prevailing wages),
1775 (imposing penalties, including a $50 per day, per worker
forfeiture, for failure to pay prevailing wages), 1776 (requiring
contractor to maintain available for inspection certified payroll
records), 1777.5 (requiring certain apprenticeship programs), 1813
S:u\agrtms06\short form construction contract
March 21, 2019
4
(imposing penalties for failure to make records available for
inspection) and 1815 (requiring time and for overtime) are
available at the Department of Industrial Relations website at
http://www.dir.ca.gov/
1.6 CITY Inspector. CITY may designate an architect, engineer,
other design professional or other inspector ("Inspector") to
supervise and/or inspect Contractor's performance of the Work. The
Inspector shall have no authority to change the Work, the
compensation for performing the Work or the time for completing the
Work without City's prior written approval. City shall notify the
Contractor in writing, if it designates an Inspector.
1.7 Site Conditions. Contractor acknowledges that it has
inspected the work site and any improvements involving the Work and
satisfied itself as to the conditions which can affect the Work or
its cost. Contractor has not relied on any representation by CITY
or its officers or employees as to the condition of the site or the
houses or any condition that might affect the cost of performing
this Agreement.
1.8 New Products Require
fixtures furnished by Contractor
and of the most suitable grade
otherwise specifically provided.
d. All equipment, materials or
under this Agreement shall be new
for the intended purpose, unless
1.9 Compliance with Laws. The Contractor shall give all
notices and comply with all applicable laws, ordinances, codes,
rules and regulations. The Contractor shall secure and pay for all
permits, fees, and licenses necessary for the proper execution and
completion of the work.
1.10 Protection of Site and Improvements. The Contractor
shall preserve and protect the site, grounds and any involved
improvements and shall not alter or damage any portion thereof,
except as is absolutely necessary in order to perform the Work. The
Contractor shall repair or replace, as directed by CITY, any
property that it damages, looses or destroys in violation of this
paragraph. Contractor shall assume full responsibility for
maintaining the safety of the worksite in compliance with all
applicable state and federal worker safety and protection laws and
shall maintain the worksite in compliance with all such laws.
S:u\agrtms06\short form construction contract
March 21, 2019
5
1.11 Inspection of Work. The Contractor shall ensure that
the Work is available for inspection by CITY or its Inspector at
all reasonable times and that no work is covered up or rendered
incapable of inspection without prior notice to CITY or its
Inspector and a reasonable opportunity for inspection. The presence
or absence of an CITY inspector or the conduct of an inspection by
CITY or its Inspector shall not relieve the Contractor from any
contract requirement or compliance with Exhibit A.
1.12 Title. The Contractor warrants that it conveys full and
complete title, free of all liens and encumbrances, to all materials,
supplies, fixtures and equipment furnished to CITY under this
Agreement and agrees to fully defend and indemnify CITY, its
officers and employees, and the houses and homebuyers included in
the Work from and against any claim, lien, charge, debt, cost,
expense or liability arising from a breach of said warranty.
1.13 Warranties. In addition to any other warranties in this
contract, the Contractor warrants that the Work conforms to the
contract requirements and is free of any defect in equipment,
material or workmanship for a period of one year from the date of
final acceptance of the Work by CITY. If CITY accepts any part of
the Work before final acceptance of the entire Work, the warranty
shall continue for the period of one year from the date of such
partial acceptance. The Contractor shall remedy, at the Contractor's
expense, any failure to conform, or any defect. [Initial if
following sentence applies /_/ //] CITY shall retain � of the
Contract Amount to secure the Contractor's warranty and shall remit
the unused portion of that amount at the end of the warranty period.
The time limit of this warranty shall not apply to any latent defects,
or gross negligence or fraud on the part of the Contractor.
1.14. Extension of Time.
Should any delays occur which the City may consider unavoidable, as
herein defined, the Contractor shall, pursuant to his or her
application, be allowed an extension of time proportional to said
delay or delays, beyond the time herein set forth, in which to
complete this contract; and liquidated damages for delay shall not
be charged against the Contractor by the City during an extension
of time granted because of unavoidable delay or delays.
Any claim by Contractor for a time extension based on unavoidable
S:u\agrtms06\short form construction contract
March 21, 2019
6
delays shall be based on written notice delivered to the City within
15 days of the occurrence of the event giving rise to the claim.
Failure to file said written notice within the time specified shall
constitute a waiver of said claim. Notice of the full extent of the
claim and all supporting data must be delivered to the City within
45 days of the occurrence unless the City specifies in writing a
longer period. All claims for a time extension must be approved by
the City and incorporated into a written change order.
1.15. Unfavorable Weather and Other Conditions.
During unfavorable weather and other conditions, the Contractor
shall pursue only such portions of the work as shall not be damaged
thereby. No portions of the work whose satisfactory quality or
efficiency will be affected by any unfavorable conditions shall be
constructed while these conditions remain, unless, by special means
or precautions approved by the City, the Contractor shall be able
to overcome them.
The Contractor shall be granted a time extension of one day for each
unfavorable weather day that prevents him or her from placing
concrete forms or placing and finishing concrete or asphalt concrete.
Such unfavorable weather day is defined as a rain day where
precipitation prevents the contractor from performing the work more
than four (4) continuous hours within the authorized work period or
a temperature day where the ambient temperature is below that
specified for the placement of materials associated with the
controlling work item for more than four (4) continuous work hours
of the authorized work period.
1.16. Saturday, Sunday, Holiday and Night Work.
No work shall be done between the hours of 6 p.m. and 7 a.m., nor
on Saturdays, Sundays or legal holidays except such work as is
necessary for the proper care and protection of work already
performed, or except in cases of absolute necessity and in any case
only with the permission of the City.
It is understood, however, that night work may be established as a
regular procedure by the Contractor if he or she first obtains the
written permission of the City and that such permission may be
revoked at any time by the City if the Contractor fails to maintain
at night adequate force and equipment for reasonable prosecution
and to justify inspection of the work.
S:u\agrtms06\short form construction contract
March 21, 2019
7
1.17. Hours of Labor.
Eight (8) hours of labor shall constitute a legal day's work and
the Contractor or any subcontractor shall not require or permit more
than eight hours of labor in a day from any person employed by him
or her in the performance of the work under this contract, unless
paying compensation for all hours worked in excess of eight (8)
hours per day at not less than 1 % times the basic rate of pay.
The Contractor shall forfeit to the City, as a penalty, the sum of
twenty-five dollars ($25.00) for each workman employed in the
execution of the contract by him or her or by any subcontractor,
for each calendar day during which such laborer, workman, or
mechanic is required or permitted to labor more than eight hours in
violation of the provisions of Section 1810 to 1816, inclusive,
(Article 3, Chapter 1, Part 7, Division 2) of the Labor Code of the
State of California and any acts amendatory thereof.
2. CONTRACT PRICE
CITY shall pay the Contractor for performance of this Agreement
time and materials with a total not to exceed amount of $28,104.00.
3. PAYMENT OF CONTRACT PRICE
3.1 City shall pay any invoice for completed work, and approved
by the City, within thirty (30) days of its receipt by City. All
payments under this contract shall be made upon the presentation of
certificates in writing from the City and shall show that the work
covered by the payments has been done and the payments thereof are
due in accordance with this contract.
4. INDEMNIFICATION AND INSURANCE.
4.1 Indemnification. The Contractor shall do all of the work
and furnish all labor, materials, tools and appliances, except as
otherwise herein expressly stipulated, necessary or proper for
performing and completing the work herein required in the manner
and within the time herein specified. The mention of any specific
duty or liability imposed upon the Contractor shall not be construed
as a limitation or restriction of any general liability or duty
imposed upon the Contractor by this contract, said reference to any
specific duty or liability being made herein merely for the purpose
of explanation.
S:u\agrtms06\short form construction contract
March 21, 2019
8
The right of general supervision by the City shall not make the
Contractor an agent of the City and the liability of the Contractor
for all damages to persons or to public or private property, arising
from the Contractor's execution of the work, shall not be lessened
because of such general supervision.
Until the completion and final acceptance by the City of all the
work under and implied by this contract, the work shall be under
the Contractor's responsible care and charge. The Contractor shall
rebuild, repair, restore and make good all injuries, damages, re -
erections and repairs, occasioned or rendered necessary by causes
of any nature whatsoever, excepting only acts of God and none other,
to all or any portions of the work, except as otherwise stipulated.
To the fullest extent permitted by law, Contractor shall indemnify
and hold harmless the City and its officers, directors, agents, and
employees from and against all claims, damages, losses and expenses
including but not limited to attorneys' fees, costs of suit, expert
witness fees and expenses and fees and costs of any necessary private
investigators arising out of or resulting from the performance of
the work, provided that any such claim, damage, loss or expense (1)
is attributable to bodily injury, sickness, disease or death, or to
injury to or destruction of tangible property, other than the work
itself, including the loss of use resulting therefrom and (2) is
caused in whole or in part by any act or omission of the Contractor,
any subcontractor, or anyone directly or indirectly employed by any
of them, or anyone for whose acts any of them may be liable,
regardless of whether or not it is caused in part by a party
indemnified hereunder, or by the negligence or omission of a party
indemnified herein.
In any and all claims against the City or any of its agents or
employees by any employee of the Contractor, any subcontractor,
anyone directly or indirectly employed by any of them, or anyone
for whose acts any of them may be liable, the indemnification
obligation shall not be limited in any way by any limitation on the
amount or type of damages, compensation or benefits payable by or
for the Contractor or any subcontractor under workers' or workmen's
compensation acts, disability benefit acts, or other employee
benefit acts. The obligation to indemnify shall extend to and
include acts of the indemnified party which may be negligent or
omissions which may cause negligence.
S:u\agrtmso6\short form construction contract
March 21, 2019
9
The City shall have the right to estimate the amount of such damage
and to cause the City to pay the same and the amount so paid for
such damage shall be deducted from the money due the Contractor
under this contract; or the whole or so much of the money due or to
become due the Contractor under this contract as may be considered
necessary by the City, shall be retained by the City until such
suits or claims for damages shall have been settled or otherwise
disposed of and satisfactory evidence to that effect furnished to
the City.
4.2 Insurance. Contractor shall procure and maintain for the
duration of the contract insurance against claims for injuries to
persons or damages to property which may arise from or in connection
with the performance of the work hereunder by the Contractor, his
or her agents, representatives, employees or subcontractors.
4.2.1. Minimum Scope of Insurance
Coverage shall be at least as broad as:
1. Insurance Services Office Commercial Liability
Coverage (occurrence form CG 0001).
2. Insurance Services Office form number CA 0001 (Ed.
1/87) covering Automobile Liability, code 1 (any auto).
3. Worker's Compensation insurance as required by the
State of California and Employer's Liability Insurance.
4.2.2. Minimum Limits of Insurance
Contractor shall maintain limits no less than:
1. General Liability: $1,000,000 per occurrence for
bodily injury, personal injury, and property damage. If
Commercial General Liability Insurance or other form with
a general aggregate limit is used, either the general
aggregate limit shall apply separately to this
project/location or the general aggregate limit shall be
twice the required occurrence limit.
2. Automobile Liability: $1,000,000 per accident
for bodily injury and property damage.
S:u\agrtms06\short form construction contract
March 21, 2019
10
3. Employer's Liability: $1,000,000 per accident
for bodily injury and property damage.
4.2.3. Deductibles and Self-insured Retentions
Any deductibles or self-insured retentions must be
declared to and approved by the City. At the option of
the City, either: the insurer shall reduce or eliminate
such deductibles or self-insured retentions as respects
the City, its officers, officials, employees and
volunteers; or the Contractor shall provide a financial
guarantee satisfactory to the City guaranteeing payment
of losses and related investigations, claim
administration and defense expenses.
4.2.4. Other Insurance Provisions
The general liability and automobile liability policies
are to contain, or be endorsed to contain, the following
provisions:
1. The City, its officers, officials, employees, and
volunteers are to be covered as insureds with respect to
liability arising out of automobiles owned, leased, hired
or borrowed by or on behalf of the contractor; and with
respect to liability arising out of work or operations
performed by or on behalf of the Contractor including
materials, parts or equipment furnished in connection
with such work or operations. General liability coverage
can be provided in the form of an endorsement to the
Contractor's insurance, or as a separate owner's policy.
2. For any claims related to this project, the
Contractor's insurance coverage shall be primary
insurance as respects the City, its officers, officials,
employees, volunteers. Any insurance or self-insurance
maintained by the City, its officers, officials,
employees, or volunteers, shall be excess of the
Contractor's insurance and shall not contribute with it.
3. Each insurance policy required by this clause shall
be endorsed to state that coverage shall not be canceled
by either party, except after thirty (30) days' prior
written notice by certified mail, return receipt
requested, has been given to the City.
S:u\agrtms06\short form construction contract
March 21, 2019
11
4.2.5. Acceptability of Insurers
Insurance is to be placed with admitted California
insurers with an A.M. Best's rating of no less than A -
for financial strength, aa for long-term credit rating
and AMB -1 for short-term credit rating.
4.2.6. Verification of Coverage
Contractor shall furnish the City with original
certificates and amendatory endorsements effecting
coverage required by this clause. The endorsements shall
be on forms provided by the City or on other than the
City's forms, provided those endorsements or policies
conform to the requirements. All certificates and
endorsements are to be received within 15 days from
written notice of contract award, and the work shall not
commence until the certificates and endorsements have
been approved by the City. The City reserves the right to
require complete certified copies of all required
insurance policies, including endorsements effecting the
coverage required by these Special Provisions at any time.
4.2.7. Subcontractors
Contractor shall include all subcontractors as insureds
under its policies or shall furnish separate certificates
and endorsements for each subcontractor. All coverages
for subcontractors shall be subject to all of the
requirements stated herein.
5. TERMINATION.
This Agreement may only be terminated by City: 1) for breach
of the agreement; 2) because funds are no longer available to pay
Contractor for services provided under this Agreement; or 3) City
has abandoned and does not wish to complete the project for which
Contractor was retained. City shall notify Contractor of any
alleged breach of the agreement and of the action required to cure
the breach. If Contractor fails to cure the breach within the time
specified in the notice, the contract shall be terminated as of that
time. If terminated for lack of funds or abandonment of the project,
the contract shall terminate on the date notice of termination is
given to Contractor. City shall pay the Contractor only for services
S:u\agrtms06\short form construction contract
March 21, 2019
12
performed and expenses incurred as of the effective termination date,
unless terminated because the Contractor has failed to
satisfactorily cure a breach after notice in which event City shall:
a. retain any amounts earned under the Contract but not yet
paid by City;
b. take possession of all material and fixtures on the job
site;
c. have the right to complete the Work and recover from
Contractor any increased cost to complete the Work above the amounts
that would have been paid to Contractor hereunder, together with
any other damages suffered by City as a result of said breach.
6. MODIFICATION OF AGREEMENT.
City may, from time to time, request changes in the Work, the
time to complete the work or the compensation to be paid for the
Work. Such changes must be incorporated in written amendments to
this Agreement. To be effective, all such changes as referred to
in this section must be agreed upon in writing by both parties to
this agreement.
7. ASSIGNMENT.
The Contractor shall not assign any interest in this Agreement,
and shall not transfer any interest in the same (whether by
assignment or novation), without the prior written consent of City.
8. APPLICATION OF LAWS.
The parties hereby agree that all applicable Federal, State
and local rules, regulations and guidelines not written into this
Agreement shall hereby prevail during the period of this Agreement.
9. INDEPENDENT CONTRACTOR.
It is the express intention of the parties hereto that Con-
tractor is an independent contractor and not an employee, joint
venturer, or partner of City for any purpose whatsoever. City shall
S:u\agrtms06\short form construction contract
March 21, 2019
13
have no right to, and shall not control the manner or prescribe the
method of accomplishing those services contracted to and performed
by Contractor under this Agreement, and the general public and all
governmental agencies regulating such activity shall be so informed.
Those provisions of this Agreement that reserve ultimate
authority in City have been inserted solely to achieve compliance
with federal and state laws, rules, regulations, and interpretations
thereof. No such provisions and no other provisions of this
Agreement shall be interpreted or construed as creating or
establishing the relationship of employer and employee between
Contractor and City.
Contractor shall pay all estimated and actual federal and state
income and self-employment taxes that are due the state and federal
government and shall furnish and pay worker's compensation insurance,
unemployment insurance and any other benefits required by law for
himself and his employees, if any. Contractor agrees to indemnify
and hold City and its officers, agents and employees harmless from
and against any claims or demands by federal, state or local
government agencies for any such taxes or benefits due but not paid
by Contractor, including the legal costs associated with defending
against any audit, claim, demand or law suit.
Contractor warrants and represents that it is a properly
licensed for the work performed under this Agreement with a sub-
stantial investment in its business and that it maintains its own
offices and staff which it will use in performing under this
Agreement.
10. GOVERNING LAW.
This Agreement shall be governed by and construed in accordance
with the laws of the State of California and any legal action
concerning the agreement must be filed and litigated in the proper
court in Mendocino County, each party consenting to jurisdiction
and venue of California state courts in Mendocino County.
11. SEVERABILITY.
If any provision of the Agreement is held by a court of com-
petent jurisdiction to be invalid, void, or unenforceable, the
remaining provisions shall nevertheless continue in full force and
S:u\agrtmso6\short form construction contract
March 21, 2019
14
effect without being impaired or invalidated in any way.
12. INTEGRATION.
This Agreement, including the exhibits attached hereto,
contains the entire agreement among the parties and supersedes all
prior and contemporaneous oral and written agreements,
understandings, and representations among the parties. No
amendments to this Agreement shall be binding unless executed in
writing by all of the parties.
13. WAIVER.
No waiver of any of the provisions of this Agreement shall be
deemed, or shall constitute a waiver of any other provision, nor
shall any waiver constitute a continuing waiver. No waiver shall
be binding unless executed in writing by the party making the waiver.
14. NOTICES.
Whenever notice, payment or other communication is required or
permitted under this Agreement, it shall be deemed to have been
given when personally delivered, emailed, telefaxed or deposited in
the United States mail with proper first class postage affixed
thereto and addressed as follows:
CONTRACTOR
Gregg Simpson Trucking
11 Highland Ct.
Ukiah, CA 95482
Email: gregg.simpson@comcast.net
FAX:
CITY
City of Ukiah
300 Seminary Ave.
Ukiah, CA. 95482
Email: mwilliamson@cityofukiah.com
FAX: 707-313-3831
Service by telefax shall bear a notation of the date and place of
transmission and the facsimile telephone number to which transmitted.
Either party may change the address to which notices must be sent
by providing notice of that change as provided in this paragraph.
S:u\agrtms06\short form construction contract
March 21, 2019
15
Gregg Simpson Trucking City of Ukiah
11 Highland Ct. 300 Seminary Ave.
Ukiah, CA 95482 Ukiah, CA. 95482
Email: gregg.simpson@comcast.net Email: mwilliamson@cityofukiah.com
FAX: FAX: 707-313-3831
Service by telefax shall bear a notation of the date and place of
transmission and the facsimile telephone number to which transmitted.
Either party may change the address to which notices must be sent by
providing notice of that change as provided in this paragraph.
15. PARAGRAPH HEADINGS.
The paragraph headings contained herein are for convenience and
reference only and are not intended to define or limit the scope of
this agreement.
16. EXECUTION OF AGREEMENT.
This Agreement may be executed in duplicate originals, each
bearing the original signature of the parties. Alternatively, this
Agreement may be executed and delivered by facsimile or other
electronic transmission, and in more than one counterpart, each of
which shall be deemed an original, and all of which together shall
constitute one and the same instrument. When executed using either
alternative, the executed agreement shall be deemed an original
admissible as evidence in any administrative or judicial proceeding
to prove the terms and content of this Agreement.
WHEREFORE, the parties have entered this Agreement on the date
first written above.
Gregg Simpson Trucking
---
By: —1,--32-- - A.cle_k")
CITY OF UKIAH
By:
Sage a4fcfiacomo
City Manager
California Contractor's License Number 650339[Number or N/A]
S:u\agrtms06\short form _•onstruction
March 21, 2019
15
EXHIBIT A
City of Ukiah
Bids may he emailed. foxed, or hund delivered to the contact in /orrrrution listed
herein, and by the specified deadline, or the hid will he rejected
GresAs SI tnp5 ► ► I.LL�: r.aq
1l *t19/1 (&&) t -- J
Lox./ et-iN CA `25V4 Z
Submitted by:
(Company Name
& Address)
BIDS :1 RE REQI'FSLF:D FOR •I IIE FOLLOWING I'LENIS:
PACE 1 OF 30
REQUEST FOR BID
1320 AIRPORT ROAD
UKIAH. CALIFORNIA 95482
P: (707)467-5777, F: (707)313-3831
DATE: 2/27/2019
REQ. NO. E32815
SIDS WILL SE REC'I:IV"EI) t'NT11,
1:30 p.m., 20 -Mar 2019
AT THE OFFICE OF Ti IL Iit'YER If
1320 AIRPORT RD, CM' or UKIAH
BY: Mary Williamson
Email: mwilliamson (*ityofukiah.com
ALL BIDS SHALL BE F.O.B. UKIAH, CA.
Line
Item
5
6
7
8
Qt AN'1'I'l
40
120
70
90
64
UNIT OF
NIFAS( 'RF,
LF
SF
FT
FT
SF
LS
LS
LS
DESCRIPTION
UNIT PRICE
Pricing for all labor, equipment and materials to remove
Vault 30 and install Ukiah 48 Vault per attached specification
E32815 at the following quantities:
Excavate, trench, backfill and compaction (18"x59"
Street Trench) 15-0
Remove and replace asphalt concrete / 5
4" PVC Sch 40 Conduit (Comcast) including installation .50
6" PVC Sch 40 Conduit (Comcast) including installation 410
Sidewalk removal and replacement for installation of
electric conduit & cable vault 2_II
Remove and Dispose of Vault 30, including excavate,
backfill, compaction area tc grade
Excavate, backfill, compaction and install Ukiah 48 Vault
with metal cover (City to Provide)
Remove, replace landscape and related irrigation system
35e t,
TOTAL:
Payment Terms:
EXTENDED PRICE
Cocos'
/8t-10
Ct? 0 C
f)+00
N30
SIGNATURE: ,' ,..r u. ,;r.:
DATE: 3, gei.i 1
LEAD TIME ARO: 7_if4.,ts
PRINT NAME: Dp,r\Q no_ Si; v%0.,..
PHONE: )07`00il. /(Q-5 t-/
EMAIL: grjq,..0%-414,...2q cr:AzoAccok.
TERMS:
1. LOCAL F'RkhEFiENCE: Local Vendors shall be given an al€owance of five percent (5%), up to a maximum allowance of $2,500, On any bid tor
supplies, equipment and/or materials per Ukiah City Code Section 1522 D.4. A Local Vendor is defined as one which. 1) conducts business to an
office or other business premises with a physical location in Mendocino County, 2) holds a valid business license issued by Mendocino County
or one ot the cities in Mendocino County tor that business location, and 3) has conducted business in compliance with 1) and 2) tor not less roan
six (6) months poor to requesting the preference. 1 he City shall receive satistactory proot that a business qualities as a local vendor before it
may receive the local preterence. In the event tnat there is a tie bid, where one bidder is local, the other is not, and the bid is equal in price and
quality, the award shall go to the Local Vendor.
2. Right is reserved to reject any and all bids.
3. Night is reserved to accept separate items unless speciltcally denied by bioder.
4. Right is reserved to reject a bid from any bidder who has previously tailed to pertorm adequately tor the City ot Ukiah.
5. In CAST_ Uh DEJ-AUL I. the City of Ukiah may procure the items quoted on from other sources and hold the original bidder liable tor any increased
costs
6. I he price. terms, delivery point. and delivery date may individually or collectively be the basis of the awarding ot the bid.
7 In submitting the bid, bidder agrees that ttie bid shall remain open and may not be revoked or withdrawn tor 60 days trom the bid due date. unless
a different time period is specified in RFFi
8. Bidder agrees to perform according t0 its bid, if the City's acceptance is communicated to the bidder within the time specified in number 7 above
PURCHASING DEPARTMENT
1320 Airport Road, Ukiah, CA 95482
(707)467-5777
mwilliamson(acityofukiah.com
City of Ukiah
SPEC. E32815 — Remove Vault 30 and Install Ukiah 48 Vault
Addendum No. 1
March 6, 2019
The following is Addendum No. #1 to SPEC. NO. E32815— Remove Vault 30 and Install Ukiah 48 Vault.
IF YOU SUBMIT A BID, ACKNOWLEDGMENT OF THIS ADDENDUM MUST BE SHOWN ON THIS ADDENDUM. IN
ADDITION, THIS SIGNED ACKNOWLEDGMENT MUST BE SUBMITTED WITH YOUR BID, OR IT MAY BE DEEMED AS
NON-RESPONSIVE.
This Addendum is hereby made part of the Contract Documents to the same extent as though it were originally
included therein.
Q1: What is the approximate length between pull boxes for mule tape length?
Al: The 6 inch pulls are 400 feet and 700 feet. The 4 inch pulls are 300 feet, 240 feet, 200
feet and 100 feet.
Q2: Can the parking area be used to stage materials and equipment?
A2: The paved area across the street to the south from Hospital Drive can be used as a staging
area.
Q3: Would it be possible to remove lid on vault 30 so we could look inside and take pictures?
A3: Pictures have been taken and are included with this Addendum. The tape measure shown
in the pictures measures 58 inches to the sidewalk level.
All other terms and conditions remain in full force and effect.
Mary Williamson
Buyer II
ACKNOWLEDGMENT
I hereby acknowledge that I have received this Addendum No. 1 and have reviewed and considered it before
submitting myoid. r�
Signed T)O- JJ Date: 3. ' f 1
Company Name: &( F -14)\-e—>') '.) T i U` eIC" t
Page 1 of 1
REQUEST FOR BID
City of Ukiah
REMOVE VAULT 30 AND INSTALL
UKIAH 48 VAULT
Specification No. E32815
February 27, 2019
Bid Due Date
1:30 p.m. March 20, 2019
City of Ukiah Remove Vault 30 and instal! Ukiah 48 Vault
I. Introduction
City of Ukiah is seeking bids from qualified Contractors for all labor, equipment and materials to remove
Vault 30 at the corner of Perkins Street and Hospital Drive, and install Ukiah 48 Vault, approximately 40'
west of the intersection on Perkins Street in Ukiah, CA 95482.
II. Bid Procedure
PLEASE TAKE NOTICE: This request for Bid (RFB) is issued as an open market purchase under Section
1522 of the Ukiah City Code. This is not a formal or informal bid under the provisions of state law
governing RFB's for Public Projects. The procedures governing open market purchases are at the discretion
of the Purchasing Officer to use modern communications, including the telephone, e-mail and the internes,
to obtain the lowest possible price, consistent with the City's needs. The Purchasing Officer does use City
bitter's list when soliciting bids. You may contact the Purchasing Officer if you would like to be placed on
the City's bidder list.
I1I. Contact Person
The City has designated Mary Williamson, Buyer II, as the contact person for questions related to the work
requested. Questions are to be submitted in writing, and can be done so by fax at (707) 313-3831, or by e-
mail at mwilliamson,c cityofukiah.com.
IV. Examination of the Site
The Contractor should familiarize himself with the local conditions of the project sites, and shall be
responsible for having acquired full knowledge of the job and all problems affecting it. Failure to do so
will in no way relieve him/her of the responsibility for performing any of the work or operations required
as part of this contract.
V. Bid Submittal Instructions
Bids can be submitted in hardcopy, fax, or by email. Bids are due on or before 1:30 PM, March 20, 2019
to:
City of Ukiah Purchasing Department
Attn: Mary Williamson
1320 Airport Road
Phone: (707) 467-5777, Fax: (707) 313-3831
Email: lnw i l l iamson@cityofukiah.cont.
It will be the sole responsibility of the bidders to have their bids delivered to the City before the closing
hour and date. Late bids will not be considered and will be returned unopened to the sender. The City will
not be responsible for any cost incurred by the Contractor in preparation of their bid response.
VI. Scope of Work
Work requested shall, in general, consist of all labor, equipment and materials to remove and dispose of
Vault 30 at the intersection of Hospital Drive (southwest corner in sidewalk) and Perkins Street, connect
stubbed conduits to existing conduits located on various walls of vault, backfill and compact to grade,
replace sidewalk, street and/or curb and gutter to original condition. From the 6" conduit stub (as shown
on plan, provided for as Attachment B) extend to new vault location, install Ukiah 48 per detail (provided
for as Attachment A), intercept existing 6" conduit in street and extend into new Vault 30. Replace all
landscape, irrigation lines and irrigation equipment removed during construction, along with street AC and
2
City of Ukiah Remove Vault 30 and Install Ukiah 48 Vault
sidewalk as required for the installation of 6" conduit.
Work schedule should be based on working Monday thru Thursday, 7:00 a.m. through 4:00 p.m., excluding
City holidays.
Contractor will be responsible, in accordance with Construction Safety Orders of the Division of Industrial
Safety, State of California, to ensure the least possible obstruction to traffic and inconvenience to the general
public, and adequate protection of persons and property in the vicinity of the work.
Work to be completed no later than: May 9, 2019
VII. Estimated Quantities on Request for Bid Form
The preliminary estimate of the quantities of work to be done and materials to be furnished shown in the
proposal are approximate only, being given as a basis for the comparison of bids. The City of Ukiah does
not expressly or by implication agree that the actual amount of work will correspond therewith, but reserves
the right to increase or decrease the amount of any class or portion of work or to omit portions of the work
that may be deemed necessary or expedient by the City.
The Unit prices for the various Construction Items on the Request for Bid form include all costs associated
with this specification and all attachments, and represent the total, complete, in-place cost for each specific
Construction Item in accordance with the Construction Documents, including all elements, work
components, accessories, and connections, shown in applicable details or required to yield a complete,
sound and functional component or system appropriate for its intended function, whether or not such is
specifically described or listed in any description of measurement or payment. The total amount of the
Construction items on the Request for Bid form shall represent the total and complete cost of the fully
functional Project. All work not specifically listed on the Request for Bid sheet but required to complete
the work of the various construction items and the cost of such shall be considered as included throughout
the various unit prices indicated.
Upon award of contract, the Contractor shall furnish to the City a cost breakdown for each contract lump
sum item within 10 working days after the contract has been approved. The cost break -down shall be
approved by the City. in writing, before any partial payments for the items of work will be made. The
approved cost break -down will be used to determine partial payments during the progress of the work and
as the basis of calculating the adjustment of compensation for the items(s) of work due to the changes
ordered by the City. When an ordered change increases or decreases the quantities of an approved cost
break -down, the adjustment in the compensation will be determined in the same manner specified for
increases and decreases in the quantity of a contract item of work in accordance with increases and
decreases in the quantity of a contract item of work in accordance with the Contractor bid price. Additions
or deletions in the quantity of work as set forth in these specifications and accompanying drawings for lump
sum items may be ordered by the City after the contract price has been adjusted accordingly to the
satisfaction of both the Contractor and the City of Ukiah, and they have been accepted in writing by the
City.
VII. Measurement and Payment
Measurement — Measured by the units of measure identified on the Request for Bid form. The unit prices
submitted shall include full compensation for furnishing all labor, materials, tools, equipment and
3
City of Ukiah Remove Vault 30 and Install Ukiah 48 Vault
incidentals, and doing all the work involved as described by the project scope and plans, and no additional
compensation will be allowed therefore.
VIII. Terms
The payment terms will be Net 30 days after receipt of invoice, after the project has been successfully
completed and approved.
The City reserves the right to award to the lowest, responsible bidder. The City also reserves the right to
waive any irregularities and technicalities and request rebids should it be deemed in its best interests to do
so. The price, terms, delivery point, and delivery date may individually or collectively be the basis of the
awarding of the bid. In addition, the City reserves the right to make the selection of specific parts of a bid,
or multiple proposals that will best meet the needs of the City as defined in this RFB. In addition, the City
reserves the right to reject any or all bids. The awarded contractor will enter a "Short Form Construction
Contract", sample attached as Attachment C.
IX. Bidder Qualifications
The City will satisfy itself that the potential contractors are reputable firms with a proven track
record and a proven product. Contractors are asked to provide the information requested under Work
Performance History Capability. References are to be those who you have performed similar scope of work
as asked for in this RFB. References are to include the contact name and phone number. A minimum of
three references are requested.
X. Insurance Requirements
Bidder's attention is directed to the insurance requirements — see attached detailed insurance
requirements (two pages). Contractors shall furnish to the City, upon award of contract, certificates of
insurance covering full liability under Worker's Compensation laws of the State of California,
Comprehensive General Liability and Business Auto Insurance with policy limits of not less than
$1,000,000 naming the City as an additional insured party.
It is highly recommended that contractors confer with their respective insurance carriers or brokers
to determine in advance of bid submission the availability of insurance certificates and endorsements as
prescribed and provided herein. If an apparent awarded contractor fails to comply with the insurance
requirements, that contractor may be disqualified from award of the contract. If you have questions
regarding the City's requirements. please contact the City's Risk Manager at 707-463-6287.
XL License and Additional Requirements
1) Compliance with Laws and Regulations: All materials, parts and equipment furnished pursuant to
these specifications shall be in compliance with the laws and regulations of the State of Califomia and
OSHA. The contractor shall, if requested by the City, supply certification and evidence of such compliance.
2) Legal Requirements and Permits: The contractor agrees to fully comply with all local, City, State
and Federal laws, regulations and ordinances governing performance of contractual services required, and
it will be the responsibility of the contractor to obtain any and all necessary licenses, permits or clearances,
including the actual cost of licenses.
3) License Requirements: Bidder/Contractor must possess a current State of California contractor's
license and a City of Ukiah business license. (For information business license, please contact
4
City of Ukiah Remove Vault 30 and Install Ukiah 48 Vault
Kathy Norris, City of Ukiah Finance Department at 707-463-6202.)
a) The Contractor shall possess a valid State of California Class A license. Bidder shall provide proof
of possession of the proper licenses and certificates of registration necessary to perform the work.
Employees actually performing the tasks shall provide proof of proper certificates of registration for
same.
b) The bidder shall keep in force a City of Ukiah business license for the extent of the project.
c) Where subcontractors/jobbers are used, bidder shall provide the City with proof of proper
licenses, certificates and proof of insurance for work performed.
4) Notice to Bidders — Contractor Registration and Prevailing Wages — If the work bid exceeds
$15,000, no contractor or subcontractor may be listed on a bid proposal for a public works project
unless registered with the Department of Industrial Relations pursuant to Labor Code section
1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code
section 1771.1(a)]. No contractor or subcontractor may be awarded a contract for public work on
a public works project unless registered with the Department of Industrial Relations pursuant to
Labor Code section 1725.5. if meeting or exceeding the dollar threshold of $15,000, the project
is subject to compliance monitoring and enforcement by the Department of Industrial Relations.
Each laborer or mechanic of Contractor or any subcontractor engaged in work on the project
under this contract shall be paid, pursuant to provisions of Section 1770, including amendments
thereof, of the Labor Code of the State of California, the Director of the Department of Industrial
Relations, State of California, has ascertained the general prevailing rate of wages for straight
time, overtime Saturdays, Sundays and Holidays including employer payment for health and
welfare, vacation, pension and similar purposes, copies of the General Prevailing Wage
Determination (applicable to the work), for the locality in which the work is to be done can be
reviewed at Website: www.dir.ca.gov/dlsr/pwd/northern.html .
The Labor Commissioner through the Division of Labor Standards Enforcement (DLSE) may at
any time require contractor and subcontractors to furnish electronic certified payroll records
directly to DLSE. All contractors and subcontractors must furnish electronic certified payroll
records directly to the DLSE.
5
City of Ukiah Remove Vault 30 and Install Ukiah 48 Vault
INDEMNIFY AND HOLD HARMLESS AGREEMENT
Contractor agrees to accept all responsibility for loss or damage to any person or entity, and to
defend, indemnity, hold harmless and release the City, its officers, agents and employees, from and against
any and all actions, claims, damages, disabilities, or costs of litigation that may be asserted by any person
or entity, arising out of or in connection with the negligent or willful misconduct in the performance by
contractor hereunder, whether or not there is concurrent, passive or active negligence on the part of the
City, but excluding liability due to the sole active negligence or willful misconduct of the City. This
indemnification obligation is not limited in any way by any limitation on the amount or type of damages or
compensation payable to or for Contractor or its agents under Workmen's Compensation acts, disability
benefits acts or other employee's benefits acts.
Contractor shall be liable to the City for any loss or damage to City property arising from
or in connection with Contractor performance hereunder. The undersigned acknowledges that this
document, together with the resulting purchase order issued by the City, the executed Short Form
Construction Contract, the insurance requirements for contractors, and the Contractor Statement Regarding
insurance coverage comprise a written agreement between the Contractor and the City binding on both
parties.
The undersigned declares they are familiar with the items specified and have carefully read the
RFB specification/requirements. checked all of the figures stated on the specifications and accepts full
responsibility for any error or omission in the preparation of this bid.
This bid is submitted by, (check one)
X lndividual Owner Partnership Corporation Other
Legal Name of Bidder Ir'' ' ► Sc).. 1 r‘ -e_: J�
Address of Bidder 1 96,lOr-+•.' : c 1 tA.E... tai LA 954 2
Tax ID# q q 2.2-915 5
Phone Number LJ (0 $ 16-C-4 Fax Number -7 (pa 7(441 62`.
California State Contractor's License#: (P Eo 339 Expiration Date: 9130/19
By: orlStnkl Date 3. 1/3 . i 9
Signature
Print or Type Name: Ua c (o_in-t_ 5 nipSaa DW u61(
Title
6
City of Ukiah
Remove Vault 30 and Install Ukiah 48 Vault
WORK PERFORMANCE DATA
Provide the name, locations and a narrative statement on the work performed.
HISTORYHInAND CAPABILITY WORK PERFORMED
1. COMPANY NAME: l� Oc t�l1�=a�� =-66-.3z 13
CONTACT: && K01-1/ 0.1-41.— / ° 3 C., r cu. t CjcF s 0.3
ADDRESS: 300 .SFJU,+.Jory «Sh 5} 1 64.0,12.. �r
PHONE q , 3 e2 .. d1
2. COMPANY NAME: Ie0Q i } reNr__. �Lf3 1 J &t4? "'6 ) creit.
exCaves o, / Pa.4.3,, ..,�
•jUCarS
'lvn4-iN63 (9 dtt.t'n.�1[4 5frtart
Vccr•, 81-4 1rc� j C cl3 J t-
- P.ed.Qd CR
Gxx i✓ i fs.t t I$wTu Ui t4agj
CONTACT -.T! ft'►'wt,b'o.s Q_
ADDRESS to ecx 390 C ieca& C A ?5/11
PHONE: jam bro.se @ Arctic_ a C
3. COMPANY NAME: C$c' j 6C PAQ.,410c '
CONTACT: Olt 1.S �' Gt,�c •�'
ADDRESS 3110 C4L- Lfl wittot-r` "
PHONE: ?o/+ 2.34/ • L8/2.
4. COMPANY NAME: Ci4Y O LL: &Jl
CONTACT: Marti 11.1'r j er
ADDRESS: 511 W. C -(a i. L; x•�'
443.41.33'
5. COMPANY NAME: /h d t.v (Ay Mt -
CONTACT: , + C /ovel
ADDRESS: /9Yo o {,e -n..a't,.v Qat t• drs Vcq !9 . ca
4d`l4
PHONE: 7e7 9T7 Q&
7
/0/7211 fiyAioynu*
aA < ht ouldra.'/ *k t
c 61 -et. 010,...dc +/volt -•c Ic,
WW ri° acre3, road. r
1pc Nd Ct e![ re.";( --s
(150,41-1 tit to e rte
City of Ukiah Remove Vault 30 and install Ukiah 48 Vault
SUBCONTRACTORS: The bidder must submit a list of subcontractors whom he proposes to employ on the work with
proper firm name and business address of each.
Subcontractor's Name Work to be performed
Address
NIS
City/State/Zip
Phone Number Fax Number
License Number/Type/Expiration Date
Subcontractors Name Work to be performed
Address
City/StatelZip
Phone Number Fax Number
License Number/Type/Expiration Date
Subcontractors Name Work to be performed
Address
City/State/Zip
Phone Number Fax Number
License Number/Type/Expiration Date
8
City of Ukiah Remove Vault 30 and Install Ukiah 48 Vault
BIDDER/CONTRACTOR STATEMENT
REGARDING INSURANCE. COVERAGE
(Submit with Bid)
PROPOSER/CONTRACTOR HEREBY CERTIFIES that he/she has reviewed and understands the insurance
coverage requirements specified in the Request for Bid for:
REMOVE VAULT 30 AND INSTALL LKIAH 48 VAULT
Should we/I be awarded the contract, welI certify that we/1 can meet the specified requirements for insurance.
including insurance coverage of the subcontractors, and agree to name the City of Ikiah as Additional Insured for
the work specified. And we/l will comply with 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. before commencing the performance of the work specified.
6 rt ��►
Ytk,r..,1! --
Please Print (Person, Firm, or Corporation)
Signature of Authorized Representative
Dad' L 51rn?Sod �C•a/U
Please Print (Name & Title of Authorized Representative)
<3 19 707 z/44/415f
Date Phone Number
9
REMOVE AND REPLACE
VAULT 30
.66,59, 6,41 ,47‘.0209n ace (.54 1140.399.
2 6.66466 6*- A 6' NS 56 60 16061 20404 Wei be MOTU. 96 40
(W. 11-7 :164.40 95-3 .1...kW ,k 65) IA/ 41,4) VFW*: 51.
wpm.. An4 weenc• •6611014 row.. v. tete ‘1,1 ...Mk alb um... 5, loges ....we
to 0 r.141 .0.pmee
4 MI terinuel. 11.40. 1.04 666.
• 0,2.2 66,644 I14 .46 (6419 1011*1 11 W
6 bowl ereee 1666. 6-604, ebee
1 D.. Ow 44141* 41 4411(91; bour. IC 154 5101rter ef 0050)91 Dr one ov•-•.o. Neeee
5Fiw 466.5 15691161..14r6 taerelne, mete euth (.20 01 166 (061re 16111,
1.4•06.666.
5 646.6166. WV. c, fa, ,01 painkal y •.1,1•).
ei-ert 1645 ey.0 .615646 wt 10 be us. wound euest6.4.04. 61
1994,.9 .04(1 ,6041 UV PAW, 19*.049
Abel, .41. .44.4 7111114 .•• 400 .64 654. V,.'61 we. 1662.564 41,614
9 lbw, 4.11 (64e11 (9)*97.l.114*04dlt541)*dl00t0*0*951.91
4
54, b 14110 f.Ar. 0•09*04661 burn, r0-15 661 De 1.6.0, 69 11*6 0,
6 45 W.. .6666 552 •,01 677 115,
146 1.12. 644.,16,4 51460.6. 314 1027 41 Ve.,1 6: 1.41
1 I'666.6 bet. be Few .016 Ice Tze....c, .666 .6,4,6,-,1
napectler 6.1 Olt 66.616,01 0.600641611, WV 10 4065:
3 6.04066 6.4614) 14 16 :61.600 441,,
( ma., pr..006) be rupoded try 1.10 UFlO 166 Peeper er40.41.1
Wel
(1 (4.44 1' 69126050, RN. 660 elle 116 IAA* (707)*O....
4.11, Aerl.101pfl .614I 001,60 1. MAD 45 Wore n 60.626 41 bee 4i16061166 16
Wu... .5160* 41 0,4 memo, 94)
yease4666 .65 045.4,61.0. 6;0.6 ot 056 450-0, .01661,
e 6.10.444 Vali be pre.09 o n4.66 .1.50• ID We AUS CVPIA WO be W. of 6141.
Au,. .54 6646.410,6 once troolo porene. ewe. or 1.66 6.1645654, of W.I. :6616.
O., .01 be 61*4 wow 11 rewbul do.. Wet, col ....6.461 6.10451
awe.. by 6e 1.41115 •C 0101 00 9144 111 1061,1021,
.11,11.15 a. ID .M14 6416647 1561166
0 ....act1* 0. bo goolm.w, aw/Wen 244 69661161*4 ,.,.epee. •r6, -e6 wwwwet.
Wwww 1040*nAt1res .611 <no pr... W.. ter 001e 01 ere..
6 1. 09.11bee14 .411 0, 00 .6.6e46 eaW, 19 4911 Weele 1501* tow wen too '*0.94' :9
• Wu... no04-14.1 A, A Ai 6461.6 re.54 1061 . • wt.. 0.• 6406 Mr. .nre us,ni
cvestrule vv.. 44 kervrx.rounA G.A...., to 24.144. owel 4*041 W. 11
6.6,
• t. 6.64046 .441 9.01111 tarnied E010,144; 0. 1 .'
.0 It*. a' ins earefb41ei
66514W1 44- F-66
16.6• rew stab Aile4 01, 066666. The 446 Abe el e roretua• tee .6.1. 41, e
• I*l9*d*4104*001*0004*30044*,1049I*0*V*0'40b910'001.4(".90
1166.166 lArtronunr 614910-626 44.664, Ont p9494 Ito 6156 two et Anna." ,he
66616.6 cob bes.
44 onsoben 4.170400 4(0001910,. 0* eh, ar),. .6. I on
-4 tee 5u6 el .66 F..< 1.641.4 01154,1aa. 641 al es. Wor Fr 06.. 09 44.1992
(04 4,06 0(44) el (407) 46735775 91..61W
1.66.11.61.1
MOWN/
II MOW..
WI We.. 6
61[6=0
x.°1,447Nrno,..„."An
rt,1 set, [Frey ,nu
1') 10 snit', ILA NI( TWA
bo, ewe.. ee
MT. WM
91 tattneaunt
bow
L.ITeorA.A. Snr.
Attachment A
• -
74* 4001afAY WIT 7, *040114)
1111904N P7'24111
11 ,511115.1 .5. 11454 59(0411011056 65044.21415 01 14 1611.1091(44
cbeeraeby 90 661.500 49.4, -5,6159645• 07 ,62,2261
1144*990* 90 0.59404 .9997(1.99*194917*102 ('4' 910079.19* 155999.0
„ evattbau 56060. WAS 3. OW,. -45.466 .1415 -Wer 641624...
6.160.10 51.0.0 tft61,4.161,51 61111-01 16. k1.4.66e
00 6169661. MUSE (0)610 5.26452145 4115 .CRECAtt 6051. (,‘Xim • C
.A.0: (ON RFIFIF AS AFCASIO. F 165165 .15 105,16610.4
152651111 (1b.012 CUSS 2 4.6665416
4) *47:5010 041:.=01w Yt1O..44.1tor 114S., 04
.,,,r,ic.
5., *910:1 0.1111( 3. 54N1910., 10 5071101 116.14l1 5.0109170".
Slowtooto Set CAW*.
6) IN., 90 yp., ,,,,71.09 19 15.6.404)9 bee 0. be 60 ;b.,
51.4114615 16461115,0604,
71 ,112,1569S,C1A5?.0S.7=16,14,Z0 5[211611 50IF.6242 :SSW S2(01661....
9, 14615 5161145 157.5.0 1U .511/41 614, "144,r, 114440, .25661.'
W.A.. 16.111,665 5.1060 5666615671065
4, AM 41.614 41616.1 .11 16111,1611,6.11 51.1 64 SOS 10 v.U. Nib
APPROVED BY
CITY OF UKIAH
9211111: V1111, orAammoo
05,2016 308 MS
1.1C SE144*0)D DRAW CM. 0 4.0 909.9
,ITLE
REMOVE AND REPLACE
VAULT 30
E. PERKINS STREET
FK.IS"INC, JOIN' TRENCH WITH
1 -6" ,^,CrN61,IT t'`) VAUI T 34 & ' ?"
00M. CON')U17, 7-2" TV CON71H7S
AND 17 -4' All CONDUITS
-EC PA—
1
! X'FNO 6" )C14JUJ1 ')IUB
10 VALEI 30 (NEW)
CAP 6" COND))T
40 _0"IGEP NEEDED
6"G
—EXISTING 3 4" CONDUITS,
I 4" CO!IIXIT TO PTD 320,
1-4" COI ID^JIT TC PPB A T1870 &
1--4" COIID'JIT TO PPB N%W CORNIP PERKNS
A140 tIOS"I '' Al UR.
p(Xg VAULT 30 (EXISTING TO BE REMOVED)
t XISI1N( JOINT ICOM/LillLNCH W IH 1 6" COM/Lill
'VAULT 30(NEW) ' �11 \ 10 VAULT 29, 1-4" CONDJII 10 11229, &
111 1-3" COM CO^IDUIT, 2-7" TV COND'JITS ANC
1.1 13- 4" ATT CONDUITS.
/ 111_ DEMO VALt" 30, SPLICE AL. L.
L.. 1x1ST'NC Al&T CUCT BANK 11t CONDUC'S STRAICIr 71R0(cpproxir�Tatety 4' deep) 11 PED 86
/ 1�
L NI_`�C.I%1 LXISUN 1-6" CONDUIT. 1y 7 S SWITCH B5
(apD•oxbr-olciy 7' deep) EXTEND i
.q VA.i_ I 30 (NEW) XiT'IIIC I 6" 00IIDJII 3/
NOM SW 1011 tO,
15
1)
60P16, 00661Etf.2�—,'`
1.4100, 411Itt
SWITCH 15 l I EU K
EXISTING CONDUIT LAYOUT
m. e
6
1
.900 AMP TO
VAULT 34
i111Tt 11 '.
206 AMP TO
PPE AT T1670
200 AMP TO 200 AMP TO
PPE N/R CORNIX PID a20
(SPARE) .i.
.II
Pea IW
200 MP TO
1•Pit AT�14za
600 AMP 10
VAULT 20
SIKGI.H LINT COMMIT &
L'ARI.E. DIAGRAM 1 FUTCRE)
Attachment B
.1041ri , m. u.
TftXm'17 fmfr4tt
srcrn. aN
VS, tItar11.1.
fel .,..,.,........
C7Waif 011•M
Nmeow k.sor An,
• 40144,11.0 YAW.
MOO NM.
APPROVED EV rIoLE.
1'( OF UKIAH REMOVE AND REPLACE
R - VAULT 30
MAS E. PERKINS STREET
DATE nr610NCD( DRAWN ieMECKEO+ AS BUILT
INSURANCE REQUIREMENTS FOR CONTRACTORS
Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to
persons or damages to property which may arise from or in connection with the performance of the work
hereunder by the Contractor, his agents, representatives, employees or subcontractors.
Minimum Scope of Insurance
Coverage shall be at least as broad as:
A. Insurance Services Office Commercial General Liability coverage (Form No. CG 20 10 10 01 and
Commercial General Liability — Completed Operations Form No. CG 20 37 10 01).
B. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1
(any auto).
C. Worker's Compensation insurance as required by the State of California and Employer's Liability
Insurance.
II. Minimum Limits of Insurance
Contractor shall maintain limits no less than:
A. General Liability: $2,000,000 per occurrence for bodily injury, personal injury and property damage
including operations, products and completed operations. If Commercial General Liability
Insurance or other form with a general aggregate limit is used, either the general aggregate limit
shall apply separately to this project/location or the general aggregate limit shall be twice the
required occurrence limit. Insurance must be written on an occurrence basis.
B. Automobile Liability: $2,000,000 per accident for bodily injury and property damage. Insurance must
be written on an occurrence basis.
C. Worker's Compensation Employer's Liability: $1,000,000 per accident for bodily injury or disease.
III. Deductibles and Self -Insured Retentions
Any deductibles or self-insured retentions must be declared to and approved by the City. The City may require
the insurer to reduce or eliminate such deductibles or self-insured retentions with respect to the City, its officers.
officials, employees and volunteers; or the Contractor to provide a financial guarantee satisfactory to the City
guaranteeing payment of losses and related investigations, claim administration and defense expenses; or to
approve the deductible without a guarantee.
IV. REQUIRED Insurance Provisions
Proof of general liability and automobile liability policies are to contain, or be endorsed to contain, the
following provisions:
A. The City, its officers, officials, employees, and volunteers are to be covered as ADDITIONAL
INSURED with respect to liability arising out of automobiles owned, leased, hired or borrowed by or on
behalf of the contractor; and with respect to liability arising out of work or operations performed by or on
behalf of the Contractor including materials, parts or equipment, furnished in connection with such work or
operations. General liability coverage can be provided in the form of an endorsement to the Contractor's
insurance, or as a separate owner's policy.
B. The workers' compensation policy is to be endorsed with a waiver of subrogation. The
insurance company, in its endorsement, agrees to waive all rights of subrogation against the City, its
officers, officials, employees and volunteers for losses paid under the terms of this policy which arises
from the work performed by the named insured for the City. NOTE: You cannot be added as an additional
insured on a workers' compensation policy.
C. For any claims related to this project, the Contractor's insurance coverage shall be primary insurance
with respect to the City, its officers, officials, employees, and volunteers. Any insurance or self-insurance
maintained by the City, its officers, officials, employees, or volunteers shall be in excess of the
Contractor's insurance and shall not contribute with it.
Rev: 11/20/08 Page 1 of 2
D. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be
canceled by either party, except after thirty (30) days' prior written notice by certified mail, return receipt
requested, has been given to the City.
E. Note: (This protects the Contractor) -Coverage shall not extend to any indemnity coverage for the
active negligence of the additional insured in any case where an agreement to indemnify the additional
insured would be invalid under Subdivision (b) of Section 2782 of Civil Code.
V. RATING - Acceptability of Insurers
Insurance is to be placed with admitted California insurers with a current A.M. Best's rating of no less than A- for
financial strength, AA for long-term credit rating and AMB -1 for short-term credit rating.
VI. Verification of Coverage
Contractor shall furnish the City with original certificates and amendatory endorsements affecting coverage
required by this clause. The endorsements should be on forms provided by the City. If endorsements are on
forms other than the City's forms, those endorsements or policies must provide coverage that is equivalent to or
better than the forms requested by the City. All certificates and endorsements are to be received and approved
by the City before work commences. The City reserves the right to require complete, certified copies of all
required insurance policies, including endorsements affecting the coverage required by these specifications at
any time.
VII. Subcontractors
Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and
endorsements for each subcontractor. All coverage for subcontractors shall be subject to all of the requirements
stated herein.
If you have questions regarding our insurance requirements contact:
Risk Manager
(707) 463-6287
FAX (707) 463-6204
Rev: 11/20/08 Page 2 oft_